PRICING SCHEDULE - Veterans Affairs



1. SOLICITATION NO.2. TYPE OF SOLICITATION3. DATE ISSUEDPAGE OF PAGES4. CONTRACT NO.5. REQUISITION/PURCHASE REQUEST NO.6. PROJECT NO.7. ISSUED BYCODE8. ADDRESS OFFER TOA. NAMEB. TELEPHONE NO. (Include area code) (NO COLLECT CALLS)10. THE GOVERNMENT REQUIRES PERFORMANCE OF THE WORK DESCRIBED IN THESE DOCUMENTS (Title, identifying no., 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. 4-85)STANDARD FORM 1442Prescribed by GSA YFAR (48 CFR) 52.236-1(d)NSN 7540-01-155-3212SOLICITATION, OFFERAND AWARD(Construction, Alteration, or Repair)SOLICITATION, OFFERAND 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 ismandatory,negotiable. (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 dueB.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. 1 123VA241-12-R-0907X07-25-2012650-12-011Department of Veterans Affairs Same as Block 7VAMC Providence830 Chalkstone AvenueProvidence RI 02908Mosca, Sandra401-455-4907Provide all labor, transportation, materials, apparatus, tools, equipment, supervision, disposal andpermits necessary to procure and install the following at the Harwood Center located at 385 Niagara Street, Providence,RI 02907 for the VA Medical Center, Providence, RI, Project Number 650-12-011 in accordance with the statement of work,applicable wage rates, clauses, terms and conditions incorporated herein:1) Provide & Install - Pegasys Security and Pelco Endura Camera Systems2) Provide & Install - Site Lighting3) Provide & Install - Security Screens to all Windows4) Provide & Install - Two Motorized Sliding GatesMAGNITUDE OF CONSTRUCTION IS BETWEEN $250,000 to $500,000This solicitation is 100% set aside for Service Disabled Veteran Owned Small Businesses in accordance with Public Law109-461. To be eligible for award of a contract, the SDVOSB firm shall be verified by the Center for Veteran Enterpriseat the time of proposal submission. The NAICS Code is 238210 and the Size Standard is $14.0 Million.Site Visit is scheduled for Wednesday, 08/01/2012 at 11:00am, Harwood Center, 385 Niagara Street, Providence, RI 02907.Point of Contact for Site Visit: Michael LeBeau - 401-273-7100, Ext. 1544.Proposals are due 08/24/2012 at 1:00 pm10120X52.211-10X10 1 Original + 21:00 pm08-24-2012X90 14. NAME AND ADDRESS OF OFFEROR15. TELEPHONE NO.16. 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 AMENDMENTSAMENDMENT NO.DATE20A. 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. 253(c) ( ) 26. ADMINISTERED BYCODE27. 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, requisitions 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 AMERICABYOFFERAWARDSTANDARD FORM 1442(REV. 4-85)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 APPLICABLETotal Lump Sum $___________________Department of Veterans AffairsVAMC Providence830 Chalkstone AvenueProvidence RI 02908Department of Veterans AffairsFinancial Services CenterP.O. Box 149971Austin TX 78714-9971 Table of ContentsPART I - THE SCHEDULE1SECTION A - SOLICITATION/CONTRACT FORM1SF 1442 SOLICITATION, OFFER, AND AWARD (Construction, Alteration, or Repair)1INSTRUCTIONS, CONDITIONS AND OTHER STATEMENTS TO BIDDERS/OFFERORS72.1 52.211-6 BRAND NAME OR EQUAL (AUG 1999)72.2 52.216-1 TYPE OF CONTRACT (APR 1984)72.3 52.222-5 DAVIS-BACON ACT--SECONDARY SITE OF THE WORK (JUL 2005)72.4 52.222-23 NOTICE OF REQUIREMENT FOR AFFIRMATIVE ACTION TO ENSURE EQUAL EMPLOYMENT OPPORTUNITY FOR CONSTRUCTION (FEB 1999)82.5 52.225-10 NOTICE OF BUY AMERICAN ACT REQUIREMENT --CONSTRUCTION MATERIALS (FEB 2009)92.6 52.233-2 SERVICE OF PROTEST (SEP 2006)102.7 52.236-27 SITE VISIT (CONSTRUCTION) (FEB 1995) ALTERNATE I (FEB 1995)102.8 VAAR 819.7003 ELIGIBILITY112.8 VAAR 852.233-70 PROTEST CONTENT/ALTERNATIVE DISPUTE RESOLUTION (JAN 2008)112.9 VAAR 852.233-71 ALTERNATE PROTEST PROCEDURE (JAN 1998)122.10 VAAR 852.270-1 REPRESENTATIVES OF CONTRACTING OFFICERS (JAN 2008)132.11 PARTNERING132.12 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998)132.13 SUBMISSION OF PROPOSALS14REPRESENTATIONS AND CERTIFICATIONS323.1 52.204-8 ANNUAL REPRESENTATIONS AND CERTIFICATIONS (MAY 2012)323.2 52.223-9 ESTIMATE OF PERCENTAGE OF RECOVERED MATERIAL CONTENT FOR EPA-DESIGNATED ITEMS (MAY 2008)35GENERAL CONDITIONS364.1 52.204-10 REPORTING EXECUTIVE COMPENSATION AND FIRST-TIER SUBCONTRACT AWARDS (FEB 2012)364.2 52.211-10 COMMENCEMENT, PROSECUTION, AND COMPLETION OF WORK (APR 1984)384.3 52.219-28 POST-AWARD SMALL BUSINESS PROGRAM REREPRESENTATION (APR 2012)394.4 52.225-9 BUY AMERICAN ACT--CONSTRUCTION MATERIALS (SEP 2010)404.5 52.228-5 INSURANCE - WORK ON A GOVERNMENT INSTALLATION (JAN 1997)434.6 SUPPLEMENTAL INSURANCE REQUIREMENTS444.7 VAAR 852.203-70 COMMERCIAL ADVERTISING (JAN 2008)444.8 VAAR 852.211-73 BRAND NAME OR EQUAL (JAN 2008)444.9 VAAR 852.219-10 VA NOTICE OF TOTAL SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESS SET-ASIDE (DEC 2009)45LIMITATIONS ON SUBCONTRACTING474.10 VAAR 852.228-70 BOND PREMIUM ADJUSTMENT (JAN 2008)474.11 VAAR 852.236-71 SPECIFICATIONS AND DRAWINGS FOR CONSTRUCTION (JUL 2002)474.12 VAAR 852.236-74 INSPECTION OF CONSTRUCTION (JUL 2002)484.13 VAAR 852.236-76 CORRESPONDENCE (APR 1984)484.14 VAAR 852.236-77 REFERENCE TO "STANDARDS" (JUL 2002)484.15 VAAR 852.236-78 GOVERNMENT SUPERVISION (APR 1984)484.16 VAAR 852.236-79 DAILY REPORT OF WORKERS AND MATERIAL (APR 1984)484.17 VAAR 852.236-80 SUBCONTRACTS AND WORK COORDINATION (APR 1984)494.18 VAAR 852.236-82 PAYMENTS UNDER FIXED-PRICE CONSTRUCTION CONTRACTS (WITHOUT NAS) (APR 1984)494.19 VAAR 852.236-84 SCHEDULE OF WORK PROGRESS (NOV 1984)524.20 VAAR 852.236-85 SUPPLEMENTARY LABOR STANDARDS PROVISIONS (APR 1984)524.21 VAAR 852.236-86 WORKER'S COMPENSATION (JAN 2008)534.22 VAAR 852.236-87 ACCIDENT PREVENTION (SEP 1993)534.23 VAAR 852.236-88 CONTRACT CHANGES--SUPPLEMENT (JUL 2002)534.24 VAAR 852.236-89 BUY AMERICAN ACT (JAN 2008)554.25 VAAR 852.236-91 SPECIAL NOTES (JUL 2002)564.26 VAAR 852.246-74 SPECIAL WARRANTIES (JAN 2008)564.27 VAAR 852.273-76 ELECTRONIC INVOICE SUBMISSION (Interim - October 2008)57SECURITY REQUIREMENTS574.28 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998)58ATTACHMENTS 62ATTACHMENT 1 - RELEASE OF CLAIMS62WAGE RATES63STATEMENT OF WORK77APPLICABLE ATTACHMENTS123PRICING SCHEDULEThe contractor shall complete the entire project not later than 120 calendar days after the contractor receives the NOTICE TO PROCEED. ?RFP No. VA241-12-R-0907????CONTRACT LINE ITEM (CLIN) PRICING SCHEDULE?ITEM NO.DESCRIPTIONQTY.UNITLINE ITEM AMOUNTBASE ITEM(S)0001Work includes procurement and installation of the Pegasys Security and Pelco Endura Camera Systems for the Harwood Center located at 385 Niagara Street, Providence, RI 02907 for the VA Medical Center, Providence, RI, Project Number 650-12-011.1JOB$____________________TOTAL LUMP SUM OFFER (ITEMS 0001)$ _____________________(This page is to be included with your proposal.)NOTES TO OFFERORS The Offeror must submit a proposal based on a 120 Calendar day Schedule. The 120 days includes, but is not limited to installing the Pegasys Security and Pelco Endura Camera Systems, site lighting, security screens to all windows and two motorized sliding gates at the Harwood Center, 385 Niagara Street, Providence, RI 02907. The Offeror shall furnish all labor, material, equipment, etc., necessary to perform all work in strict accordance with the terms and conditions set forth in the contract to include all attachments thereto.Contractor is required to fill in CAGE CODE and DUNS NUMBER in Block No. 14 on Standard Form (SF) 1442, Name and Address Block (Cage Code under Cage and DUNS No. under Duns respectively). Contractor is required to fill in their pricing on the above pricing schedule and in Block No. 17 of the SF 1442. PLEASE NOTE: The Contractor agrees to attend any Post Award conference convened by the contracting activity or contract administration in accordance with Federal Acquisition Regulation subpart 42.5.Offerors are reminded that they must propose on the issued plans and specifications as amended under solicitation as revised by changes issued under this solicitation. The offeror shall not add any voluntary alternates or options to the pricing schedule, or submit any deviations, conditions, or exceptions as it may render the offer unacceptable. INSTRUCTIONS, CONDITIONS AND OTHER STATEMENTS TO BIDDERS/OFFERORS 2.1 52.211-6 BRAND NAME OR EQUAL (AUG 1999) (a) If an item in this solicitation is identified as "brand name or equal," the purchase description reflects the characteristics and level of quality that will satisfy the Government's needs. The salient physical, functional, or performance characteristics that "equal" products must meet are specified in the solicitation. (b) To be considered for award, offers of "equal" products, including "equal" products of the brand name manufacturer, must-- (1) Meet the salient physical, functional, or performance characteristic specified in this solicitation; (2) Clearly identify the item by-- (i) Brand name, if any; and (ii) Make or model number; (3) Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and (4) Clearly describe any modifications the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modifications. (c) The Contracting Officer will evaluate "equal" products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. (d) Unless the offeror clearly indicates in its offer that the product being offered is an "equal" product, the offeror shall provide the brand name product referenced in the solicitation. (End of Provision) 2.2 52.216-1 TYPE OF CONTRACT (APR 1984) The Government contemplates award of a Firm Fixed Price contract resulting from this solicitation. (End of Provision) 2.3 52.222-5 DAVIS-BACON ACT--SECONDARY SITE OF THE WORK (JUL 2005) (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, Davis-Bacon Act, 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) 2.4 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 | Goals for female participation for each trade | for each trade ________________________________ | __________________________________ | 3.0 % | 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 Providence, RI (End of Provision) 2.5 52.225-10 NOTICE OF BUY AMERICAN ACT REQUIREMENT --CONSTRUCTION MATERIALS (FEB 2009) (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 Act--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 Act 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 Act 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 Act, 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) 2.6 52.233-2 SERVICE OF PROTEST (SEP 2006) (a) Protests, as defined in section 33.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the Government Accountability Office (GAO), shall be served on the Contracting Officer (addressed as follows) by obtaining written and dated acknowledgment of receipt from: Sandra Mosca, Contract Specialist Hand-Carried Address: Department of Veterans Affairs VAMC Providence Uncas Building, 3rd Floor 623 Atwells Ave Providence RI 02909 Mailing Address: Department of Veterans Affairs VAMC Providence 830 Chalkstone Avenue Providence RI 02908 (b) The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO. (End of Provision) 2.7 52.236-27 SITE VISIT (CONSTRUCTION) (FEB 1995) ALTERNATE I (FEB 1995) (a) The clauses at 52.236-2, Differing Site Conditions, and 52.236-3, Site Investigations and Conditions Affecting the Work, will be included in any contract awarded as a result of this solicitation. Accordingly, offerors or quoters are urged and expected to inspect the site where the work will be performed. (b) An organized site visit has been scheduled for- Wednesday, August 1, 2012 @ 11:00 am (c) Participants will meet at- Harwood Center, 385 Niagara Street, Providence, RI 02907 (End of Provision)2.8 VAAR 819.7003?ELIGIBILITY(a) Eligibility of SDVOSBs and VOSBs continues to be governed by the Small Business Administration regulations, 13 CFR subparts 125.8 through 125.13, as well as the FAR, except where expressly directed otherwise by the VAAR, and 38 CFR verification regulations for SDVOSBs and VOSBs.(b) At the time of submission of offer, the offeror must represent to the contracting officer that it is a—(1) SDVOSB concern or VOSB concern;(2) Small business concern under the North American Industry Classification System (NAICS) code assigned to the acquisition; and(3) Verified for eligibility in the VIP database.(c) A joint venture may be considered an SDVOSB or VOSB concern if(1) At least one member of the joint venture is an SDVOSB or VOSB concern, and makes the representations in paragraph (b) of this section;(2) Each other concern is small under the size standard corresponding to the NAICS code assigned to the procurement;(3) The joint venture meets the requirements of paragraph 7 of the size standard explanation of affiliates in FAR 19.101; and(4) The joint venture meets the requirements of 13 CFR 125.15(b), modified to include veteran-owned small businesses where this CFR section refers to SDVOSB concerns.(d) Any SDVOSB or VOSB concern (nonmanufacturer) must meet the requirements in FAR 19.102(f) to receive a benefit under this program.(e) Exceptions: At the time of submission of an offer, previously verified VOSB firms identified by the Center of Veterans Enterprise (CVE) as currently undergoing the VOSB status verification renewal process are eligible for an expedited status review. However, an award shall not be made to the offeror-firm until verification is complete.(End of Provision) 2.9 VAAR 852.233-70 PROTEST CONTENT/ALTERNATIVE DISPUTE RESOLUTION (JAN 2008) (a) Any protest filed by an interested party shall: (1) Include the name, address, fax number, and telephone number of the protester; (2) Identify the solicitation and/or contract number; (3) Include an original signed by the protester or the protester's representative and at least one copy; (4) Set forth a detailed statement of the legal and factual grounds of the protest, including a description of resulting prejudice to the protester, and provide copies of relevant documents; (5) Specifically request a ruling of the individual upon whom the protest is served; (6) State the form of relief requested; and (7) Provide all information establishing the timeliness of the protest. (b) Failure to comply with the above may result in dismissal of the protest without further consideration. (c) Bidders/offerors and contracting officers are encouraged to use alternative dispute resolution (ADR) procedures to resolve protests at any stage in the protest process. If ADR is used, the Department of Veterans Affairs will not furnish any documentation in an ADR proceeding beyond what is allowed by the Federal Acquisition Regulation. (End of Provision) 2.10 VAAR 852.233-71 ALTERNATE PROTEST PROCEDURE (JAN 1998) As an alternative to filing a protest with the contracting officer, an interested party may file a protest with the Deputy Assistant Secretary for Acquisition and Materiel Management, Acquisition Administration Team, Department of Veterans Affairs, 810 Vermont Avenue, NW., Washington, DC 20420, or for solicitations issued by the Office of Construction and Facilities Management, the Director, Office of Construction and Facilities Management, 810 Vermont Avenue, NW., Washington, DC 20420. The protest will not be considered if the interested party has a protest on the same or similar issues pending with the contracting officer. (End of Provision) PLEASE NOTE: The correct mailing information for filing alternate protests is as follows: Deputy Assistant Secretary for Acquisition and Logistics,Risk Management Team, Department of Veterans Affairs810 Vermont Avenue, N.W.Washington, DC 20420 Or for solicitations issued by the Office of Construction and Facilities Management: Director, Office of Construction and Facilities Management811 Vermont Avenue, N.W.Washington, DC 20420 2.11 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) 2.12 PARTNERING (a) In order to most effectively accomplish this contract, the Government proposes to form a cohesive partnership with the Contractor and its subcontractors. This partnership would strive to draw on the strengths of each organization in an effort to achieve a quality project, done right the first time, within the budget and on schedule. (b) This partnership will be totally voluntary. The focus of partnering is to build cooperative relationships with the private sector and avoid or minimize disputes and to nurture a more collaborative ethic characterized by trust, cooperation and teamwork. Partnering is defined as the creation of a relationship between the owner and contractor that promotes mutual and beneficial goals. It is a non-contractual, but formally structured agreement between the parties. The ultimate goal is the elimination of the "us" versus "them" thinking, and formation of a "we" mentality for the benefit of the project. (c) Any cost associated with effectuating this partnership will be agreed to by both parties and will be shared equally with no change in contract price. 2.13 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) 52.215-1INSTRUCTIONS TO OFFERORS--COMPETITIVEJAN 2004 ACQUISITION52.236-28PREPARATION OF PROPOSALS--CONSTRUCTIONOCT 19972.14.SUBMISSION OF PROPOSAL2.14.1.GENERAL INFORMATIONThis solicitation is for a firm, fixed price construction contract. The Government intends to award a contract to one offeror deemed responsible in accordance with Federal Acquisition Regulation (FAR) whose proposal conforms to the RFP's requirements and are judged to represent the Best Value to the Government. The Best Value is the most advantageous offer, price and other factors considered, and consistent with the Government's stated importance of evaluation criteria. This may result in award being made to a high-rated, higher priced offeror when the Contracting Officer determines Technical capability and Past Performance of the higher-priced offeror outweighs the cost difference. To arrive at a Best Value decision, the Contracting Officer will integrate the evaluation of the Technical Evaluation Factor Management Approach, Past Performance, and Price. Management Approach and Past Performance, which are of equal weight, but when combined are significantly more important than Price. While the Government and the Contracting Officer will strive for maximum objectivity, the evaluation process, by its nature, is subjective and therefore professional judgment is implicit through the entire evaluation process. The source selection process will be conducted in accordance with FAR Part 15.3, source selection procedures. Offers will be evaluated using the criteria listed in "Evaluation Factors and Basis for Award." The Contracting Officer will conduct proposal compliance review after closing for determination of basic proposal adequacy prior to providing the proposals to the evaluation board. Failure to provide a complete proposal consisting of all required documentation may result in the proposal being removed from further consideration for award. Noncompliance with the RFP requirements may raise serious questions regarding an offeror's technical or cost performance. Failure to include all information requested may adversely affect the evaluation. A proposal that is orderly and sufficiently documented will facilitate the Government's understanding and will enable the Government to perform a thorough and fair evaluation. Offerors must ensure that no pricing information for this solicitation is displayed with the technical evaluation documentation of Management Approach and Past Performance. Although the assessment of Past Performance as a specific evaluation factor is separate and distinct from the Determination of Responsibility required by FAR Part 9, Past Performance information obtained herein will be used during the Government's responsibility determination. The Government also reserves the right to obtain additional information solely for the purpose of making a responsibility determination from all offerors after receipt of proposals. Requests for responsibility information do not constitute discussions. Offerors are cautioned to read the requirements of VAAR 852.219-10, VA NOTICE OF TOTAL SERVICE-DISABLED VETERAN OWNED SMALL BUSINESS SET-ASIDE (DEC 2009); paragraph (c) (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. The offeror shall be capable of self-performing at least the minimum of 25%. The contract resulting from this solicitation is not intended for management firms. OFFERORS SHALL COMPLETE THE ATTACHED CALCULATION OF SELF-PERFORMED WORK AND SUBMIT THE COMPLETED FORM WITH THEIR PROPOSAL.Additionally, offerors must be certified by the Center for Veterans Enterprises (CVE) upon submission of proposals. 2.14.2.The Proposal:The proposal must set forth full, accurate and complete information as required by the solicitation. The Government will rely on such information for the award of the contract. By submission of the offer, the Offeror agrees that all items proposed (if applicable e.g. key personnel, subcontractors, safety plan, etc.) will be utilized for the duration of the contract and any substitutions will require prior Contracting Officer's approval. The offeror shall be held responsible for the validity of all information supplied in the proposal, including the information provided by potential subcontractors. Should subsequent investigation disclose that the facts and conditions were not as stated, the proposal may be rejected. The Government reserves the right to award a contract without discussions; reject any or all proposals at any time prior to award if such action is in the Government's best interest; negotiate with all offerors; award a contract to other than the offeror submitting the lowest prices or highest technically rated; and award a contract to the offeror submitting a proposal determined by the Government to be the most advantageous to the Government. 2.14.3. EVALUATION FACTORS AND BASIS FOR AWARD Evaluation factors of Technical Evaluation Factor, which is Management Approach, and Past Performance, which are of equal weight, but when combined are significantly more important than the Price Evaluation Factor. The evaluation process is as follows: Evaluation factors of Technical Evaluation Factor, which is Management Approach, and Past Performance, which are of equal weight, but when combined are significantly more important than the Price Evaluation Factor. The evaluation process is as follows: The Government will evaluate and rate an offeror's Management Approach proposal using a color rating that combines technical merit and proposal risk.The Government will evaluate and rate an offeror’s Past Performance using a risk rating that most accurately defines the offeror's performance risk considering each sub-factor identified in this section. NOTE: A Past Performance questionnaire is attached. Offerors should distribute the questionnaire to former clients, who will in turn complete the questionnaire and forward it directly to the Contract Specialist prior to the due date of offers. The Government will evaluate the reasonableness of the total proposed price. PROCESS: The following process will be used to determine the best value for the selection of the contract award: The color rating of Management Approach and the risk assessment of Past Performance will be evaluated in conjunction with the Price proposed to determine a Best Value decision. The offeror that presents the best value to the Government will be selected for award. To arrive at a Best Value decision, the Source Selection Authority will integrate the evaluation of Management Approach, Past Performance and Price; Management Approach and Past Performance, when combined, are significantly more important than Price. The firm that represents the best value to the Government will be selected for award. The Government intends to evaluate proposals and award a contract without discussions with offerors (except clarifications as described in FAR 15.306(a)). Therefore, the offeror's initial proposal should contain the offeror's best terms from a cost or price, management approach and past performance. The Government reserves the right to conduct discussions if the Contracting Officer later determines them to be necessary. The Government reserves the right to waive informalities and minor irregularities in offers received. If a minor clerical error has occurred, then the offeror may be given an opportunity to correct the minor error within the constraints of the "clarifications" process.TECHNICAL PROPOSAL EVALUATONThe evaluation of each Technical Proposal of Management Approach will evaluate and measure the ability of the offeror to effectively manage the work. The Government will determine, based on the information provided, if the offeror has demonstrated the ability to perform complete project management if awarded a contract. The evaluation will be divided into four (4) subfactors, all approximately equal in weight. Ability to Adhere to Construction Schedule for completion within 120 days from Notice to Proceed as specified in the solicitation.Technical Approach.Experience in installing the Pegasys Security System and Pelco Endura Security Camera System.Effective Construction Safety Plan and demonstrated satisfactory record of safety performance on past projects.Ability to adhere to construction schedule for completion within 120 days from Notice to Proceed as specified in the solicitation.Using the information submitted in response to the solicitation, the Government will evaluate the offerors’ scheduling methodology to determine if they have scheduling processes that ensure completion and control of the project from beginning to end. The proposal should demonstrate an understanding of the limitations of the schedule as well as an understanding that an appropriate schedule will result in successful completion of the project. Proposals describe capability to meet CPM form requirements and demonstrate, with a sample schedule, the ability to appropriately utilize this method of scheduling. Based on the information provided in response to the RFP, evaluate the probability of the offeror’s ability to meet the contract completion time. Technical Approach Using the information submitted in response to the solicitation, the Government will evaluate the offeror’s ability to successfully perform work required under this project. The narrative should address the functions, responsibilities, authorities, and duties of proposed technical staff to determine if offeror has the ability to manage and perform the project without significant difficulty. Specific details should also be addressed in the proposal to demonstrate sequence of work to be performed in a realistic fashion; i.e. coordination with subcontractors, etc. The proposal should also identify key personnel proposed for the project and their documented experience on successful completion of contracts. Cost control successes should be documented for other completed contracts. Proposal addresses ability to work cooperatively with other contractors working in adjacent spaces and also addresses the ability to work in occupied spaces, including flexibility with scheduling. 2.15.1.3. Experience in installing the Pegasys Security System and the Pelco Endura Security Camera System. 2.15.1.3.1. Using the information submitted in response to the solicitation, the Government will evaluate the offeror’s ability to perform work required under this project with relation to experience directly related to installing the Pegasys Security System and Pelco Endura Security Camera System to include those projects completed within the past five (5) years with comparably sized projects. The proposal submission can address the installation for the Pegasys Security System and Pelco Endura Camera System projects or the same work accomplished within other performance of contract work. The proposal narrative should adequately describe key personnel experience; address equipment to be utilized (owned or rented); and any other documentation relative to this project. The proposal should include documentation to show only experienced Pelco Endura “certified” contractors will provide the installation of the Pelco Endura Camera System. 2.15.1.4. Effective Construction Safety Plan and demonstrated satisfactory record of safety performance on past projects.Using the information submitted in response to the solicitation, the Government will evaluate the offeror’s ability to submit and comply with an effective construction safety plan that meets the requirements of the Construction Safety Plan checklist incorporated as an attachment in the solicitation. The offeror should develop a proposed plan in response to this evaluation factor. Additionally the proposal should include documentation regarding the successful training of personal in accordance with OSHA requirements (i.e., 30-hour or 10-hour completed OSHA training. The narrative demonstrates familiarity with and/or plans to adhere to OSHA requirements and other safety requirements incorporated in the solicitation. Additionally, the proposal should contain relevant information regarding any safety accidents or violations and corrective action taken or demonstrates no documented violations. Offeror shall demonstrate that the company has no more than three serious, or one repeat, or one willful OSHA or EPA violation(s) in the past three years and has an Experience Modification Rate (EMR) of equal to or less than 1.0. Training and other related documentation is provided for key personnel proposed to work on this project. Offeror shall complete the attached Pre-Award Contractor Evaluation Form for Safety and submit it with your narrative response to this sub-factor. The Government will rate an offeror's Technical proposal, at the factor level, using a color rating that combines technical merit and proposal risk that most accurately defines the offeror's performance risk considering all subfactors identified in this section.Color Rating Evaluation CriteriaBlueProposal meets all solicitation requirements, demonstrates an excellent understanding of the requirements and has salient features that offer significant advantage to the Government. Excellent in all respects. Advantages/strengths not offset by disadvantages/weaknesses. Very good probability of success with overall very low degree of risk in meeting Government requirements. GreenProposal meets most solicitation requirements and demonstrates an adequate understanding of the requirements but does not offer significant advantages to the Government over basic RFP requirements. Disadvantages/weaknesses are not significant, unless significant advantages are proposed that outweigh significant disadvantages. Where there were areas of concern, clarifications, given by contractor, were acceptable. Good probability of success with overall low degree of risk in meeting the Government requirements. YellowProposal meets some but not all the RFP requirements, but offers disadvantages (weaknesses) outweighing other advantages (strengths). Examples: little or no experience cited; weak proposal; mimics RFP language rather than expressing offeror’s approach or understanding of the RFP. Probability of success considered less than full confidence (moderate risk). PinkProposal meets some but not all the RFP requirements. Examples: Proposal does not address all required RFP criteria; little or no experience to the extent that Overall quality cannot be determined because of errors, omissions or deficiencies that may be capable of being corrected without a major rewrite or revision of proposal. Probability of success is questionable without further explanation by offeror. (Unacceptable risk). RedProposal demonstrates little to no understanding of the requirements; or approach fails to adequately meet acceptable performance expectations. Proposal contains major errors; omissions or deficiencies and these conditions cannot be corrected without a major rewrite or resubmission. There is an unacceptably high degree of risk in meeting the Government's requirements. Not awardable as proposed.2.16.PAST PERFORMANCE EVALUATION:The Past Performance proposal evaluation will consider such things as an offeror's business practices, customer relationship, and ability to successfully perform as proposed and other considerations considering currency, relevancy, sources, context, and trends. Past Performance includes current on-going (present) performance. The Government will conduct a performance risk assessment based upon the Past Performance of the offeror as it relates to the probability of successful accomplishment of the work required by the solicitation. 2.16.3. The Government will rate an offeror's Past Performance at the factor level using descriptive adjectives that most accurately define the offeror's performance risk considering all potential evaluation criteria identified in this section. Relevance will be considered in the overall Past Performance rating. Ratings will consider the offeror's Past Performance considering currency, relevancy, sources, context, and trends. The Past Performance evaluation will include, but is not limited, to the following:Quality- Management and WorkmanshipTimeliness and adherence to schedule Specification complianceOfferor’s business practices Customer relationshipInfection ControlAbility to successfully performOverall customer satisfaction2.16.4. To conduct the performance risk assessment, the Government may use data provided by the offeror, and data obtained from other sources. The Government may: evaluate present and past performance information through the use of questionnaires completed by the offeror's references; use data independently obtained from other Government or commercial sources, including, but not limited to Government databases; and/or rely upon personal business experience with the offeror. The evaluation will also consider information provided relative to corrective actions taken to resolve problems on past or existing contracts and trends in performance.The evaluation may take into account Past Performance information regarding predecessor companies, key personnel who have relevant experience or subcontractors that will perform major or critical aspects of the requirement when such information is relevant to this acquisition. If multiple subcontractors are provided for the same discipline the government will use the lowest rated subcontractor in the evaluation. Past Performance information on contracts not listed by the offeror, or that of planned subcontractors, may also be evaluated. The Government may contact references and contact parties other than those identified by the offeror, and information received may be used in the evaluation of the offeror’s Past Performance. While the Government may elect to consider data obtained from other sources, the burden of providing current accurate and complete Past Performance information rests with the offeror. The Government reserves the rights to obtain and evaluate Past Performance information from any source it deems appropriate. An offeror with no Past Performance may receive a rating based on the evaluation of its predecessor companies, key personnel, and/or subcontractors. These ratings may have the same weight as the ratings of the proposing company. If such information is not applicable (i.e., the offeror does not have a predecessor company, key personnel or subcontractors with relevant experience), the offeror shall be evaluated as "Neutral”. However, the proposal of an offeror with no relevant Past Performance history, while rated ”Neutral” in Past Performance, may not represent the most advantageous proposal to the Government and thus, may be an unsuccessful proposal when compared to the proposal of other offerors. Currency, Relevancy, Trends: The Government will consider the currency, relevancy and trends of the performance information while conducting its performance evaluation. Exhibit As may be used for this purpose. For the purpose of this solicitation, currency is performance occurring within the last five years through the solicitation release date. Within this period, performance occurring later in the period may have greater significance than work occurring earlier in the period. For example, performance information for work occurring during 2010 may have greater importance than performance information for work occurring during 2008.The Government may consider an offeror’s previous contracts in the aggregate in determining relevancy, should the offeror’s present and past performance lend itself to this approach. For example, an offeror’s work experience on three contracts may, by definition, represent only a semi-relevant effort when each contract is considered as a stand-alone effort. However, when these contracts are performed concurrently (in part or in whole) and are assessed in the aggregate, the work may more accurately reflect a very relevant effort. The following weightings apply to relevancy considering all the elements listed above;VERY RELEVANT - Past/present performance efforts involve the magnitude of effort and complexities which are essentially what this solicitation requires;RELEVANT - Past/present performance efforts involved less magnitude of effort and/or complexities, including some of what this solicitation requires; SEMI-RELEVANT - Past/present performance efforts involved much less magnitude of effort and/or complexities, including some of what this solicitation requires; NOT RELEVANT - Past/present performance efforts involved none or significantly less magnitude of effort and complexities, of what this solicitation requires. In accordance with FAR 15.306(a)(2), if award will be made without conducting discussions, offerors may be given the opportunity to clarify certain aspects of their proposals, e.g., the relevance of an offeror's Past Performance information and adverse Past Performance information to which the offeror has not previously had an opportunity to respond, or to resolve minor clerical errors.PAST PERFORMANCE RATINGS: The following ratings and related definitions will be used to define the performance risk.Very Low Risk: Performance met all contract requirements and exceeded many to the Government's benefit. Problems, if any, were negligible and were resolved in a timely and highly effective manner. Performance was generally current and very relevant to relevant. Excellent probability of success with overall very low degree of risk in meeting Government's requirements.Low Risk: Performance met contract requirements. Good quality. Minor problems may have been identified however; contractor took satisfactory corrective action to resolve where appropriate. Performance was current and generally very relevant to relevant. Good probability of success with overall low degree of risk in meeting the government's requirements.Average Risk: Performance met most contract requirements. Adequate quality. Problems may have been identified however; contractor usually took adequate corrective action. Performance was current and generally very relevant to semi-relevant. OR Although performance exceeds expectations and was rated excellent to very good the projects submitted were generally semi-relevant to the efforts required by this solicitation. Fair probability of success with an average degree of risk in meeting the government's requirements.Above Average Risk: Performance met some contract requirements. Fair quality. Problems may have been identified however; contractor sometimes took corrective action, but not always to the owners satisfaction. Performance was current and generally very relevant to semi-relevant. Fair probability of success with an overall above average risk in meeting the government’s requirements.High Risk: Performance did not meet some contractual requirements. There were problems, some of a somewhat serious to serious nature. Contractor's corrective action was sometimes marginally effective to ineffective. Performance was current and very relevant to semi-relevant. Probability of success is questionable with an unacceptably high degree of risk in meeting the government’s requirements.Neutral: No current and/or relevant performance record is identifiable upon which to base a meaningful performance risk prediction. A search was unable to identify any relevant Past Performance information for the offeror or key team members/subcontractors or their key personnel. This is neither a negative or positive assessment. Unknown2.17.PRICE EVALUATION - The purpose of the Price/cost evaluation is to provide an assessment of the reasonableness of the proposed price/cost in relation to the solicitation requirements. Proposals will be evaluated in the following manner.2.17.1.The Government evaluation team will conduct a Price evaluation of each offeror's Price proposal to determine whether or not each proposal complies with the stated criteria: "Reasonableness". 2.17.2.Those proposals evaluated as not satisfying all of the price/cost criteria may be eliminated from consideration for award unless the Contracting Officer determines a minor clerical error has occurred, then the offeror may be given an opportunity to correct the minor error within the constraints of the "clarifications" process or the Contracting Officer determines discussions are required.2.17.3.Reasonableness of an offeror's proposal is evaluated through cost or price analysis techniques as described in FAR Subpart 15.305(a) (1) and (4). For cost (Price) to be reasonable, it must represent a cost (Price) that provides best value to the Government when consideration is given to prices in the market, (market conditions may be evidenced by other competitive proposals ), technical and functional capabilities of the offeror. 2.17.4.Discounts: Prompt payment discounts will not be considered in the evaluation of offers. However, any offered discount will form part of the resulting contract. Discounts will be taken if payment is made within the discount period indicated in the offer by the offeror. 2.18.SUBMISSION OF PROPOSAL Important Note: Respond to all requirements of the solicitation. Failure to provide the information required will render the offer unacceptable. The Government intends to award a contract resulting from this solicitation without holding discussion, therefore, offerors shall ensure that their initial proposal provides the best terms from a price and technical standpoint. Offerors shall submit proposals, in response to this solicitation, in two separate volumes as follows: VOLUME I – MANAGEMENT APPROACH and PAST PERFORMANCE - Include all information required for evaluation, excluding any reference to price. Offerors shall provide (1) Original and (2) copies of Volume I, AS WELL AS AN ELECTRONIC COPY ON A DISK. Address all required evaluation criteria in paragraphs 2.15 and 2.16 above. VOLUME II – PRICE: Include all information required for evaluation as well as the required completed solicitation sections and the Self-Performance Calculation Worksheet. Offerors shall provide (1) Original and (2) copies of Volume II, AS WELL AS AN ELECTRONIC COPY ON A DISK. Address all required evaluation criteria, as specified below. VOLUME I: Requirements for Proposal Content: The proposal shall concisely describe the offeror's response to the requirements of the solicitation. Elaborate artwork, expensive paper or bindings, and expensive visual or other aids are not necessary. Additionally, the use of general or vague statements such as "standard procedures will be used' or "good business practices will be employed' are not acceptable. Volume I shall not exceed 50 pages. Tab each section and number each page in each section. Provide a table of contents. VOLUME II: Price Proposal RequirementsThe price proposal shall consist of the following: The offeror shall complete the SF1442 and pricing schedule and submit to the Contracting Office prior to or on the date specified for receipt of proposals. The offeror shall also submit, with the above documentation an itemized price breakdown with their proposal in sufficient detail to permit a complete analysis of labor burden, materials, equipment, transportation, supervision, disposal costs and overhead and profit and shall cover all work involved in the contract. Additionally, the offeror shall submit the Representations and Certification incorporated in FAR 52.204-8 and the Self-Work Calculation Worksheet.PAST PERFORMANCE QUESTIONNAIRE – SOLICITATION VA241-12-R-0907Instructions to Offeror for sending Reference Questionnaire Forms: Prepare and send a reference questionnaire package for each project you list as a reference for the Past Performance evaluation factor. You are encouraged to send a questionnaire to other clients of contracts. For Government contracts, send to Contracting Officer or Contracting Officer’s Representative. For commercial references send to personnel with duties similar to those for Government contracts. It is your responsibility to follow-up and to encourage your references to send in their questionnaire. If you have multiple references at one location, send one cover letter and questionnaire for each contract you want a reference for. Your questionnaire package should contain the following.Cover Letter (See SAMPLE)Respondent Info Rating Sheets. Offeror should put name in spaces indicated and ensure it is on every page for identification purposesSuggested - Pre Addressed stamped envelope to return to Contracting Officer.OFFEROR SHOULD PLACE THEIR NAME ON TOP OF EACH QUESTIONNAIRE PAGE!!!OFFEROR SHOULD DELETE THESE INSTRUCTIONS BEFORE SENDING OUT QUESTIONNAIRESSAMPLE TRANSMITTAL LETTERYour Company LetterheadDate: _________________To: ________________________________________________________________________________________________________________________We have listed your firm as a reference for the work we have performed for you as listed below. Our firm has submitted a proposal under a project advertised by the Department of Veterans Affairs- Providence, 830 Chalkstone Avenue, Providence, RI 02908. In accordance with Federal Acquisition Regulations (FAR), they will evaluate our firm's past performance. Your candid response to the attached questionnaire will assist the evaluation team in this process. We understand that you have a busy schedule and your participation in this evaluation is greatly appreciated. Please complete the enclosed questionnaire as thoroughly as possible. Space is provided for comments. Understand that while the responses to this questionnaire may be released to the offeror, FAR 15.306 (e)(4) prohibits the release of the names of the persons providing the responses. Complete confidentiality will be maintained. Only one response from each office is required. Please send your completed questionnaire to the following address to arrive NOT LATER THANAugust 24, 2012. Do not return them to our company. Department of Veterans AffairsContracting Office, Eagle Square, Uncas Bldg, 3rd FloorATTN: Sandra Mosca, Contracting Officer (650/90C)830 Chalkstone AvenueProvidence, RI 02908or email to: Sandra. Mosca@ or Fax (401) 421-0592If you have questions regarding the attached questionnaire, or require assistance, please contact Sandra Mosca at (401) 459-4760x1587. Thank you for your assistance. E-Mail is preferred.Signature and TitleSOURCE SELECTION SENSITIVE WHEN COMPLETED*****NOT TO BE RELEASED OUTSIDE GOVERNMENT CHANNELS***** RETURN THIS PAGE WITH QUESTIONAIRE ATINGDEFINITIONExceptional (E)Indicates the contractor’s performance record within the area of evaluation Exceeded that required by the contract.Very Good (VG)Indicates the contractor’s performance record within the area of evaluation Met All contractual requirements.Satisfactory (S)Indicates the contractor’s performance record within the area of evaluation Met Essentially All contractual requirements.Marginal (M)Indicates the contractor’s performance record within the area of evaluation Met Some of the contractual requirements. However, changes to the contractor’s existing processes may be necessary in order to achieve contract requirements.Unsatisfactory (U)Indicates the contractor’s performance record within the area of evaluation Failed to Meet the minimum Government requirements.Unknown or Not Applicable (N/A)The question does not apply. No performance record identifiable within the area of evaluation.(Part 1 Contractor submitting Proposal fill-in)Reference is provided for: ____________________________________Contract Number or Project Title______________________________________________________Date of Award/Completion Date______________________________________________________Location_________________________________________________________________________Dollar Amount____________________________________________________________________Brief Description of work and your role in the referenced contract: ___________________________________________________________________________________________________________ (Part 2 Person providing Reference) Reference is provided by: ____________________________Company/Agency: _________________________________________________________________Business Address; _______________________________________________________________________________________________________________________________________________Telephone Number: _______________________________________________________________ E-Mail Address: __________________________________________________________________Relationship to Contract: ___________________________________________________________If information in Part 1 is not accurate please indicate.To obtain an electronic version of the form please contact: Sandra.Mosca@. THE QUESTIONNAIRE SHOULD BE SUBMITTED BY THE FOLLOWING MEANS: Email is the preferred method. Fax (401) 421-0592. Forms may be mailed to Department of Veterans Affairs, Contracting Office, Eagle Square, Uncas Building, 3rd Floor, ATTN: Sandra Mosca (650/90C), 830 Chalkstone Avenue, Providence, RI 02908Mark cover sheet: (Attention: RFP VA241-12-R-0907 – Install Security and Camera Systems, Harwood Center “Source Selection Sensitive Information”)Quality- Management and Workmanship (1) How well did the Offeror utilize quality control process that ensured conformance to scope and quality requirements?EVGSMUNAREMARKS: ____________________________________________________________________________________(2) ?Adequacy of Submittals. Were submittals well researched and did they clearly identify the proposed item?EVGSMUNAREMARKS: ____________________________________________________________________________________(3) Did reports / records submitted completely and accurately satisfy requirements. ?EVGSMUNAREMARKS: ____________________________________________________________________________________Timeliness and adherence to schedule: Rate how well the Offeror met the following:(4)?Timeliness in completing the project EVGSMUNAREMARKS: ____________________________________________________________________________________(5)??Did the contractor provide timely notices of delays/schedule revisions?EVGSMUNAREMARKS: ____________________________________________________________________________________(6)? Timeliness in submitting submittals and reports and responding to agency inquiries, RFP's, etc.EVGSMUNAREMARKS: ____________________________________________________________________________________Offeror’s Specification Compliance, business practices/Customer Relationship and Ability to Perform(7) Did the contractor provide adequate, competent and qualified management, key personnel and technical personnel capable of meeting contract requirements throughout the performance period of the contract and did contractor comply with specifications? EVGSMUNAREMARKS: ____________________________________________________________________________________(8)?How well did the contractor work independent of Government guidance, oversight and assistance?EVGSMUNAREMARKS: ____________________________________________________________________________________(9) Did contractor maintain a good relationship with agency contracting and technical/project mgt. personnel?EVGSMUNAREMARKS: ____________________________________________________________________________________(10) ?How effective was the contractor in meeting Cost/Price performance targets and controlling costs (i.e. changes, etc.)? Did they demonstrate reasonableness in modifications scope and costs?EVGSMUNAREMARKS: ____________________________________________________________________________________(11) Were?Subcontractors / tradesmen adequately managed and coordinated? Explain any subcontracting issues (positive or negative) that impacted the performance of your contract(s). EVGSMUNAREMARKS: ____________________________________________________________________________________(12) How flexible, cooperative, and reasonable was the contractor in meeting mission requirements, particularly when faced with short-notice mission changes? EVGSMUNAREMARKS: ____________________________________________________________________________________(13)?How timely and effective were the contractor’s responses to and resolution of Technical problems? Did the Site Manager have sufficient authority to make decisions or take actions during project performance? ( ) yes ( ) noEVGSMUNAREMARKS: ____________________________________________________________________________________(14) How effective was the offeror’s environmental program, oversight, project management and QC staff?EVGSMUNAREMARKS: ____________________________________________________________________________________(15)?Was the Site Manager consistently present on site when work was performed?EVGSMUNAREMARKS: ____________________________________________________________________________________(16) Did the contractor demonstrate the ability to execute multiple projects at the same time?EVGSMUNAREMARKS: ____________________________________________________________________________________(17)?How effective was the contractor’s safety program to ensure compliance with federal, state and local regulations? Did the contractor implement and follow their safety plan? Did they run a “safe jobsite”? EVGSMUNAREMARKS: ____________________________________________________________________________________(18)??Applicable to Federal Contracts – How well did the contractor comply with applicable Federal Laws and Regulations such as Davis Bacon Act – timely payrolls and compliance; Drug-Free Workplace; Environmental Regulations and Use of Recovered Materials; Executive Order 13101?EVGSMUNAREMARKS: ____________________________________________________________________________________Infection Control(19) ?Did the contractor have an Infection Control Process in place and how well did the contractor comply with agency Infection Control Requirements?EVGSMUNAREMARKS: ____________________________________________________________________________________(20) How would you rate the Contractor’s overall performance? Given the opportunity, would you select this offeror again? (Y____N____)EVGSMUNA(21)?What were the contractor’s top documented strengths, if any, in performing the contract requirements?REMARKS: ____________________________________________________________________________________(22)?What were the contractor’s top documented weaknesses, if any, in performing the contract requirements?REMARKS: ____________________________________________________________________________________(23)?Please Provide Any Additional Information You Feel Is Important Not Covered Elsewhere:REMARKS: ____________________________________________________________________________________Thank you for your remarks. Be sure to return to the Contracting Agency and not to the Contractor you are providing a reference for. RESPONDENT NAME: ___________________________________________Respondent Signature ____________________________________Date Completed: ________________ CALCULATION OF SELF-PERFORMED WORKSUBMITTED IN RESPONSE TO RFP VA241-12-R-0907 – Install Security and Camera Systems, Harwood Center for the VAMC Providence, RIUse a format similar to the following to identify and calculate cost of the work to be self-performed. Refer to the definitions pertaining to “Self-performance of work”, “On the Site” and “Total amount of work to be performed under the contract”. (Includes mobilization and utilization of owned or rented plant and equipment to be operated by the prime contractor’s own employees; only those materials which will be both purchased and installed by the prime’s own forces; labor associated with those aforementioned materials or equipment; only those supplies to directly support work performed by the contractor’s own employees; and the contractor’s own job overhead costs.) Clearly describe the work to be self-performed: __________________________________________________________________________________ _______________________________________________________________________________ _______________________________________________________________________________ _______________________________________________________________________________ Show Calculation of Self-Performed work: __________________________________ B.1 Total Offer Price: $_________________ B.2 If applying for consideration as a General Contractor (multi-discipline projects) work must be self performed $_____________ B.3 Subtract G&A, home office overhead, prime contractor’s markups for profit, bond, state use tax, etc. ($)_________________________________________ B.4 Remainder is “Total amount of work to be performed under the Contract” = $__________________ B.5 “Work to be self-performed”: = $ _________________________________ Amount shown on this line should match the amount shown for “Show Calculation of Self-Performed work”? (Includes mobilization and utilization of owned or rented plant and equipment to be operated by the prime contractor’s own employees; only those materials which will be both purchased and installed by the prime’s own forces; labor associated with those aforementioned materials or equipment; only those supplies to directly support work performed by the contractor’s own employees; and the contractor’s own job overhead costs.) B.6 25 % Self-performed Work = Line B.5 / B.4 X 100% = ________________________% FORM FOR BIDDER/OFFEROR TO COMPLETE & SUBMIT WITH BID/PROPOSAL(FROM CFM WEBSITE)Pre-Award Contractor Evaluation FormCompany Name: ______________________________________________Address: _____________________________________________________Telephone: ______________________ Fax: ________________________Email: _______________________________________________________Contact: ______________________________________________________1. Utilizing your OSHA 300 Forms, please complete the following information:Category2008200920102011Number of man hours (jobsite and office).Number of cases involving days away from work, restricted activity, or both (Column H and I of OSHA 300).Days away, restricted, or transferred rate (# of days away, restricted, or transferred cases x 200,000/# of man hours) (DART Rate).Number of serious, willful, or repeat violations from OSHA within the last 3 years. Please attach explanation for any violations. (Four serious, one repeat, or one willful disqualifies the contractor.)Please attach copies of the following documents: OSHA 300 and 300a Forms. These forms can be accessed through the OSHA publications search page: your six-digit North American Industrial Classification System (NAICS) Code for this acquisition: __________________________________3.Who administers your company’s Safety and Health Program? __________________________________pany’s Insurance Experience Modification Rate (EMR) for the past 3 years (an EMR of greater than 1.0 disqualifies the contractor): _____________ REPRESENTATIONS AND CERTIFICATIONS 3.1 52.204-8 ANNUAL REPRESENTATIONS AND CERTIFICATIONS (MAY 2012) (a)(1) The North American Industry Classification System (NAICS) code for this acquisition is 238210. (2) The small business size standard is $14 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 clause at 52.204-7, Central Contractor Registration, is included in this solicitation, paragraph (d) of this provision applies. (2) If the clause at 52.204-7 is not included in this solicitation, and the offeror is currently registered in CCR, and has completed the ORCA 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 ORCA 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 clause at 52.204-7, Central Contractor Registration. (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. This provision applies to solicitations using funds appropriated in fiscal years 2008, 2009, 2010, or 2012. (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) 52.214-14, 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. (viii) 52.215-6, Place of Performance. This provision applies to solicitations unless the place of performance is specified by the Government. (ix) 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. (x) 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. (xi) 52.222-22, Previous Contracts and Compliance Reports. This provision applies to solicitations that include the clause at 52.222-26, Equal Opportunity. (xii) 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. (xiii) 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. (xiv) 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. (xv) 52.223-4, Recovered Material Certification. This provision applies to solicitations that are for, or specify the use of, EPA-designated items. (xvi) 52.225-2, Buy American Act Certificate. This provision applies to solicitations containing the clause at 52.225-1. (xvii) 52.225-4, Buy American Act--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 $77,494, the provision with its Alternate II applies. (D) If the acquisition value is $77,494 or more but is less than $100,000, the provision with its Alternate III applies. (xviii) 52.225-6, Trade Agreements Certificate. This provision applies to solicitations containing the clause at 52.225-5. (xix) 52.225-20, Prohibition on Conducting Restricted Business Operations in Sudan--Certification. This provision applies to all solicitations. (xx) 52.225-25, Prohibition on Contracting with Entities Engaging in Sanctioned Activities Relating to Iran--Representation and Certification. This provision applies to all solicitations. (xxi) 52.226-2, Historically Black College or University and Minority Institution Representation. This provision applies to-- (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 certifications are applicable as indicated by the Contracting Officer: [](i) 52.219-22, Small Disadvantaged Business Status. [](A) Basic. [](B) Alternate I. [](ii) 52.222-18, Certification Regarding Knowledge of Child Labor for Listed End Products. [](iii) 52.222-48, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment Certification. [](iv) 52.222-52 Exemption from Application of the Service Contract Act to Contracts for Certain Services--Certification. [](v) 52.223-9, with its Alternate I, Estimate of Percentage of Recovered Material Content for EPA-Designated Products (Alternate I only). [](vi) 52.227-6, Royalty Information. [](A) Basic. [](B) Alternate I. [](vii) 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 Online Representations and Certifications Application (ORCA) website accessed through . After reviewing the ORCA 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 ORCA. (End of Provision) 3.2 52.223-9 ESTIMATE OF PERCENTAGE OF RECOVERED MATERIAL CONTENT FOR EPA-DESIGNATED ITEMS (MAY 2008) (a) Definitions. As used in this clause-- "Postconsumer material" means a material or finished product that has served its intended use and has been discarded for disposal or recovery, having completed its life as a consumer item. Postconsumer material is a part of the broader category of "recovered material." "Recovered material" means waste materials and by-products recovered or diverted from solid waste, but the term does not include those materials and by-products generated from, and commonly reused within, an original manufacturing process. (b) The Contractor, on completion of this contract, shall-- (1) Estimate the percentage of the total recovered material content for EPA-designated item(s) delivered and/or used in contract performance, including, if applicable, the percentage of postconsumer material content; and (2) Submit this estimate to the COR. (End of Clause) GENERAL CONDITIONS 4.1 52.204-10 REPORTING EXECUTIVE COMPENSATION AND FIRST-TIER SUBCONTRACT AWARDS (FEB 2012) (a) Definitions. As used in this clause: "Executive" means officers, managing partners, or any other employees in management positions. "First-tier subcontract" means a subcontract awarded directly by a Contractor to furnish supplies or services (including construction) for performance of a prime contract, but excludes supplier agreements with vendors, such as long-term arrangements for materials or supplies that would normally be applied to a Contractor's general and administrative expenses or indirect cost. "Total compensation" means the cash and noncash dollar value earned by the executive during the Contractor's preceding fiscal year and includes the following (for more information see 17 CFR 229.402(c)(2)): (1) Salary and bonus. (2) Awards of stock, stock options, and stock appreciation rights. Use the dollar amount recognized for financial statement reporting purposes with respect to the fiscal year in accordance with the Financial Accounting Standards Board's Accounting Standards Codification (FASB ASC) 718, Compensation-Stock Compensation. (3) Earnings for services under non-equity incentive plans. This does not include group life, health, hospitalization or medical reimbursement plans that do not discriminate in favor of executives, and are available generally to all salaried employees. (4) Change in pension value. This is the change in present value of defined benefit and actuarial pension plans. (5) Above-market earnings on deferred compensation which is not tax-qualified. (6) Other compensation, if the aggregate value of all such other compensation (e.g., severance, termination payments, value of life insurance paid on behalf of the employee, perquisites or property) for the executive exceeds $10,000. (b) Section 2(d)(2) of the Federal Funding Accountability and Transparency Act of 2006 (Pub. L. 109-282), as amended by section 6202 of the Government Funding Transparency Act of 2008 (Pub. L. 110-252), requires the Contractor to report information on subcontract awards. The law requires all reported information be made public, therefore, the Contractor is responsible for notifying its subcontractors that the required information will be made public. (c)(1) Unless otherwise directed by the contracting officer, by the end of the month following the month of award of a first-tier subcontract with a value of $25,000 or more, (and any modifications to these subcontracts that change previously reported data), the Contractor shall report the following information at for each first-tier subcontract. (The Contractor shall follow the instructions at to report the data.) (i) Unique identifier (DUNS Number) for the subcontractor receiving the award and for the subcontractor's parent company, if the subcontractor has a parent company. (ii) Name of the subcontractor. (iii) Amount of the subcontract award. (iv) Date of the subcontract award. (v) A description of the products or services (including construction) being provided under the subcontract, including the overall purpose and expected outcomes or results of the subcontract. (vi) Subcontract number (the subcontract number assigned by the Contractor). (vii) Subcontractor's physical address including street address, city, state, and country. Also include the nine-digit zip code and congressional district. (viii) Subcontractor's primary performance location including street address, city, state, and country. Also include the nine-digit zip code and congressional district. (ix) The prime contract number, and order number if applicable. (x) Awarding agency name and code. (xi) Funding agency name and code. (xii) Government contracting office code. (xiii) Treasury account symbol (TAS) as reported in FPDS. (xiv) The applicable North American Industry Classification System code (NAICS). (2) By the end of the month following the month of a contract award, and annually thereafter, the Contractor shall report the names and total compensation of each of the five most highly compensated executives for the Contractor's preceding completed fiscal year in the Central Contractor Registration (CCR) database via if-- (i) In the Contractor's preceding fiscal year, the Contractor received-- (A) 80 percent or more of its annual gross revenues from Federal contracts (and subcontracts), loans, grants (and subgrants) and cooperative agreements; and (B) $25,000,000 or more in annual gross revenues from Federal contracts (and subcontracts), loans, grants (and subgrants) and cooperative agreements; and (ii) The public does not have access to information about the compensation of the executives through periodic reports filed under section 13(a) or 15(d) of the Securities Exchange Act of 1934 (15 U.S.C. 78m(a), 78o(d)) or section 6104 of the Internal Revenue Code of 1986. (To determine if the public has access to the compensation information, see the U.S. Security and Exchange Commission total compensation filings at .) (3) Unless otherwise directed by the contracting officer, by the end of the month following the month of a first-tier subcontract with a value of $25,000 or more, and annually thereafter, the Contractor shall report the names and total compensation of each of the five most highly compensated executives for each first-tier subcontractor for the subcontractor's preceding completed fiscal year at , if-- (i) In the subcontractor's preceding fiscal year, the subcontractor received-- (A) 80 percent or more of its annual gross revenues from Federal contracts (and subcontracts), loans, grants (and subgrants) and cooperative agreements; and (B) $25,000,000 or more in annual gross revenues from Federal contracts (and subcontracts), loans, grants (and subgrants) and cooperative agreements; and (ii) The public does not have access to information about the compensation of the executives through periodic reports filed under section 13(a) or 15(d) of the Securities Exchange Act of 1934 (15 U.S.C. 78m(a), 78o(d)) or section 6104 of the Internal Revenue Code of 1986. (To determine if the public has access to the compensation information, see the U.S. Security and Exchange Commission total compensation filings at .) (d)(1) If the Contractor in the previous tax year had gross income, from all sources, under $300,000, the Contractor is exempt from the requirement to report subcontractor awards. (2) If a subcontractor in the previous tax year had gross income from all sources under $300,000, the Contractor does not need to report awards to that subcontractor. (e) Phase-in of reporting of subcontracts of $25,000 or more. (1) Until September 30, 2010, any newly awarded subcontract must be reported if the prime contract award amount was $20,000,000 or more. (2) From October 1, 2010, until February 28, 2011, any newly awarded subcontract must be reported if the prime contract award amount was $550,000 or more. (3) Starting March 1, 2011, any newly awarded subcontract must be reported if the prime contract award amount was $25,000 or more. (End of Clause) 4.2 52.211-10 COMMENCEMENT, PROSECUTION, AND COMPLETION OF WORK (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 120 days after receipt of notice to proceed. The time stated for completion shall include final cleanup of the premises. (End of Clause) 4.3 52.219-28 POST-AWARD SMALL BUSINESS PROGRAM REREPRESENTATION (APR 2012) (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 rerepresentation required by paragraph (b) of this clause by validating or updating all its representations in the Online Representations and Certifications Application and its data in the Central Contractor Registration, 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 ORCA, or does not have a representation in ORCA 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 238210 assigned to contract number . [Contractor to sign and date and insert authorized signer's name and title]. (End of Clause) 4.4 52.225-9 BUY AMERICAN ACT--CONSTRUCTION MATERIALS (SEP 2010) (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 section 3 of the Shipping Act of 1984 (46 U.S.C. App. 1702), 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 the Buy American Act (41 U.S.C. 10a-10d) by providing a preference for domestic construction material. In accordance with 41 U.S.C. 431, the component test of the Buy American Act 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: Lead Glass (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 Act 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 Act 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 Act. (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 Act 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 Act applies, use of foreign construction material is noncompliant with the Buy American Act. (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 COMPARISON -------------------------------------------------------------------------------------------------------------------------------Unit ofUnit ofPriceConstruction material descriptionMeasureQuantity(dollars)* ------------------------------------------------------------------------------------------------------------------------------- Item 1: Foreign construction material....................................... Domestic construction material....................................... Item 2: Foreign construction material....................................... Domestic 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) 4.5 52.228-5 INSURANCE - WORK ON A GOVERNMENT INSTALLATION (JAN 1997) (a) The Contractor shall, at its own expense, provide and maintain during the entire performance of this contract, at least the kinds and minimum amounts of insurance required in the Schedule or elsewhere in the contract. (b) Before commencing work under this contract, the Contractor shall notify the Contracting Officer in writing that the required insurance has been obtained. The policies evidencing required insurance shall contain an endorsement to the effect that any cancellation or any material change adversely affecting the Government's interest shall not be effective-- (1) For such period as the laws of the State in which this contract is to be performed prescribe; or (2) Until 30 days after the insurer or the Contractor gives written notice to the Contracting Officer, whichever period is longer. (c) The Contractor shall insert the substance of this clause, including this paragraph (c), in subcontracts under this contract that require work on a Government installation and shall require subcontractors to provide and maintain the insurance required in the Schedule or elsewhere in the contract. The Contractor shall maintain a copy of all subcontractors' proofs of required insurance, and shall make copies available to the Contracting Officer upon request. (End of Clause) 4.6 SUPPLEMENTAL INSURANCE REQUIREMENTS In accordance with FAR 28.307-2 and FAR 52.228-5, the following minimum coverage shall apply to this contract: (a) Workers' compensation and employers liability: Contractors are required to comply with applicable Federal and State workers' compensation and occupational disease statutes. If occupational diseases are not compensable under those statutes, they shall be covered under the employer's liability section of the insurance policy, except when contract operations are so commingled with a Contractor's commercial operations that it would not be practical to require this coverage. Employer's liability coverage of at least $100,000 is required, except in States with exclusive or monopolistic funds that do not permit workers' compensation to be written by private carriers. (b) General Liability: $500,000.00 per occurrences. (c) Automobile liability: $200,000.00 per person; $500,000.00 per occurrence and $20,000.00 property damage. (d) The successful bidder must present to the Contracting Officer, prior to award, evidence of general liability insurance without any exclusionary clauses for asbestos that would void the general liability coverage. (End of Clause) 4.7 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) 4.8 VAAR 852.211-73 BRAND NAME OR EQUAL (JAN 2008) (Note: as used in this clause, the term "brand name" includes identification of products by make and model.) (a) If items called for by this invitation for bids have been identified in the schedule by a "brand name or equal" description, such identification is intended to be descriptive, but not restrictive, and is to indicate the quality and characteristics of products that will be satisfactory. Bids offering "equal" products (including products of the brand name manufacturer other than the one described by brand name) will be considered for award if such products are clearly identified in the bids and are determined by the Government to meet fully the salient characteristics requirements listed in the invitation. (b) Unless the bidder clearly indicates in the bid that the bidder is offering an "equal" product, the bid shall be considered as offering a brand name product referenced in the invitation for bids. (c)(1) If the bidder proposes to furnish an "equal" product, the brand name, if any, of the product to be furnished shall be inserted in the space provided in the invitation for bids, or such product shall be otherwise clearly identified in the bid. The evaluation of bids and the determination as to equality of the product offered shall be the responsibility of the Government and will be based on information furnished by the bidder or identified in his/her bid as well as other information reasonably available to the purchasing activity. CAUTION TO BIDDERS. The purchasing activity is not responsible for locating or securing any information that is not identified in the bid and reasonably available to the purchasing activity. Accordingly, to insure that sufficient information is available, the bidder must furnish as a part of his/her bid all descriptive material (such as cuts, illustrations, drawings or other information) necessary for the purchasing activity to: (i) Determine whether the product offered meets the salient characteristics requirement of the Invitation for Bids, and (ii) Establish exactly what the bidder proposes to furnish and what the Government would be binding itself to purchase by making an award. The information furnished may include specific references to information previously furnished or to information otherwise available to the purchasing activity. (2) If the bidder proposes to modify a product so as to make it conform to the requirements of the Invitation for Bids, he/she shall: (i) Include in his/her bid a clear description of such proposed modifications, and (ii) Clearly mark any descriptive material to show the proposed modifications. (3) Modifications proposed after bid opening to make a product conform to a brand name product referenced in the Invitation for Bids will not be considered. (End of Clause) 4.9 VAAR 852.219-10 VA NOTICE OF TOTAL SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESS SET-ASIDE (DEC 2009) (a) Definition. For the Department of Veterans Affairs, "Service-disabled veteran-owned small business concern": (1) Means a small business concern: (i) Not less than 51 percent of which is owned by one or more service-disabled veterans or, in the case of any publicly owned business, not less than 51 percent of the stock of which is owned by one or more service-disabled veterans (or eligible surviving spouses); (ii) The management and daily business operations of which are controlled by one or more service-disabled veterans (or eligible surviving spouses) or, in the case of a service-disabled veteran with permanent and severe disability, the spouse or permanent caregiver of such veteran; (iii) The business meets Federal small business size standards for the applicable North American Industry Classification System (NAICS) code identified in the solicitation document; and (iv) The business has been verified for ownership and control and is so listed in the Vendor Information Pages database, (). (2) "Service-disabled veteran" means a veteran, as defined in 38 U.S.C. 101(2), with a disability that is service-connected, as defined in 38 U.S.C. 101(16). (b) General. (1) Offers are solicited only from service-disabled veteran-owned small business concerns. Offers received from concerns that are not service-disabled veteran-owned small business concerns shall not be considered. (2) Any award resulting from this solicitation shall be made to a service-disabled veteran-owned small business concern. (c) Agreement. A service-disabled veteran-owned small business concern agrees that in the performance of the contract, in the case of a contract for: (1) Services (except construction), at least 50 percent of the cost of personnel for contract performance will be spent for employees of the concern or employees of other eligible service-disabled veteran-owned small business concerns; (2) Supplies (other than acquisition from a nonmanufacturer of the supplies), at least 50 percent of the cost of manufacturing, excluding the cost of materials, will be performed by the concern or other eligible service-disabled veteran-owned small business concerns; (3) General construction, at least 15 percent of the cost of the contract performance incurred for personnel will be spent on the concern's employees or the employees of other eligible service-disabled veteran-owned small business concerns; or (4) Construction by special trade contractors, at least 25 percent of the cost of the contract performance incurred for personnel will be spent on the concern's employees or the employees of other eligible service-disabled veteran-owned small business concerns. (d) A joint venture may be considered a service-disabled veteran owned small business concern if-- (1) At least one member of the joint venture is a service-disabled veteran-owned small business concern, and makes the following representations: That it is a service-disabled veteran-owned small business concern, and that it is a small business concern under the North American Industry Classification Systems (NAICS) code assigned to the procurement; (2) Each other concern is small under the size standard corresponding to the NAICS code assigned to the procurement; and (3) The joint venture meets the requirements of paragraph 7 of the explanation of Affiliates in 19.101 of the Federal Acquisition Regulation. (4) The joint venture meets the requirements of 13 CFR 125.15(b). (e) Any service-disabled veteran-owned small business concern (non-manufacturer) must meet the requirements in 19.102(f) of the Federal Acquisition Regulation to receive a benefit under this program. (End of Clause)LIMITATIONS ON SUBCONTRACTING – MONITORING AND COMPLIANCE (JUNE 2011)This solicitation includes VA Acquisition Regulation (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. 4.10 VAAR 852.228-70 BOND PREMIUM ADJUSTMENT (JAN 2008) When net changes in original contract price affect the premium of a Corporate Surety Bond by $5 or more, the Government, in determining the basis for final settlement, will provide for bond premium adjustment computed at the rate shown in the bond. (End of Clause) 4.11 VAAR 852.236-71 SPECIFICATIONS AND DRAWINGS FOR CONSTRUCTION (JUL 2002) The clause entitled "Specifications and Drawings for Construction" in FAR 52.236-21 is supplemented as follows: (a) The contracting officer's interpretation of the drawings and specifications will be final, subject to the disputes clause. (b) Large scale drawings supersede small scale drawings. (c) Dimensions govern in all cases. Scaling of drawings may be done only for general location and general size of items. (d) Dimensions shown of existing work and all dimensions required for work that is to connect with existing work shall be verified by the contractor by actual measurement of the existing work. Any work at variance with that specified or shown in the drawings shall not be performed by the contractor until approved in writing by the contracting officer. (End of Clause) 4.12 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) 4.13 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) 4.14 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) 4.15 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) 4.16 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) 4.17 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) 4.18 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 SYSTEM SystemPercent Pneumatic tube system.........................................10 Incinerators (medical waste and trash)........................5 Sewage treatment plant equipment..............................5 Water treatment plant equipment...............................5 Washers (dish, cage, glass, etc.).............................5 Sterilizing equipment.........................................5 Water distilling equipment....................................5 Prefab temperature rooms (cold, constant temperature).........5 Entire air-conditioning system (Specified under 600 Sections)5 Entire boiler plant system (specified under 700 Sections) ....5 General supply conveyors .....................................10 Food service conveyors .......................................10 Pneumatic soiled linen and trash system ......................10 Elevators and dumbwaiters ....................................10 Materials transport system ...................................10 Engine-generator system ......................................5 Primary switchgear ...........................................5 Secondary switchgear .........................................5 Fire alarm system ............................................5 Nurse call system ............................................5 Intercom system ..............................................5 Radio system .................................................5 TV (entertainment) system ....................................5 (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) 4.19 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) 4.20 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) 4.21 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) 4.22 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) 4.23 VAAR 852.236-88 CONTRACT CHANGES--SUPPLEMENT (JUL 2002) (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) 4.24 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) 4.25 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) 4.26 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) 4.27 VAAR 852.273-76 ELECTRONIC INVOICE SUBMISSION (Interim - October 2008) To improve the timeliness of payments and lower overall administrative costs, VA strongly encourages contractors to submit invoices using its electronic invoicing system. At present, electronic submission is voluntary and any nominal registration fees will be the responsibility of the contractor. VA intends to mandate electronic invoice submission, subject to completion of the federal rulemaking process. At present, VA is using a 3rd party agent to contact contractors regarding this service. During the voluntary period, contractors interested in registering for the electronic system should contact the VA's Financial Services Center at REQUIREMENTSIn accordance with VA Handbook 6500.6, Appendix A, the C&A requirements do not apply and a Security Accreditation Package is not required.The following Personal Identity Verification (PIV) of Contractors is applicable to this contract for prime contractor employees as well as all subcontractor employees:Unsupervised, full-time, logical and/or physical access for more than six months OR more than 180 aggregate days in a one year period – PIV Card. ID Requirements: Two IDs compliant with PIV Guidelines. Background Investigation (BI) Requirements: Favorable Special Agreement Check (SAC) adjudication and an initiated National Agency Check with Written Inquiries (NACI).Unsupervised, logical and/or physical access for less than six months OR less than 180 aggregate days in a one year period – Non-PIV Card. ID Requirements: Two IDs compliant with PIV Guidelines. Background Investigation (BI) Requirements: Favorable SAC adjudication. Common physical access ONLY for less than six months OR less than 180 aggregate days in a one year period – Flash Badge. ID Requirements: One ID compliant with PIV Guidelines. Background Investigation (BI) Requirements: None.The Contracting Officer and the Contract Officer Representative (COR) have determined that all three of the above requirements will be required for this project at different intervals of progress. Background Investigations and Special Agreement Checks (Tailored)All contractor employees are submit to the same level of investigation as VA employees who have unsupervised access, full-time, logical and/or physical access to Federal Facilities. The level of background investigation commensurate with the level of access needed to perform the statement of work is a NACI for PIV Card requirements and SAC for non-PIV Cards requirements. Flash badges do not require a BI. These requirements also apply to all subcontract personnel working under the contract.The contractor shall bear the expense of obtaining the background investigations. If the investigation is conducted by the Office of Personnel Management (OPM) through the VA, the contractor shall reimburse the VA within 30 days. 4.28 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) 52.202-1DEFINITIONSJAN 201252.203-3GRATUITIESAPR 198452.203-5COVENANT AGAINST CONTINGENT FEESAPR 198452.203-6RESTRICTIONS ON SUBCONTRACTOR SALES TOSEP 2006 THE GOVERNMENT52.203-7ANTI-KICKBACK PROCEDURESOCT 201052.203-8CANCELLATION, RESCISSION, AND RECOVERYJAN 1997 OF FUNDS FOR ILLEGAL OR IMPROPER ACTIVITY52.203-10PRICE OR FEE ADJUSTMENT FOR ILLEGAL ORJAN 1997 IMPROPER ACTIVITY52.203-12LIMITATION ON PAYMENTS TO INFLUENCEOCT 2010 CERTAIN FEDERAL TRANSACTIONS52.204-4PRINTED OR COPIED DOUBLE-SIDEDMAY 2011 ON RECYCLED PAPER52.204-7CENTRAL CONTRACTOR REGISTRATIONFEB 201252.204-9PERSONAL IDENTITY VERIFICATION OFJAN 2011 CONTRACTOR PERSONNEL52.209-6PROTECTING THE GOVERNMENT'S INTERESTDEC 2010 WHEN SUBCONTRACTING WITH CONTRACTORS DEBARRED, SUSPENDED, OR PROPOSED FOR DEBARMENT52.209-10PROHIBITION ON CONTRACTING WITHMAY 2012 INVERTED DOMESTIC CORPORATIONS52.215-2AUDIT AND RECORDS--NEGOTIATIONOCT 201052.219-8UTILIZATION OF SMALL BUSINESS CONCERNSJAN 201152.219-14LIMITATIONS ON SUBCONTRACTINGNOV 201152.222-1NOTICE TO THE GOVERNMENT OF LABORFEB 1997 DISPUTES52.222-3CONVICT LABORJUN 200352.222-4CONTRACT WORK HOURS AND SAFETY STANDARDSJUL 2005 ACT-OVERTIME COMPENSATION52.222-6DAVIS-BACON ACTJUL 200552.222-7WITHHOLDING OF FUNDSFEB 198852.222-8PAYROLLS AND BASIC RECORDSJUN 201052.222-9APPRENTICES AND TRAINEESJUL 200552.222-10COMPLIANCE WITH COPELAND ACTFEB 1988 REQUIREMENTS52.222-11SUBCONTRACTS (LABOR STANDARDS)JUL 200552.222-12CONTRACT TERMINATION - DEBARMENTFEB 198852.222-13COMPLIANCE WITH DAVIS-BACON AND RELATEDFEB 1988 ACT REGULATIONS52.222-14DISPUTES CONCERNING LABOR STANDARDSFEB 198852.222-15CERTIFICATION OF ELIGIBILITYFEB 198852.222-21PROHIBITION OF SEGREGATED FACILITIESFEB 199952.222-26EQUAL OPPORTUNITYMAR 200752.222-27AFFIRMATIVE ACTION COMPLIANCEFEB 1999 REQUIREMENTS FOR CONSTRUCTION52.222-35EQUAL OPPORTUNITY FOR VETERANSSEP 201052.222-36AFFIRMATIVE ACTION FOR WORKERS WITHOCT 2010 DISABILITIES52.222-37EMPLOYMENT REPORTS ON VETERANSSEP 201052.222-40NOTIFICATION OF EMPLOYEE RIGHTS UNDER DEC 2010 THE NATIONAL LABOR RELATIONS ACT52.222-50COMBATING TRAFFICKING IN PERSONSFEB 200952.222-54EMPLOYMENT ELIGIBILITY VERIFICATIONJAN 200952.223-1BIOBASED PRODUCT CERTIFICATIONMAY 201252.223-2AFFIRMATIVE PROCUREMENT OF BIOBASED MAY 2012 PRODUCTS UNDER SERVICE AND CONSTRUCTION CONTRACTS52.223-3HAZARDOUS MATERIAL IDENTIFICATION ANDJAN 1997 MATERIAL SAFETY DATA52.223-4RECOVERED MATERIAL CERTIFICATIONMAY 200852.223-5POLLUTION PREVENTION AND RIGHT-TO-KNOWMAY 2011 INFORMATION52.223-6DRUG-FREE WORKPLACEMAY 200152.223-10WASTE REDUCTION PROGRAMMAY 201152.223-15ENERGY EFFICIENCY IN ENERGY-CONSUMING DEC 2007 PRODUCTS52.223-17AFFIRMATIVE PROCUREMENT OFMAY 2008 EPA-DESIGNATED ITEMS IN SERVICE AND CONSTRUCTION CONTRACTS52.223-18ENCOURAGING CONTRACTOR POLICIES AUG 2011 TO BAN TEXT MESSAGING WHILE DRIVING52.223-19COMPLIANCE WITH ENVIRONMENTAL MAY 2011 MANAGEMENT SYSTEMS52.225-13RESTRICTIONS ON CERTAIN FOREIGNJUN 2008 PURCHASES52.227-1AUTHORIZATION AND CONSENTDEC 200752.227-2NOTICE AND ASSISTANCE REGARDING PATENTDEC 2007 AND COPYRIGHT INFRINGEMENT52.227-4PATENT INDEMNITY--CONSTRUCTION CONTRACTSDEC 200752.228-2ADDITIONAL BOND SECURITYOCT 199752.228-11PLEDGES OF ASSETSJAN 201252.228-12PROSPECTIVE SUBCONTRACTOR REQUESTS FOROCT 1995 BONDS52.228-14IRREVOCABLE LETTER OF CREDITDEC 199952.228-15PERFORMANCE AND PAYMENT BONDS--OCT 2010 CONSTRUCTION52.229-3FEDERAL, STATE, AND LOCAL TAXESAPR 200352.232-5PAYMENTS UNDER FIXED-PRICE CONSTRUCTIONSEP 2002 CONTRACTS52.232-17INTERESTOCT 201052.232-18AVAILABILITY OF FUNDSAPR 198452.232-23ASSIGNMENT OF CLAIMSJAN 198652.232-27PROMPT PAYMENT FOR CONSTRUCTIONOCT 2008 CONTRACTS52.232-34PAYMENT BY ELECTRONIC FUNDS TRANSFER--MAY 1999 OTHER THAN CENTRAL CONTRACTOR REGISTRATION52.233-1DISPUTESJUL 200252.233-3PROTEST AFTER AWARDAUG 199652.233-4APPLICABLE LAW FOR BREACH OFOCT 2004 CONTRACT CLAIM52.236-2DIFFERING SITE CONDITIONSAPR 198452.236-3SITE INVESTIGATION AND CONDITIONSAPR 1984 AFFECTING THE WORK52.236-5MATERIAL AND WORKMANSHIPAPR 198452.236-6SUPERINTENDENCE BY THE CONTRACTORAPR 198452.236-7PERMITS AND RESPONSIBILITIESNOV 199152.236-8OTHER CONTRACTSAPR 198452.236-9PROTECTION OF EXISTING VEGETATION,APR 1984 STRUCTURES, EQUIPMENT, UTILITIES, AND IMPROVEMENTS52.236-10OPERATIONS 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 198452.236-15SCHEDULES FOR CONSTRUCTION CONTRACTSAPR 198452.236-17LAYOUT OF WORKAPR 198452.236-21SPECIFICATIONS AND DRAWINGS FORFEB 1997 CONSTRUCTION52.236-21SPECIFICATIONS AND DRAWINGS FORFEB 1997 CONSTRUCTION ALTERNATE I (APR 1984)52.236-26PRECONSTRUCTION CONFERENCEFEB 199552.242-13BANKRUPTCYJUL 199552.242-14SUSPENSION OF WORKAPR 198452.243-4CHANGESJUN 200752.244-6SUBCONTRACTS FOR COMMERCIAL ITEMSDEC 201052.246-12INSPECTION OF CONSTRUCTIONAUG 199652.246-21WARRANTY OF CONSTRUCTIONMAR 199452.248-3VALUE ENGINEERING--CONSTRUCTIONOCT 201052.249-2TERMINATION FOR CONVENIENCE OF THEAPR 2012 GOVERNMENT (FIXED PRICE) ALTERNATE I (SEPT 1996)52.249-10DEFAULT (FIXED-PRICE CONSTRUCTION)APR 198452.253-1COMPUTER GENERATED FORMSJAN 1991 ATTACHMENT 1 - RELEASE OF CLAIMS For and in consideration of the payments heretofore made, and payment of final installment now due by reason of performance of Contract No. __________________, dated __________________, the undersigned Architect-Engineer hereby releases and discharges the United States of America from any and all claims arising under or by virtue of said contract, except as follows: (In this space describe and list in stated amounts excepted claims, if any; otherwise this release will be considered as free of all claims. If no claims reserved, insert None.) IN WITNESS WHEREOF, This release has been duly executed this ________________ day of ___________________. _____________________________________ Architect-Engineer BY: _____________________________________ (Print or type name under signature) _____________________________________ Title (Print or type) (End of Clause)General Decision Number: RI120001 06/22/2012 RI1Superseded General Decision Number: RI20100001State: Rhode IslandConstruction Types: Building, Heavy (Heavy and Marine) and HighwayCounties: Rhode Island Statewide.BUILDING CONSTRUCTION PROJECTS (does not include residentialconstruction consisting of single family homes and apartmentsup to and including 4 stories) HEAVY, HIGHWAY AND MARINECONSTRUCTION PROJECTSModification Number Publication Date 0 01/06/2012 1 01/13/2012 2 01/27/2012 3 03/02/2012 4 03/16/2012 5 05/11/2012 6 05/18/2012 7 06/01/2012 8 06/15/2012 9 06/22/2012 ASBE0006-008 09/01/2011 Rates FringesAsbestos Worker/Insulator Includes application of all insulating materials, protective coverings, coatings & finishes to all types of mechanical systems.$ 36.59 21.83---------------------------------------------------------------- ASBE0201-004 06/01/2005 Rates FringesHAZARDOUS MATERIAL HANDLER Includes preparation, wetting, stripping, removal scrapping, vacuuming, bagging & disposing of all insulation materials, whether they contain asbestos or not, from mechanical systems..........$ 17.65 9.95---------------------------------------------------------------- BOIL0029-001 10/01/2009 Rates FringesBOILERMAKER......................$ 38.25 17.04---------------------------------------------------------------- BRRI0003-001 06/01/2012 Rates FringesBricklayer, Stonemason, Pointer, Caulker & Cleaner.......$ 34.30 21.90---------------------------------------------------------------- BRRI0003-002 03/01/2012 Rates FringesMarble Setter, Terrazzo Worker & Tile Setter.............$ 33.98 22.32---------------------------------------------------------------- BRRI0003-003 03/01/2012 Rates FringesMarble, Tile & Terrazzo Finisher.........................$ 28.90 20.98----------------------------------------------------------------* CARP0094-001 06/04/2012 Rates FringesCARPENTER (Soft Floor Layer).....$ 31.56 23.90Diver Tender.....................$ 32.56 23.90Diver............................$ 43.36 23.90MILLWRIGHT.......................$ 32.75 22.39Piledriver.......................$ 31.56 23.90WELDER...........................$ 32.56 23.90FOOTNOTES: When not diving or tending the diver, the diver and diver tender shall receive the piledriver rate. Diver tenders shall receive $1.00 per hour above the pile driver rate when tending the diver. Work on free-standing stacks, concrete silos & public utility electrical power houses, which are over 35 ft. in height when constructed: $.50 per hour additional. Work on exterior concrete shear wall gang forms, 45 ft. or more above ground elevation or on setback: $.50 per hour additional. The designated piledriver, known as the "monkey": $1.00 per hour additional.----------------------------------------------------------------* ELEC0099-002 06/01/2012 Rates FringesELECTRICIAN......................$ 34.08 61.38%Teledata System Installer........$ 25.56 14.26%+13.07FOOTNOTES: Work of a hazardous nature, or where the work height is 30 ft. or more from the floor, except when working OSHA-approved lifts: 20% per hour additional. Work in tunnels below ground level in combined sewer outfall: 20% per hour additional.---------------------------------------------------------------- ELEV0039-001 01/01/2012 Rates FringesELEVATOR MECHANIC................$ 44.53 23.535+A+BFOOTNOTES: A. PAID HOLIDAYS: New Years Day; Memorial Day; Independence Day; Labor Day; Veterans' Day; Thanksgiving Day; the Friday after Thanksgiving Day; and Christmas Day. B. Employer contributes 8% basic hourly rate for 5 years or more of service of 6% basic hourly rate for 6 months to 5 years of service as vacation pay credit.---------------------------------------------------------------- ENGI0057-001 12/01/2011 Rates FringesOperating Engineer: (power plants, sewer treatment plants, pumping stations, tunnels, caissons, piers, docks, bridges, subterranean & other marine and heavy construction work) GROUP 1.....................$ 33.90 21.10+a GROUP 2.....................$ 29.52 21.10+a GROUP 3.....................$ 26.67 21.10+a GROUP 4.....................$ 32.95 21.10+a GROUP 5.....................$ 32.62 21.10+a GROUP 6.....................$ 29.60 21.10+a GROUP 7.....................$ 33.52 21.10+aBOOM LENGTHS, INCLUDING JIBS:150 feet and over + $1.75180 feet and over + $2.75210 feet and over + $3.75240 feet and over + $4.75270 feet and over + $6.75300 feet and over + $7.75PAID HOLIDAYS: New Year's Day, President's Day, Memorial Day, July Fourth, Victory Day, Labor Day, Columbus Day, Veterans Day, Thanksgiving Day, Christmas Day. a: Any employee who works 3 days in the week in which a holiday falls shall be paid for the holiday.FOOTNOTES:Hazmat work: $2.00 per hour additional.Tunnel work: $5.00 per hour additional.POWER EQUIPMENT OPERATORS CLASSIFICATIONS GROUP 1: Digging machine, Ross Carrier, crane, lighter, locomotive, derrick, hoist, elevator, bidwell-type machine, shot & water blasting machine, paver, spreader, front end loader (3 yds. and over), vibratory hammer & vacuum truck.GROUP 2: Fireman & oiler.GROUP 3: Oiler on crawler backhoe. GROUP 4: Bulldozer, bobcat, tractor, grader, scraper, pippin-type backhoe, roller, front end loader (less than 3 yds.), street and mobile-powered sweeper (3-yd. capacity), 8-ft. sweeper minimum 65 HP).GROUP 5: Well-point installation crew. GROUP 6: Heater, concrete mixer, stone crusher, welding machine, generator and light plant, gas and electric driven pump and air compressor.GROUP 7: Boat & tug operator.---------------------------------------------------------------- ENGI0057-002 11/01/2011 Rates FringesPower Equipment Operator (highway construction projects; water and sewerline projects which are incidental to highway construction projects; and bridge projects which are incidental to highway construction projects) GROUP 1....................$ 29.05 21.10+a GROUP 2....................$ 27.58 21.10+a GROUP 3....................$ 21.63 21.10+a GROUP 4....................$ 24.33 21.10+a GROUP 5....................$ 28.03 21.10+a GROUP 6....................$ 27.65 21.10+a GROUP 7....................$ 23.30 21.10+a GROUP 8....................$ 24.68 21.10+a GROUP 9....................$ 26.63 21.10+a GROUP 10....................$ 27.10 21.10+a GROUP 11....................$ 27.48 21.10+a FOOTNOTE: a. Any employee who works three days in the week in which a holiday falls shall be paid for the holiday. PAID HOLIDAYS: New Year's Day, President's Day, Memorial Day, July Fourth, Victory Day, Labor Day, Columbus Day, Veterans Day, Thanksgiving Day & Christmas Day.POWER EQUIPMENT OPERATOR CLASSIFICATIONS GROUP 1: Digging machine, crane, piledriver, lighter, locomotive, derrick, hoist, boom truck, John Henry's, directional drilling machine, cold planer, reclaimer, paver, spreader, grader, front end loader (3 yds. and over), vacuum truck, test boring machine operator, veemere saw, water blaster, hydro-demolition robot, forklift, economobile, Ross Carrier, concrete pump operatorGROUP 2: Fireman GROUP 3: Oiler GROUP 4: Oiler on truck crane, gradall & crawler crane GROUP 5: Pippin type backhoe, front end loader (less than 3 yds.), bulldozer & scraperGROUP 6: Roller, bobcat, street sweeper GROUP 7: Gas and electric drive heater, concrete mixer, light plant, welding machine, pump & compressorGROUP 8: Stone crusher GROUP 9: Mechanic & welder GROUP 10: Shovel operator, front end loader & draglineGROUP 11: Well point installation crew---------------------------------------------------------------- ENGI0057-003 12/01/2011BUILDING CONSTRUCTION Rates FringesPower Equipment Operator GROUP 1....................$ 33.17 21.10+a GROUP 2....................$ 32.95 21.10+a GROUP 3....................$ 28.95 21.10+a GROUP 4....................$ 26.10 21.10+a GROUP 5....................$ 32.25 21.10+a GROUP 6....................$ 31.82 21.10+a GROUP 7....................$ 29.14 21.10+aBOOM LENTHS, INCLUDING JIBS:150 ft. and over: + $1.75180 ft. and over: + $2.75210 ft. and over: + $3.75240 ft. and over: + $4.75270 ft. and over: + $6.75300 ft. and over: + $7.75 PAID HOLIDAYS: New Year's Day, President's Day, Memorial Day, July Fourth, Victory Day, Labor Day, Columbus Day, Veterans Day, Thanksgiving Day & Christmas Day. a: Any employee who works 3 days in the week in which a holiday falls shall be paid for the holiday.FOOTNOTE: Hazmat work: $2.00 per hour additional. Tunnel work: $5.00 per hour additional.POWER EQUIPMENT OPERATORS CLASSIFICATIONS GROUP 1: Digging machine, Ross carrier, crane, lighter, locomotive, derrick, hoist, elevator, bidwell-type machine, shot & water blasting machine, paver, spreader, front end loader (3 yds. and over), vibratory hammer and vacuum truckGROUP 2: Economobile-type equipment, forklift, concrete pump & on-site concrete plantGROUP 3: Fireman & oiler GROUP 4: Oiler on crawler backhoe GROUP 5: Bulldozer, bobcat, tractor, grader, scraper, pippin-type backhoe, roller, front end loader (less than 3 yds.), street and mobile powered sweeper (3 yds. capacity), 8-ft. sweeper (minimum 65 hp)GROUP 6: Well point installation crew GROUP 7: Heater, concrete mixer, stone crusher, welding machine, generator for light plant, gas and electric driven pump & air compressor---------------------------------------------------------------- IRON0037-001 05/28/2012 Rates FringesIRONWORKER.......................$ 31.93 21.72---------------------------------------------------------------- LABO0271-001 12/05/2010BUILDING CONSTRUCTION Rates FringesLABORER GROUP 1.....................$ 25.90 19.85 GROUP 2.....................$ 26.15 19.85 GROUP 3.....................$ 26.65 19.85 GROUP 4.....................$ 26.90 19.85 GROUP 5.....................$ 27.90 19.85LABORERS CLASSIFICATIONS GROUP 1: Laborer, Carpenter Tender, Mason Tender, Cement Finisher Tender, Scaffold Erector, Wrecking Laborer, Asbestos Removal [Non-Mechanical Systems] GROUP 2: Asphalt Raker, Adzemen, Pipe Trench Bracer, Demolition Burner, Chain Saw Operator, Fence & Guard Rail Erector, Setter of Metal Forms for Roadways, Mortar Mixer, Pipelayer, Riprap & Dry Stonewall Builder, Highway Stone Spreader, Pneumatic Tool Operator, Wagon Drill Operator, Tree Trimmer, Barco-Type Jumping Tamper, Mechanical Grinder OperatorGROUP 3: Pre-Cast Floor & Roof Plank Erectors GROUP 4: Air Track Operator, Hydraulic & Similar Self-Powered Drill, Block Paver, Rammer, Curb Setter, Powderman & BlasterGROUP 5: Toxic Waste Remover---------------------------------------------------------------- LABO0271-002 12/05/2010HEAVY AND HIGHWAY CONSTRUCTION Rates FringesLABORER COMPRESSED AIR Group 1....................$ 43.33 19.85 Group 2....................$ 32.85 19.85 Group 3....................$ 45.33 19.85 FREE AIR Group 1....................$ 35.40 19.85 Group 2....................$ 32.85 19.85 Group 3....................$ 37.40 19.85 LABORER Group 1....................$ 25.90 19.85 Group 2....................$ 26.15 19.85 Group 3....................$ 26.90 19.85 Group 4....................$ 19.40 19.85 Group 5....................$ 27.90 19.85 OPEN AIR CAISSON, UNDERPINNING WORK AND BORING CREW Bottom Man.................$ 31.90 19.85 Top Man & Laborer..........$ 30.95 19.85 TEST BORING Driller....................$ 32.35 19.85 Laborer....................$ 30.95 19.85LABORER CLASSIFICATIONS GROUP 1: Laborer; Carpenter tender; Cement finisher tender; Wrecking laborer; Asbestos removers [non-mechanical systems]; Plant laborer; Driller in quarries GROUP 2: Adzeperson; Asphalt raker; Barcotype jumping tamper; Chain saw operators; Concrete and power buggy operator; Concrete saw operator; Demolition burner; Fence and guard rail erector; Highway stone spreader; Laser beam operator; Mechanical grinder operator; Mason tender; Mortar mixer; Pneumatic tool operator; Riprap and dry stonewall builder; Scaffold erector; Setter of metal forms for roadways; Wagon drill operator; Wood chipper operator; Pipelayer; Pipe trench bracer GROUP 3: Air track drill operator; Hydraulic and similar powered drills; Brick paver; Block paver; Rammer and curb setter; Powderperson and blasterGROUP 4: Flagger & signaler GROUP 5: Toxic waste remover LABORER - COMPRESSED AIR CLASSIFICATIONS GROUP 1: Mucking machine operator, tunnel laborer, brake person, track person, miner, grout person, lock tender, gauge tender, miner: motor person & all others in compressed air GROUP 2: Change house attendant, powder watchperson, top person on iron GROUP 3: Hazardous waste work within the "HOT" zone LABORER - FREE AIR CLASSIFICATIONS GROUP 1: Grout person - pumps, brake person, track person, form mover & stripper (wood & steel), shaft laborer, laborer topside, outside motorperson, miner, conveyor operator, miner welder, heading motorperson, erecting operator, mucking machine operator, nozzle person, rodperson, safety miner, shaft & tunnel, steel & rodperson, mole nipper, concrete worker, form erector (wood, steel and all accessories), cement finisher (this type of work only), top signal person, bottom person (when heading is 50' from shaft), burner, shield operator and TBM operatorGROUP 2: Change house attendant, powder watchperson GROUP 3: Hazardous waste work within the "HOT" zone---------------------------------------------------------------- PAIN0011-005 06/21/2011 Rates FringesPAINTER Brush, Roller, Taper, Wall Coverer.....................$ 28.55 16.97 Epoxy, Tanks, Towers, Swing Stage & Structural Steel.......................$ 30.55 16.97 Spray, Sand & Water Blasting....................$ 29.55 16.97---------------------------------------------------------------- PAIN0011-006 06/01/2011 Rates FringesGLAZIER..........................$ 32.73 16.55FOOTNOTES: SWING STAGE: $1.00 per hour additional. PAID HOLIDAYS: Labor Day & Christmas Day.---------------------------------------------------------------- PAIN0011-011 06/01/2012 Rates Fringes Painter (Bridge Work)...........$ 42.13 17.52---------------------------------------------------------------- PAIN0035-008 06/01/2011 Rates FringesSign Painter.....................$ 24.79 13.72---------------------------------------------------------------- PLAS0040-001 06/07/2009BUILDING CONSTRUCTION Rates FringesCEMENT MASON/CONCRETE FINISHER...$ 29.75 19.70PLASTERER........................$ 30.50 18.95 FOOTNOTE: Cement Mason: Work on free swinging scaffolds under 3 planks width and which is 20 or more feet above ground and any offset structure: $.30 per hour additional.---------------------------------------------------------------- PLAS0040-002 07/20/2009HEAVY AND HIGHWAY CONSTRUCTION Rates FringesCEMENT MASON/CONCRETE FINISHER...$ 27.00 15.15---------------------------------------------------------------- PLUM0051-002 03/01/2012 Rates FringesPlumbers and Pipefitters.........$ 34.51 26.07---------------------------------------------------------------- ROOF0033-004 10/01/2011 Rates FringesROOFER...........................$ 30.00 18.95---------------------------------------------------------------- SFRI0676-001 01/01/2010 Rates FringesSPRINKLER FITTER.................$ 39.50 17.85---------------------------------------------------------------- SHEE0017-002 06/01/2010 Rates FringesSheet Metal Worker...............$ 36.38 26.58---------------------------------------------------------------- TEAM0251-001 05/03/2012HEAVY AND HIGHWAY CONSTRUCTION Rates FringesTRUCK DRIVER GROUP 1....................$ 26.51 17.0625+A+B GROUP 2....................$ 26.66 17.0625+A+B GROUP 3....................$ 26.71 17.0625+A+B GROUP 4....................$ 26.76 17.0625+A+B GROUP 5....................$ 26.86 17.0625+A+B GROUP 6....................$ 27.26 17.0625+A+B GROUP 7....................$ 27.46 17.0625+A+B GROUP 8....................$ 26.96 17.0625+A+B GROUP 9....................$ 27.21 17.0625+A+B GROUP 10....................$ 27.01 17.0625+A+BFOOTNOTES: A. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day and Christmas Day, plus Presidents' Day, Columbus Day, Veteran's Day & V-J Day, providing the employee has worked at least one day in the calendar week in which the holiday falls. B. Employee who has been on the payroll for 1 year or more but less than 5 years and has worked 150 Days during the last year of employment shall receive 1 week's paid vacation; 5 to 10 years - 2 weeks' paid vacation; 10 or more years - 3 week's paid vacation. All drivers working on a defined hazard material job site shall be paid a premium of $2.00 per hour over applicable rate.TRUCK DRIVER CLASSIFICATIONS GROUP 1: Pick-up trucks, station wagons, & panel trucks GROUP 2: Two-axle on low beds GROUP 3: Two-axle dump truck GROUP 4: Three-axle dump truck GROUP 5: Four- and five-axle equipment GROUP 6: Low-bed or boom trailerGROUP 7: Trailers when used on a double hook up (pulling 2 trailers)GROUP 8: Special earth-moving equipment, under 35 tons GROUP 9: Special earth-moving equipment, 35 tons or over GROUP 10: Tractor trailer----------------------------------------------------------------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 union or non-union.Union IdentifiersAn identifier enclosed in dotted lines beginning withcharacters other than "SU" denotes that the unionclassification and rate have found to be prevailing for thatclassification. Example: PLUM0198-005 07/01/2011. Thefirst four letters , PLUM, indicate the international union andthe four-digit number, 0198, that follows indicates the localunion number or district council number where applicable ,i.e., Plumbers Local 0198. The next number, 005 in theexample, is an internal number used in processing the wagedetermination. The date, 07/01/2011, following thesecharacters is the effective date of the most currentnegotiated rate/collective bargaining agreement which would beJuly 1, 2011 in the above example.Union prevailing wage rates will be updated to reflect anychanges in the collective bargaining agreements governing therate.Non-Union IdentifiersClassifications listed under an "SU" identifier were derivedfrom survey data by computing average rates and are not unionrates; however, the data used in computing these rates mayinclude both union and non-union data. Example: SULA2004-0075/13/2010. SU indicates the rates are not union rates, LAindicates the State of Louisiana; 2004 is the year of thesurvey; and 007 is an internal number used in producing thewage determination. A 1993 or later date, 5/13/2010, indicatesthe classifications and rates under that identifier were issuedas a General Wage Determination on that date.Survey wage rates will remain in effect and will not changeuntil a new survey is conducted. ---------------------------------------------------------------- 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 CONTRACTOR SCOPE OF WORKVA MEDICAL CENTER PROVIDENCE, RIProject Number: 650-12-011Project Title: INSTALL INTERIM SECURITY PROTECTION AT HARWOOD CENTER1.0GENERAL: Provide all professional services to include all labor, transportation, materials, apparatus, tools, equipment, supervision, disposal and permits necessary to procure and install the following at the Harwood Center located at 385 Niagara Street in Providence, RI 02907: 1) Provide & Install - Pegasys Security and Pelco Endura Camera Systems2) Provide & Install - Site Lighting3) Provide & Install - Security Screens to all Windows4) Provide & Install - Two Motorized Sliding Gates. VA Project Manager: Tony FioriTelephone # 401-640-3922Information Technology Point of Contact: N/ATelephone # N/AWork Order #: N/A 2.PROJECT SCOPE OF WORK: After award, but prior to the start of any field work, the contractor shall contact the VA Project Manager to review proposed methods and plans for completion of work and the contractor’s site-specific safety plan. Field work shall not commence until these plans have been submitted, accepted and/or approved as detailed below.2.1Task 1 - Install the Pegasys Security System and the Pelco Endura Camera SystemPegasys Security System – This system is a proprietary system that must be installed under the direction of Johnson Controls, Inc. (JCI) to ensure compatibility between the Harwood Center and the Providence VA Medical Center. Johnson Controls, Inc. is to provide a full turn-key security solution for the two facilities at the Harwood Center. This scope of work shall include all equipment required, installation, cabling, conduit, J- boxes and J- hooks, programming, testing, commissioning and applicable training. The Harwood Center Security System shall be configured similar to the existing security system at the Providence VA Medical Center utilizing the P2000 software version 3.8. The Providence VA Medical Center will provide a network switch at the Harwood Center with (2) ports configured for the Pegasys Security System VLAN to communicate real-time events back to the Operations Center at the Providence VA Medical Center. All cabling required will be in conduit up to the non-accessible height, (15-20’) or to a beam structure, then will translate into exposed plenum rated cable neatly placed on J- hooks. All signal input devices shall be wired using 18-4 AWG plenum rated cable. The Providence VA shall provide supervised access and uninterruptible power utilizing (2) 20 Amp 110 VAC circuits for the CK721-A microprocessor and Securitron 12/24 Vdc, 8 Amp power supply.Main Administration Building:Basement – Provide and install:(1) (JCI) CK721-A Microprocessor w/built-in digital communicator in Utility Closet(1) (JCI) P2000 (Locking) Control Cabinet (Large Blue Cabinet) in Utility Closet(1) Securitron (Locking) Power Supply, 8 Amp, 12/24 Vdc in Utility Closet(2) (JCI) RDR2 Reader PCB’s inside Control Cabinet(4) (JCI) SIO8 Supervised Input / Output PCB’s inside Control Cabinet(1) Plywood Back Board for mounting control equipment(1) Protective 2” Diameter Inner-duct for CK721/Network Switch, CAT6e connection(1) HID Card reader kit for Utility Closet Door(1) Motion Detector in Latrine Area(1) Motion Detector in Boiler Room(2) Motion Detectors in long corridor on West side of building(2) Door Contacts for Boiler Room Doors1st Floor – Provide and install:(1) Arm/Disarm Keypad near front door entrance(1) Overhead Door Contact Kit for main Overhead Doors(1) Door Contact for front entrance(1) Door Contact for rear exit(1) Door Contact at East entrance(2) Door Contacts on double door exit on West side of building(2) Motion Detectors equally distributed in main hanger floor space2nd Floor- Provide and install:(1) TX / RX point-to-point wireless communications module for building alarm communicationsWarehouse:1st Floor – Provide and install:(1) Alarm Control Panel with Arm/Disarm Keypad mounted inside by front entrance(2) Overhead Door Contact Kit for front and rear main Overhead Doors(2) Door Contacts for single front and rear doors(1) (JCI) P2000 Control Panel with (1) SIO8 PCB, (1) RDR2 PCB(1) TX / RX point-to-point wireless communications module for building alarm communicationsPelco Endura Security Camera System – The system is proprietary and must be installed by authorized Pelco Endura “certified” contractors to ensure compatibility between the Harwood Center and the Providence VA Medical Center. The Pelco Endura “certified” contractor is to provide a full turn-key security camera solution for the two facilities at the Harwood Center. This scope of work shall include all equipment required, installation, cabling, conduit, programming, testing, commissioning and applicable training. The Providence VA shall provide supervised access and uninterruptible power utilizing (2) 20 Amp 110 VAC circuits for the rack mounted head-end system in the main administration building basement utility closet.A total of (15) Pelco Sarix Megapixel cameras and a video management system shall be installed. A total of (10) cameras shall be installed on the exterior of the main administration building. A total of (5) cameras shall be installed on the exterior of the warehouse building. Actual locations have been predetermined and will be provided under the direction of the project manager (Tony Fiori). All camera cables shall be plenum rated CAT6e (red) cable point-to-point for each individual camera back to the basement utility closet and connected to the system. A wireless video management system will transfer the video from the warehouse building to the main administration building basement utility closet. A Digital Sentry Network Video Recorder (NVR) shall be used to manage the video data streams and video data storage unit. The video data capacity shall be (6) TB of data. The system infrastructure shall be a standalone system that can be designed to interface with the Providence VA Medical Center in the future with scheduled releases of interfacing Pelco IP/Network devices. The following devices are required for a complete turn-key system:(15) Pelco/Sarix OTDR Mini Dome, D/N, WDR, 0.5Mp, Low Light, 2.8-10MM(15) Pelco-Pendant Mounts F/IM-V, IM-E(15) Pelco-Wall Mounts, Vandal Resistant F/IM-VEPM(2) OTDR Dual Radio, 2.4/4.9/5GHZ, 400MW, 6ANTEN, 5M Cable-FIR-7020(6) Antenna Cable Assembly, 1.5M, Lightening Suppression, N-Connector-FIR-CB015N(2) Patch Antenna, 40*, 3x3 MIMO, 4.9-6.1 GHZ, 19DBI-FIR-AP405MIMO19(2) 7000 Series MIMO License F/A Single Node- FIR-SW7000MIMO(1) 42SP RK W/FRNT+REAR Door, Sides, Power Fan – Dell 4220 Rack Enclosure(1) Cisco – WSC3560G-24PS-E, 24 port, POE, Gigabit Switch(1) Data Sentry - Network Video Recorder (NVR), 6TB, w/ DVD player(4) Data Sentry – License Fees for IP cameras, (1) license / (4) cameras(1) LCD Monitor, 27”, Keyboard, & Mouse(1) APC - SUA2200RM2U – Rack Mountable UPS (2400) Ft. of CAT6e, 23 AWG, Plenum Red Jacket Cable-WPW-25426RD(1) Cisco WSC3560G-24PS-E Layer III, POE, Gigabit Switch-CIS-WSC3560G24E(1) Cables, connectors, and miscellaneous hardware(1) Portable Lift2.2Task 2 – Install Site LightingThis section includes furnishing and installing three new exterior site lighting units which includes metal poles and two lighting fixtures (luminaires) each as complete assemblies designed to provide optimal lighting on the ground for safe and secure pedestrian and vehicle travel for the upper and lower parking areas at the Harwood Center. Power for the new lights shall come from the existing electrical closet located within the Main Building. Existing circuits from this source currently supply existing exterior lights. Connect lighting loads as required to maintain phase to phase balance. Installation work also includes trenching, site work and concrete bases as well as all conduit, wiring and terminations. See attached aerial photo for approximate locations. Exact locations are to be determined at time of installation. Site lighting refers to lighting of the parking areas.REFERENCESThe publications listed below form a part of this specification to the extent referenced. Publications are referenced within the text by the basic designation only.American Association of State Highway and Transportation Officials (AASHTO):AASHTO C-HSLTS - Structural Supports for Highway Signs, Luminaires and Traffic Signals.ASTM International (ASTM):ASTM A 36 - Structural SteelASTM A 123 - Zinc (Hot-Dip Galvanized) Coatings on Iron and Steel ProductsASTM A 153 - Zinc Coating (Hot-Dip) on Iron and Steel HardwareASTM A 595 - Steel Tubes, Low-Carbon, Tapered for Structural UseASTM F 1554 - Anchor Bolts, Steel, 36, 55, and 105-Ksi Yield StrengthAmerican Welding Society (AWS):AWS D1.1 - Structural Welding CodeIlluminating Engineering Society of North America (IESNA):National Fire Protection Association (NFPA):NFPA 70 - National Electrical CodeSteel Structure Painting Council (SSPC):SSPC SP3 – Power Tool CleaningSSPC SP6 - Commercial Blast CleaningSSPC SP10 – Near-White Blast CleaningQuality Assurance: Manufacturer's Qualifications: The manufacturer(s) shall be regularly engaged in the manufacture of exterior lighting units of the type and size required, whose products have been in satisfactory use in similar service for not less than ten (10) years.Installer's Qualifications: The installer shall have at least three (3) years successful installation experience on projects with similar external lighting units.Listing and Labeling: All luminaires and accessories shall be listed and labeled for their indicated use and location by a "nationally recognized testing laboratory” as defined in OSHA Regulation 1910.7. The terms "listed" and "labeled" are defined in the National Electrical Code, Article 100.Delivery, Storage, and Handling: Inspect poles and luminaires for visual damage. All damaged poles and luminaires must be repaired or replaced by the contractor prior to installation. Whether damaged poles and luminaires are repaired or replaced shall be at the discretion of the VA. Store luminaires in original containers and as directed by the manufacturer. Store poles on decay-resistant treated skids at least 1 ft. above grade and vegetation. Support poles to prevent distortion and arrange to provide free air circulation.Retain factory-applied pole wrappings until just before pole installation. Handle poles with web fabric straps or special rope used for this purpose and approved by the VA.PRODUCTSExterior LightingAll exterior parking area lighting shall be fed directly from the Harwood Center electrical system with all related conduit and wiring. The Contractor shall furnish and install VA approved lighting fixtures, poles, and foundations.Each of the six fixtures shall be full cut-off, high efficiency, HID directional flood light fixtures with 1000w metal halide lamps. Mount two to each pole at a minimum of 40 feet above grade to flood each parking area. Fixtures shall be controlled with integral photocell “on/off” switching. Photocell switch shall be hermetically sealed, rated for utilization voltage switching shall be designed to fail in the ON position. Switch will turn on/off at IESNA recommended footcandles levels for designated area. A time delay will prevent accidental switching from transient light sources.Universal “outdoor cutoff luminaire” housing shall be capable of containing the following general optical systems without modification and each optical system shall be field interchangeable and rotatable in 90 degree increments with only a screwdriver.Type I: Optics that produce a long narrow light distribution pattern that disperse light equally on both sides of luminaire (bi-laterally symmetric about luminaire across and along axis).Type III: Optics that produce an asymmetrical light distribution pattern that directs the majority of the light in front (street side) of the luminaire and equally on both sides of the luminaire (bi-laterally symmetric about the luminaire across axis).Type IV (Forward Throw): Optics that will sharply restrict any back light behind the luminaire (house side). Light is directed forward (street side) and equally on both sides of the luminaire (bi-laterally symmetric about the luminaire across axis).Type V Square (Vertical Lamp): Optics that produce a symmetrical (quadrilateral) square light distribution pattern about the luminaire across and along axis.Optical types I, III and IV (Forward Throw) are used to effectively cover odd-shaped areas. Optical assemblies that produce round light distribution patterns are not acceptable. The VA shall be the sole judge regarding acceptability of optical system performance.PolesPole Design: Pole shaft, base plate, and anchor bolts, shall be designed in accordance with AASHTO Standard C-HSLTS. Loading shall be based on the appropriate isotach wind velocity of 120 mph times a 1.3 gust factor with the effective projected area (E.P.A.) and weight of two of the specified wattage. The design stresses shall include the additional stresses resulting from eccentricity caused by deflections of all design loads, including deflections caused by eccentricity of these loads in accordance with paragraph 1.3.3 (A) (2) of the above reference AASHTO standard.Pole Shaft: The standard pole shall be one piece, with a minimum 40’ long, round, and shall have a constant linear taper. The pole shaft shall be manufactured with a single ply minimum wall thickness of 11-gauge (.1196”). Circumferential welded splices or two piece telescoping sections shall not be permitted. The pole shaft shall be made of high strength steel meeting the requirements of ASTM A 595 Grade-A with a guaranteed minimum yield strength of 55,000 psi after fabrication. The pole shall have a seamless appearing, visually pleasing uniform weld. A nominal 4 inch x 6.5 inch hand hole frame shall be welded into the pole at 1.5 feet from its base and shall be provided with a cover. The pole shall be drilled properly to accept the maximum number of specified luminaires. All unused pre-drilled holes shall be plugged weather tight.Pole Base Plates: The base plate shall be of steel conforming to ASTM A 36. Base plate shall be integrally welded to the pole shaft utilizing a telescopic weld. The base plate shall be slotted to accommodate a plus or minus ? inch variation in the nominal bolt circle. Base plates shall have a 12.5” bolt circle (for consistency) for all pole designs.The anchor bolts shall conform to ASTM F 1554, Grade-55, having a minimum yield strength of 55,000 psi. The bolts shall have an “L” bend on one end and shall be galvanized in accordance with ASTM A 123 for a minimum of 8 in. on the threaded end. Four anchor bolts shall be provided per pole. Each anchor bolt shall be furnished with two hex nuts and two flat washers galvanized in accordance with ASTM A 153. The strength of the nuts shall equal or exceed the proof load of the anchor bolts. Anchor bolts shall be 1.25 in. of dia, 42 in. long, with a 6 in. hook (for consistency) for all pole designs. Each pole shall be provided with an aluminum base cover powder coated to match the finish of the pole.All welding shall be in accordance with AWS D1.1. Welding shall be performed by robotic welding process or welders formally trained and certified in accordance with AWS or CWB specifications.Pole base shall be designed by a professional structural engineer licensed in the state of Rhode Island who is hired by the manufacturer to ensure pole base meets AASHTO requirements (i.e. 110 mph with a 1.3 gust factor).COATINGSurface Preparation: The exterior steel surface shall be blast-cleaned to SSPC SP6 or “near white” to SSPC SP10 requirements. The inside steel surface shall be cleaned to SSPC SP3 requirements a minimum of 2 feet at the base end of the pole.Exterior Coating: Exterior surfaces shall be coated with a Triglycidyl Isocyanurate (TGIC) or “super durable” Polyester Powder to a minimum dry film thickness of 3.0 mils. The coating shall be electrostatically applied and cured in a gas-fired convection oven by heating the steel substrate to a minimum of 350 degrees Fahrenheit and a maximum of 400 degrees Fahrenheit.Interior Coating: A minimum of 2 feet at the base end of the pole shaft shall be blast cleaned and powder coated with a minimum of 2 mils of exterior coating applied per specifications. A minimum of 6 feet at the base end of the pole shall be coated with a hydrocarbon resin coating formulated for application over untreated surfaces.Field Touch-up: A matching acrylic enamel or polyurethane touch-up kit shall be included to repair minor finish damage in the pole’s coating.Wrapping Materials: Prior to shipment, poles shall be completely wrapped as per the pole manufacturers recommended method. The Owner’s Site Lighting Vendor will be responsible for the arrival of poles on site in an undamaged condition. Cutting instruments (i.e. knives) shall not be used as a means of removing packaging material.EXECUTIONEXAMINATION:The contractor shall examine areas and conditions under which lighting assemblies are to be installed, and the ground area for supporting lighting poles and fixtures. Notify the VA in writing of conditions detrimental to proper completion of the work. Do not proceed with work until unsatisfactory conditions have been corrected in manner acceptable to the VA.INSTALLATION:A. Install lighting equipment of the type approved; in accordance with the fixture manufacturer's written instructions and with recognized industry practices; to ensure that the fixtures comply with the requirements and serve the intended purposes. Comply with NEMA standards, and requirements of the National Electrical Code pertaining to installation of lighting fixtures and with applicable portions of NECA's "Standard of Installation". B. Each lighting fixture shall have been tested and certified for proper operation by the fixture manufacturer, for the type mounting on/in which it is installed.POLE SETTING:Poles for parking lighting shall be mounted on cast-in-place reinforced concrete or precast concrete foundations. Conduit ells shall be provided for cable entrances into pole interiors.Install pole and standard units and products in accordance with manufacturer’s written instructions, applicable requirements of NEC, NESC and NEMA standards, and with recognized industry practices to ensure that roadway and parking area lighting equipment fulfill requirements.Utilize belt slings or rope (not chain or cable) to protect finishes when raising and setting finished poles and standards. Set poles and standards plumb. Support adequately during backfilling, or when anchoring them to the foundations.Provide sufficient space encompassing hand access and cable entrance holes for installation of underground cabling and conduit. Fasten electrical lighting fixtures and brackets securely to structural supports, including poles/standards; and ensure that installed fixtures are plum and level.Tighten connectors and terminals, including screws and bolts, in accordance with equipment manufacturer’s published torque tightening values for equipment connectors. Where manufacturer’s torquing requirements are not indicated, tighten connectors and terminals to comply with tightening torques specified in UL Standards 486A and 486B, and the National Electrical Code.Cast-In-Place Foundations: 3000 psi reinforced concrete foundations, sized as required for approved pole height and attachments, shall have anchor bolts accurately set in foundations using templates supplied by the pole manufacturer. After the concrete has cured, pole anchor bases shall be set on foundations and leveled by shimming between anchor bases and foundations or by setting anchor bases on leveling nuts and grouting. Poles shall be set plumb. Anchor bolts shall be the manufacturers' standard, and not less than necessary to meet the pole wind loading specified herein and other design requirements.Ground Rods: Ground rods shall be copper-clad steel conforming to UL 467 not less than 3/4 inch in diameter by 10 feet in length. Unless otherwise indicated, ground rods shall be driven into the ground until tops of rods are approximately 1 foot below finished grade. In counterpoise systems, tops of ground rods shall be approximately at elevations of counterpoises.Connections1. Connections below grade shall be made by a fusion-welding process.2. Where ground wires are connected to aluminum-composition conductors, specially treated or lined copper-to-aluminum connectors suitable for this purpose shall be utilized.Site lighting poles adjacent to parking and driveway areas shall be no less than 3 feet from the back of the curb.CONDUIT / CABLE TRENCHING:Trench excavation for conduit/cable, as herein specified, shall consist of excavation necessary for the installation and shall include the required removal of rock, tree roots and other objects (cans, bottles), that might cause damage, present and future, to the cable's insulation.The Contractor shall bury the conduit/cable a minimum 24 inches below existing grade. The trench shall be of a size to allow inspection of the cable and to detect any objects (as stated above), that might cause damage to the conduit/cable.The Contractor shall backfill, using clean dirt to cover the cable, compacted every 6 inches, until restored to existing grade.The Contractor will restore the grassed and paved areas to their excising condition. This shall include the necessary planting of grass and fertlizing, as directed by the VA.GROUNDING:Metallic conduits, poles, and other noncurrent-carrying metallic parts of equipment shall be grounded.TESTING:Prior to energization, test cable and wire for continuity of circuitry, and also for short circuits. Correct malfunctions when detected.Prior to energizing circuitry, test wiring devices for electrical continuity and proper polarity connections. After energizing circuitry, test wiring devices to demonstrate compliance with requirements.Subsequent to wire and cable hook-ups, energize circuitry and demonstrate functioning in accordance with requirements.AIMING, ADJUSTMENT, CLEANUP AND DEMONSTARATION:All adjustable lighting units shall be aimed, focused, locked, etc., by the Contractor under observation of the VA. It is the responsibility of the Contractor that all fixtures scheduled for aiming shall be operational prior to the aim work session. All aiming and adjusting shall be carried out after the entire installation is complete. All ladders, scaffolds, etc., required shall be furnished by the Contractor. As aiming and adjusting is completed, locking setscrews and bolts and nuts shall be tightened securely. Where possible, units shall be focused during the normal working day. However, where daylight interferes with seeing, aiming shall be accomplished at night.Clean lighting fixtures of dirt and construction debris upon completion of installation. Clean fingerprints and smudges from lenses. Two weeks prior to substantial completion, re-clean all fixtures for dust, fingerprints, and smudges from all visible parts of the fixture. Protect installed fixtures from damage during remainder of construction period.Upon completion of installation of lighting fixtures, and after building circuitry has been energized, apply electrical energy to demonstrate capability and compliance with requirements. Where possible, correct malfunctioning units at site, then retest to demonstrate compliance; otherwise, remove and replace with new units, and proceed with retesting.At the time of final acceptance by the VA, all lighting fixtures shall have been thoroughly cleaned with materials and methods recommended by the manufacturers, all broken parts shall have been replaced, and all lamps shall be operative.2.3Task 3 – Install Security ScreensThe Contractor shall provide all tools, equipment, materials, and labor to provide and install security screens in various locations at the Harwood Center. The Contractor shall be responsible to verify actual site conditions and sizes of window screens. Receiving and Storing Materials: The Contractor shall make arrangements for material delivery and storage. This may be in the form of utilizing the existing maintenance building and/or an on-site trailer to store the materials. If the contractor desires to use an on-site trailer, the trailer location should be coordinated with the VA. Security of such trailer and the contents is the responsibility of the Contractor.Technical Specifications: All security screens shall meet the following standards:Description. The security screens specified are the products of Kane Manufacturing Corp., Kane, Pennsylvania, Model # S-VAN-O - Level 6. This manufacturer’s name and product has been used to establish the standards of construction and quality of workmanship required for this project. Contractor’s bidding on this project must select a manufacturer who has been actively engaged in the fabrication of specified items for a minimum of five (5) years prior to the bid date. Manufacturers requesting approval to bid their products as equal must submit to the COR full-size drawings, including details of construction, and a complete operating security screen sample, prior to the bid date.PRODUCTSAcceptable Manufacturers Kane Manufacturing Corp., Kane, PA; Or Approved Equal.Fabrication Make screen units without muntins and design to be mounted flush with trim, frame or wall face. Weld corners of fixed and hinged frames continuously. Outside reinforcements or projections will not be permitted. Dress weld smooth so as to be inconspicuous. Round exposed edges and corners.Main Frame. The main frame shall be of open box channel design, measuring 5/8” x 1-3/8” x 2-1/2” x 1-5/16” x 5/8” and formed of 12-gauge steel. The corners of the main frame shall be notched for self-aligning and robotically welded.Braces shall be furnished when required. They shall be of open box channel design, measuring 5/8” x 1-1/32” x 2-1/2” x 1-1/32” x 5/8” and formed of 12-gauge steel. Concealment plates, measuring 2-5/16” and formed of 12-gauge steel shall be applied to the back of the main frame (and brace if furnished) to conceal the locking mechanism and retain the infill. The concealment plates shall be attached to the main frame along the inner and outer edges by screws. Inner screws shall be #10 x 1/2" tamper-resistant. TORX? pan head sheet metal screw, and penetrate the concealment plate, infill, and main frame approximately 4” on center. The outer screws shall be #10-24 x 1/2" Phillips flat head thread cutting screw u/c, on center no less than 8” but no more than 12”, with exception of smaller screens.Sub-frame. The sub-frame shall be of channel design, measuring 3/4" x 1-7/16” x 1-7/16” and formed of 12-gauge steel on all sides. The corners of the sub-frame shall be notched for self-aligning and robotically welded on both sides to provide a rigid frame within which the main frame operates.Finish. All interior and exterior surfaces of the main frame, sub-frame and concealment plates shall be thoroughly cleaned in a 5-step bonderizing process. The surfaces shall receive an electrostatically applied thermoplastic, polyester powder coating (2.5 mil min. thickness), which shall be applied and baked to a hard mar-resistant finish in black.Infill. The infill shall be thoroughly cleaned in a 5-step bonderizing process. An electrostatically applied black, thermoplastic, polyester powder coating (2.5 mil min. thickness) shall be applied and baked to a hard mar-resistant finish. The infill shall be 12-gauge mill-galvannealed steel with 51% open area (Level 6).Infill Attachment. The perforated panel shall lie flat on the main frame and be held in place by means of a removable concealment plate of 12-gauge steel and #10 x 1/2" tamper-resistant TORX? pan head sheet metal screws.TORX? tamper-resistant screws shall penetrate the concealment plate and main frame along the outer edge. The inner tamper-resistant screws shall penetrate the infill, concealment plate, and the main frame approximately 4” on center.Locks. Operating hardware shall be extra heavy duty type.Hardware. Each screen shall be provided with two or more concealed 13-gauge, electroplated steel hinges with 1/4” diameter hardened, loose stainless steel pins and integral compression guards. Hinges shall be spaced at a maximum of 24” on center. Each screen shall include adjustment screws (1/4-20 x 3/4" Philips pan head thread cutting screw) and 16-gauge 1-3/16" x 3/4" steel scribes shall be supplied at the head and jambs if required.Each screen shall come fully assembled and tested from the factory.EXECUTIONInspection: Verify that openings fit allowable tolerances, are plumb, level, provide a solid anchoring surface and comply with approved shop drawings.Installation - Install screen units on exterior sides of windows. Install in accordance with VA approved shop drawings and specifications.For those windows that have window AC units installed, modify the screens such that they cover the portion of the window above, below or on either side the AC unit.No screens shall be installed on windows with louvers.Contractors will be responsible for removing and reinstalling the existing window treatments.Plumb and align faces in a single plane and erect screens square and true, adequately anchored to structure.After completion of installation, screens shall be adjusted, in working order and cleaned.The following supplemental information is offered regarding window measurements for this project. Please note that these measurements are ESTIMATES. This list may not be all inclusive of all windows listed in the RFP. NO ADDITIONAL INFORMATION WILL BE PROVIDED REGARDING WINDOW MEASUREMENTS.Prospective contractors are reminded that they are not permitted to survey the Harwood Center in person unless it is arranged through the Contracting Officer. However, at this time, no additional site visits will be scheduled related to this project.BuildingWall FaceLocationNo. of WindowsRough Opening Size (Approximate)NotesMaintenanceSouth-0EastHigh740”W x 27”LWestHigh740”W x 27”LNorth-0OfficeSouthHigh (2nd FLR)Low (1st FLR)3288” W x 42”L88”W x 30”L4 Windows w/AC’sEastHigh(2nd FLR)Low (1st FLR)Basement924188” W x 42”L88”W x 42”L88”W x 30”L32”W x 30”L10 Windows w/AC’sWestHigh(2nd FLR)Low (1st FLR)Basement542388” W x 42”L88”W x 42”L44”W x 30”L32”W x 30”LNorthHigh(2nd FLR)Low (1st FLR)Basement131188” W x 42”L88”W x 42”L44”W x 30”L32”W x 30”L3 Windows w/AC’s2.4Task 4 – Install Motorized GatesThe Contractor shall furnish all labor, equipment and materials required for the design, installation and maintenance of a new single motor driven sliding gate (upper lot) and convert existing sliding gates to motor driven sliding gates (lower lot), electrical conduit, and all associated hardware at the two entrances to the Harwood Center parking areas located on Niagra Street.Installation: Contractor will install all fencing, gates, posts, footings, 3 rails, barbwire, conduit, gate operator equipment complete with necessary hardware and components for both new and modified gates, operator pads, safety loops, bollards in compliance with installation standards contained in ASTM F567, F1184, F900, and any other applicable ASTM and AFA standards. All excavated areas, including asphalt, will be returned to an as before appearance in order for this work to be accepted by the VA.Final grades and installation conditions shall be examined and approved by the VA. Work shall not begin until all unsatisfactory conditions are corrected.Power for the gates will originate from a 200 amp panel located in the kitchen of the office building at the Harwood Center. Power requirements for the gates will be coordinated with the requirements for the site lighting occupying same trench.Equipment in this section shall be installed in strict accordance with the approved shop drawings and manufacturer’s printed instructions.Disposal: All of the old gates, fencing material, posts, hardware, and any debris created by the installation work shall be removed from the property by the Contractor and disposed of properly off site.Digsafe: There is electrical wiring in the area, which will require hand digging in several areas. It shall be the responsibility of the Contractor to create a Digsafe order at least 5 business days prior to their first day of work. The Contractor must comply with all Digsafe Rules and Regulations while performing this work.Safety: The Contractor shall be solely responsible to ensure that all personnel working onsite comply with all OSHA rules and regulations contained in CFR1910.21 and its subparts. Additionally, all safety concerns brought to the attention of the Contractor by the VA or designate must be addressed immediately.MATERIAL SPECIFICATIONSNote: Unless otherwise specified. All fence and gate materials listed below must be hot-dipped galvanized steel that conforms to ASTM F 1083 standards. Also all materials must be covered with Black, thermally fused vinyl coating (ASTM F934). Fencing: Approximately 112 ft chain link fence fabric 7 ft high, 2 inch mesh, 6 gauge steel wire. Line Posts: As required Schedule 40 hot dipped galvanized steel pipe, 2 1/2 inch O.D.Sliding Gate Posts: As required Schedule 40 hot dipped galvanized steel pipe, 6 inch O.D. Top, Bottom, Middle Rails: Schedule 40 hot dipped galvanized steel pipe, 1 5/8 inch O.D.Barbed Wire: 12 inch high consisting of 3 strands of 2 twisted wires. 4-point barbs spaced 3 inches apart and covered with black thermally fused vinyl coating. Barbed wire must conform to ASTM F665.08 Standards.Fence, Chain Link Fence Fittings: All post caps, rail ends, tension and brace bands, barb arms, tension bars, and all other gate and fence fittings must be manufactured using either pressed steel or cast iron, shall be hot dipped galvanized, and must meet ASTM F626 standards for fence fittings. Other Fittings: All wire ties, hog rings, and tension wires will be manufactured using 6-gauge steel, galvanized and black vinyl coated.Fasteners: All carriage bolts, nut, etc must be hot dipped galvanized, high quality steel. Fasteners must be spray-painted black with Krylon paint or equivalent paint for metal.Post Foundations: Post foundations shall be 3000 psi concrete, minimum of four times maximum cross section of posts. All line post holes shall be excavated to a depth of 40 inches with post set into the concrete to a depth of 36 inches. Corner and gate post holes shall be excavated to a depth of 48 inches of depth with the posts set a full 42 inches into the concrete. Concrete should be crowned adequately to shed water.Sliding Gate: Install a cantilever-type slide gate 7 foot high, a 25 foot opening and counterbalance. Gate must have a square galvanized aluminum frame with rollers inside square track and must meet or exceed all ASTM F 1184 Type 2 Class 2, ASTM 2200-5, and UL 325 specifications. Gate frame will be polymer coated black that matches fence fabric. Maximum installed weight cannot exceed 1200 lbs. Gate Fence Fabric: Chain link fence fabric 7 ft high, 2 inch mesh, 6 gauge hot-dipped galvanized steel wire covered with black, thermally fused vinyl coating (ASTM F934). Gate Barbed Wire: 12 inch high consisting of 3 strands of 2 twisted wires. 4-point barbs spaced 3 inches apart and covered with black thermally fused vinyl coating. Barbed wire must conform to ASTM F665.08 Standards.Gate Fittings: All gate hangers, brackets, latches, and associated hardware manufactured using either steel, pressed steel or cast iron, shall be hot dipped galvanized, and must meet ASTM F626 and A153 standards for fence and gate fittings.Gate Operator: Door King Model 9150 or approved equivalent. Unit must comply with ASTM F220 standards as well as UL325 and UL 991 safety standards. Each gate operators must come complete with all associated brackets, base plates, and hardware. All operators shall be furnished with UL Labels.115 VAC 60hz 7.0A 1 HP continuous duty motor.Built in power and reset switches.Self adjusting, electronic magnetic limitsManual releaseConvenience open packageConvenience outletsStainless steel chainSingle cog belt2 free exit loop, with plug-in ports 1 safety loopTimer10 wireless remotes for each gateReverse edge and photo-reflective entrapment prevention systems.Steel coverGalvanized steel frameKeyed gate release systemHeater kitSurge suppressorsOperator Pad: a 3000-psi cement pad set into the ground to a depth that conforms to all local and state code using the operator manufacturer s template. Pad must be a 4-5 inches above grade. All conduit necessary for power, control, loop lead-in wires, and one spare will be installed through the pad by the contactor using Schedule 40, ? inch, PVC conduit. Operator will be attached to the pad using sleeve anchors only.Safety Loops/ Safety Device Wiring: The Contractor shall run the underground high voltage wires from the power source located at the 200 amp panel in the kitchen of the Harwood Center office building to both the gate operator and site lighting (see site lighting). The contractor will supply conduit and wiring for all other devices installed including safety loops, photo-reflective devices, safety edges, etc. Safety loops will be pre-formed and asphalt cuts will be performed by the contractor. Upon completion, all asphalt cuts will be re-filled with asphalt sealant. All wiring must comply with manufacture s specifications as well as local/state codes and NFPA Standards.Bollards: Shall be 72 inches overall length, 4 ? inch O.D. schedule 40 steel pipe. Excavations for the bollards shall be 18 inches square by 42 inches deep and the bollards placed a full 36 inches deep into 3000 psi concrete. Bollards shall be covered with 1/8” thick high-density polyethylene sleeves. Sleeves shall be made with ultraviolet and anti-static additives to resist fading, rusting, and cracking. Sleeves shall be yellow with red stripes and two reflective stripes.Warning Signs: OSHA approved automatic gate warning signs must be installed, in plain view, on both sides of the slide gate.System Acceptance Test: The complete system shall be adjusted, and to assure that it is performing properly. The system shall be operated for a period of time long enough to determine whether the system is in suitable condition to conduct the acceptance test. A factory representative from the gate operator manufacturer shall be provided to witness the test and any necessary adjustments, and train VA Facility Maintenance staff. The owner’s representative shall be notified at least three working days prior to the test so arrangements can be made to have a facility representative witness the test.Installation Contractor shall conduct up to 1 hour of technical training, in trouble shooting and service of the system, to designated VA’s Representatives within 30 days of system acceptance.Touchup: Repair damaged galvanized areas with zinc-rich paint or zinc-based solder in accordance with ASTM A 780, regardless of the width of the abrasion (not limited to 3/16-inch). Apply zinc-rich paint in multiple coats to DFT of 8 mils.When factory-painted, touchup abrasions in the surface coating with the same paint system used for finishing the assemblies, when touchup work is acceptable to the VA; otherwise strip and recoat the damaged part.3.0 SUBMITTALSPrior to commencing any work, the Contractor shall submit to and receive approval of the VAMC Providence for the following:OEM Manuals for all devices.Contractor shall submit security screen shop drawings, showing details of attachment to surround materials and elevations showing scope of the project. Samples of materials without cost to owner; frame sections, wire cloth, fasteners, mullion section, corner section, etc.For Site Lighting the contractor shall submit product data describing fixtures, lamps, ballasts, poles, and accessories. Arrange product data for fixtures in order of designation. (Note: Where substitute lighting equipment and devices are proposed, the contractor shall be responsible for submitting a complete lighting level study to satisfy the VA, that the substitute equipment is equivalent to what was specified.) Include data on features, poles, accessories, and the following:Outline drawings of fixtures and poles indicating dimensions and principal features. Include cable support and grounding details.Effective Projected Area (EPA) of each luminaire including arm, brackets, etc., and maximum allowable EPA of each pole.Pole base and bolt requirements and special installation instructions.Certification of welder and certification of steel. Also provide weld procedure specification and procedure qualification record.A cutoff luminaire performance photometric report with laboratory name, report number, date, luminaire catalog number, luminaire and lamp specifications. Report shall contain IESNA Cutoff and Roadway Type classifications, candlepower tabulations, zonal lumen summary, and iso footcandle diagram.The Underwriters Laboratory listing and file number for the specific luminaires to be used.Product data for (1) Lighting fixtures; (2) Pole Assemblies; (3) Bases; (4) Wiring; and (5) Controls. Including details of attaching luminaires, attaching accessories, installation, and construction.Calculations: Pole manufacturer’s AASHTO calculations indicating that poles and anchor bolts are capable of supporting the pole and luminaire systems.Product certifications signed by manufacturers of lighting units certifying that their products comply with specified requirements.Lighting maintenance data for products for inclusion in Operating and Maintenance Manual.Shop drawings for lighting equipment shall be marked to indicate each type, manufacturers name and catalog number. Provide complete photometric data compiled by and independent testing laboratory, and type of lamps to be installed. No lighting equipment shall be delivered to the job site until approved by the VA.The Contractor shall plan and schedule the work and shall submit his overall work plan in the form of a written Schedule of Operations as described herein, for the VA’s review and acceptance. The Contractor shall submit the schedule within 15 days after receipt of the Notice to Proceed.When preparing the Schedule of Operations, the Contractor shall consider all known constraints and restrictions such as holidays, seasonal, weather, traffic, utility, right-of-way, environmental, permits, or other known or specified limitations to the work.At the Pre-Construction Conference the Contractor shall be prepared to discuss his planned or contemplated operations relative to the contract requirements and this special provision.Delays resulting from the Contractor’s failure to provide the Schedule of Operations will not be considered just cause for extension of the contract time limit or for additional compensation.Schedule of Operations – The Contractor shall submit to the Engineer three (3) copies of the written Schedule of Operations at least seven (7) calendar days prior to beginning work and not later than fifteen (15) days after receipt of the Notice to Proceed. The Schedule of Operations shall represent the Contractor’s overall work plan to accomplish the entire scope of work in accordance with the requirements of the Contract. The Schedule of Operations shall include all work including, as applicable, the work to be performed by sub-contractors, the Department, or others. The Schedule of Operations submittal shall consist of a written Narrative to:Describe the Contractor’s proposed general sequence to accomplish the work;2. Indicate the general schedule of work to be completed each month in terms of the major operations, routes, or segments of work as delineated in the contract documents or in the absence of such delineations, as agreed to by the Contractor and the VA.The Contractor shall submit to the COR for the VA’s review and acceptance a schedule of work related submittals using a Submittal Log no later than 14 calendar days after the effective date of Notice to Proceed, before making any submittals and prior to the commencement of construction.The Contractor shall transmit to the COR all submittals sufficiently in advance of the time necessary for fabrication and installation to allow for review by the VA and return to the Contractor, including any time needed for correction and resubmission by the Contractor. The expected time required by the VA for review of initial submission is 14 calendar days. No extension of the Contract Time will be granted for the Contractor's failure to allow sufficient time for review and processing, including resubmission of items that were initially rejected due to improper submission or non-compliance with the Contract Documents. Construction may be initiated on only those specific work items that have had all relevant submittals reviewed and approved by the VA.The Contractor shall furnish drawings that depict enough detail to clearly represent their gate and fencing plan including electrical line diagram. Manufacturer’s plans, specifications and drawings for all major components must be included as part of this submittal. The Contractor shall supply a site plan as part of their proposal. These drawings do not have to be to scale, but must clearly represent their plans for construction and show the electrical connection to the power source at the building. As a minimum should include the following:Show locations of fences, gates, posts, rails, operation, hardware, and accessories.Indicate materials, dimensions, sizes, weights, and finishes of components.Include plans, gate elevations, sections, details of post anchorage, attachment, bracing, and other required installation and operational clearances.Show locations and details for installing operator components, switches, and controls. Indicate motor size, electrical characteristics, drive arrangement, mounting, and grounding provisions, and concrete footing details.Show power and control wiring and access-control features.Certification from the Contractor/Installer that the system specified meets all identified code and insurance requirements as required by the Government.Material Safety Data Sheets (MSDS) for all materials used in the construction of the work.Cut sheets for street lights, light fixtures, and security cameras.Factory certification for performing work on Pelco camera systems.Operation and Maintenance Manuals for new equipment.As-built drawingsCODE REQUIREMENTSWork must be in accordance with the following codes and standards:National Electrical Code (NEC)EIA/TIA StandardsBIDDING REQUIREMENTSPotential bidders are requested to attend a meeting at the site located at the Providence VAMC. The purpose of this site visit is for bidders to examine the planned location of the gate equipment, lighting, cameras, and security screen improvements which have been described above, in order to become familiar with working conditions, site logistics, and if need be make exact measurements and determine material quantities. Attendance at the site visit will be one of the factors taken into consideration in determining the successful bidder.WARRANTIESYear installation after commissioning systems and all manufacture warrantees apply.The operation of the security screen supplied shall have a one (1) year warranty against any proven defective material or parts. This warranty does not cover abuse by others.The Contactor will provide any equipment-related maintenance required by the manufacturers of all sliding gate equipment for a period of 3 years included as part of this proposal.Warranties must be for workmanship, parts, and materials, and must meet or exceed the following:All fence components – 10 years after Final Acceptance.Sliding gate and components – 5 years after Final Acceptance.Gate Operator- 5 years after Final Acceptance.Control System – 2 years after Final Acceptance.5. Submit manufacturer's and installer’s warranty stating that all lighting equipment furnished under this contract shall be guaranteed against defective design, materials, and workmanship for the full warranty time, which is standard with the manufacturer or supplier, but in no case less than one year from the date of system acceptance. Provide a written five year on-site replacement material and labor warranty on pole and fixture finish, and material and workmanship. On-site replacement includes transportation, removal, and installation of new products. Finish warranty shall include warranty against failure or substantial deterioration such as blistering, cracking, peeling, chalking, or fading. Finishes shall be warranted against perforation or erosion due to weathering. The warranty shall be mutually executed by the manufacturer and the installer, agreeing to replace light poles and luminaires exhibiting metallic damage such as cracks and failure of finish.Provide a written two year on-site replacement material and labor warranty for defective or failed 1000 watt metal halide lamps.Provide a written five year on-site replacement material and labor warranty on all capacitors, ignitors, and ballasts.Warranty period shall begin on date of possession. Provide the VA with appropriate signed warranty certificates. Certificates shall be received by the VA prior to final payment.PROPOSED SCHEDULE: Work hours for this project are:7:00 AM to 4:30 PM Monday through FridayWork shall commence upon receipt of a Notice to Proceed from the government and shall be completed within 120 calendar days after receipt of Notice to Proceed. 8.0Work Location and Restrictions:The work site location is at the CPT Jonathan H. Harwood Jr. U.S. Army Reserve Center property (herein referred Harwood Center). The property is located at 385 Niagara Street in Providence, RI 02907. All work shall be performed between the hours of 7:00 AM and 4:30 PM Monday through Friday, holidays excepted, unless other times are arranged in advance and approved in writing by the Project Manager. 9.0Parking:Ample parking is readily available at the Harwood Center.10.0Storage of Equipment & Materials:The contractor shall arrange with the Project Manager for allocation of required workspace and for the storage of equipment and material to be used for this project. Ample storage space is readily available at the Harwood Center. 11.0Debris RemovalThe Contractor/Installer shall be required to remove waste materials and debris daily from the Harwood Center. All waste material and debris shall be removed off the site by the contractor and shall be disposed of in accordance with applicable State and Federal regulations.12.0Site Utilities:The Contractor/Installer should note this scope of work does not detail all existing structures, utilities, or components that may potentially interfere with the contract work required. The contractor shall note any obstruction, utility, or condition that may hinder or interfere with the execution of this contract and the contractor shall make provisions in their contract price to resolve such interferences and other conditions that may hinder the proper completion of the work. All proposed utility relocations, reallocations, and shutdowns shall be approved by the Project Manager prior to commencing such work. The contractor shall verify all existing utility installations and take appropriate action prior to working around any potential utility installation. In the event a shutdown, restriction, or interruption of any utility services is required, a written request must be submitted (at least 2 weeks in advance) and approved by the VA Project Manager. All utility shutdowns must be reviewed and approved by the VA.13.0Infection Control:Construction Specifications for Infection Control is NOT applicable to this project. 14.0Project Safety:Contractor shall comply with the Contractor Safety Manual of the Providence VAMC, dated January 2009 (Attachment A). The US Army Corps of Engineers Safety and Health Requirements Manual, EM 385-1-1, is incorporated by reference and the contractor shall comply with the requirements of this manual. In the event of a conflict between the requirements of EM 385-1-1 and the Providence VAMC Contractor Safety Manual, the more stringent requirements shall apply. Contractor shall submit a site-specific Safety Plan that provide project-and site-specific activity hazard analyses and accident prevention plans. The Contractor’s site-specific Safety plan shall be submitted to the VA for information purposes. The Safety Plan shall conform to the requirements of FAR 52.236-13 and shall include, as a minimum, provisions for the following:Site access and control to restrict access by unauthorized persons and allow for separation of VA staff, patients and visitors from construction personnel.Site security to restrict unauthorized entry by contractor personnel into areas of building 1 determined by the VA to be non-accessible; and to address the need for identification badges to be worn by construction personnel; key control; and loading/unloading of materials and wastes.The contractor’s substance abuse policy and training requirementsContractor’s plan for site safety and health inspectionsContractor’s plan for safety and health trainingContractor’s site-specific fall protection programContractor’s site-specific electrical safety planContractor’s requirements for use of personal protective equipment (PPE).Contractor’s accident reporting and investigation program. The contractor shall submit a written incident report to the VA Project Manager within 24 hours after any accident, injury, occupational illness, or other safety-related incident occurs, regardless of how minor the nature of the incident.Contractor’s emergency action plan and fire prevention and protection plan, to include training of contractor personnel in the provisions of these plans.Contractor’s minimum safely training requirements for its personnel and the personnel of its sub-contractors. Contractor’s requirements for sub-contractor conformance to the site-specific Safety PlanIdentity of the Contractor’s designated “Competent Person” as defined by 29 CFR 1926 (OSHA Construction Industry Regulations). The contractor shall provide a Competent Person who shall be on the project site during activities when the expertise of the designated Competent Person is required.Contractor’s protocol for inspections by regulatory agencies.15.0Penetrations of Fire and Smoke Barriers:Prior to any installation of equipment, cables, power connections, conduit, piping or other work that penetrates a smoke or fire barrier, all such work must be approved by Facilities Management Service (FMS) of the VAMC Providence. A penetration permit must be secured from FMS prior to disturbing the integrity of the barrier. The permit must be available for inspection at the project location (Attachment D). After the work is completed, the penetration must be repaired (sealed) according to accepted practice and utilizing materials (including UL/FM-listed through penetration fire stopping materials) that meet the original barrier construction requirements in order to restore the designed specifications for smoke and fire compartmentalization. All penetrations and miscellaneous openings must be protected according to NFPA 101, Chapter 8. Ensure that all penetrations made in fire resistance assemblies of the existing hospital building, to include smoke barriers, fire separation assemblies, and fire walls, are properly fire stopped within 4 hours after making the penetration. Identify through-penetration fire stop systems with pressure-sensitive, self-adhesive, preprinted vinyl labels. Attach labels permanently to surfaces of penetrated construction on both sides of each fire stop system installation where labels will be visible to anyone seeking to remove penetrating items or fire stop systems. Include the following information on labels:The words: "Warning -Through Penetration Fire stop System-Do Not Disturb. Notify Building Management of Any Damage."Contractor's Name, address, and phone number.Through-Penetration fire stop system designation of applicable testing and inspecting agency.Date of Installation.Through-Penetration fire stop system manufacturer's name.Installer's Name.Upon completion of any penetration fire stopping, a visual inspection for approval must be requested from, and completed by FMS.16.0Interim Life Safety Protection Measures:Contractor shall participate with the VA in the preparation of an interim life safety measures and fire protection Plan (Attachment E) that will be implemented during construction of this project. At a minimum, contractor shall comply with the following requirements of an interim life safety measures and fire protection plan:Ensure exits provide free and unobstructed egress for all building occupants. If required by contractor’s operations, establish and mark alternate means of egress for all building occupants.Contractor shall maintain escape facilities from the work area for construction workers at all times. Means of egress in construction areas will be inspected daily.?Ensure free and unobstructed access to all areas of the project site for emergency services and for emergency forces.Ensure that means of egress and existing fire alarm, detection, and suppression systems are not impaired by contractor’s operations. When required, a fire watch shall be by a qualified person provided by the contractor who shall maintain constant observation of the affected area and have no other duties. The person providing the fire watch shall be trained in fire prevention and in the use of fire extinguishers, occupant hose lines, occupant fire protection system, in sounding the building fire alarm and in notifying the local fire department, and in understanding the particular fire safety situation for the project.Provide written procedures and guidelines for construction personnel and post in the immediate areas of construction detailing what to do and who to call in the event of fire or emergency.Maintain the construction area to minimize the potential for fire or safety hazards resulting from storage of construction material, construction waste and debris during construction operations.All temporary construction shall be built of noncombustible/fire retardant materials and shall be smoke tight.Ensure that all penetrations made in fire resistance assemblies of the existing hospital building, to include smoke barriers, fire separation assemblies, and fire walls, are properly fire stopped within 4 hours after making the penetration.17.0PREVENTION OF FALSE FIRE ALARMS:Contractor shall comply with the requirements to prevent false fire alarms as provided in Attachment F. Contractor shall provide a fire watch when impairment of the fire alarm system exceeds 4 hours in a 24 hour period.Sprinkler systems will not be shut down except for portions of the sprinkler system under renovation, modification or construction, or for new connections to the sprinkler system. Sprinkler systems will not be shut down to avoid accidental discharge of the sprinkler system caused by unintentional damage to the sprinkler system from construction activity. Provide metal head guards at each sprinkler head within the limits of work.18.0Material & Workmanship Quality:All materials and workmanship shall comply with all codes, standards, and recommendations of all Authorities Having Jurisdiction (AHJ). All work shall be done in a first class manner according to the best trade practices and to the satisfaction of the Project Manager.19.0SECURITY:All contractor personnel shall obtain a short-term identification badge issued by the Project Manager. Such badge shall be worn by the individual and prominently displayed at all times while on VA property. No employee of the contractor shall enter the project site without a valid identification badge issued by the VA. In order to obtain a short-term identification badge, contractor personnel shall present to the Project Manager a valid (non-expired) photo identification issued by a US federal, state or local government agency.All contractor personnel are subject to inspection of personal effects when entering or leaving the project site.20.0ATTACHMENTS:A - Contractor Safety Manual of the Providence VAMC, dated January 2009.B - Fire/Smoke Wall Penetration PermitC – Interim Life Safety Procedures D - Fire Systems Protection During ConstructionATTACHMENT AProvidence VA Medical Center Construction Safety Manual TOC \o "1-3" \h \z \u INTRODUCTION PAGEREF _Toc219603024 \h 241.0 GENERAL INFORMATION PAGEREF _Toc219603025 \h 251.1 Standard Safety and Security Rules PAGEREF _Toc219603026 \h 251.2 Safety Permits and Procedures PAGEREF _Toc219603027 \h 251.3 Housekeeping PAGEREF _Toc219603028 \h 261.4 Accident, Incident, Injury, or Illness PAGEREF _Toc219603029 \h 262.0 ENVIRONMENTAL ISSUES PAGEREF _Toc219603030 \h 262.1 Hazardous Waste Management PAGEREF _Toc219603031 \h 262.2 Transport of Hazardous Materials PAGEREF _Toc219603032 \h 272.3 Spill Prevention and Control PAGEREF _Toc219603033 \h 272.4 Pest Control PAGEREF _Toc219603034 \h 282.5 Air Emissions PAGEREF _Toc219603035 \h 282.6 Stormwater and Wastewater PAGEREF _Toc219603036 \h 282.7 Biological/Chemical/Radioactivity Hazards PAGEREF _Toc219603037 \h 292.8 Asbestos Containing Materials PAGEREF _Toc219603038 \h 292.9 Lead Paint PAGEREF _Toc219603039 \h 293.0 OSHA SAFETY ISSUES PAGEREF _Toc219603040 \h 303.1 Hazardous Materials and Hazard Communication PAGEREF _Toc219603041 \h 30Hazardous Materials PAGEREF _Toc219603042 \h 303.2 Confined Space Entry PAGEREF _Toc219603043 \h 303.3 Lockout / Tagout PAGEREF _Toc219603044 \h 313.4 General Electrical Safety PAGEREF _Toc219603045 \h 313.5 Compressed Gas Cylinders PAGEREF _Toc219603046 \h 323.6 Powder-Actuated Tools PAGEREF _Toc219603047 \h 323.7 Welding, Cutting, and Brazing Hot Work Permit PAGEREF _Toc219603048 \h 323.8 Cranes and Rigging PAGEREF _Toc219603049 \h 323.9 Miscellaneous Additional Safety Rules for the Protection of PVAMC PAGEREF _Toc219603050 \h 33Patients, Visitors, Employees, Neighbors and Property PAGEREF _Toc219603051 \h 33INTRODUCTIONAll contractors, Project Managers, and employees engaged in construction activities at the PVAMC must be aware of the construction safety requirements outlined in this manual.The implementation of construction safety programs will minimize the potential for injuries and illnesses to our patients, employees and visitors from unsafe construction activities conducted by contractors and VA employees, including operations and maintenance crews, permanent construction crews and temporary purchase and hire staff.It is the policy of the VHA to protect patients, staff, visitors and contractors from safety and health hazards associated with construction activity on VA/VHA property and leased property at which VA-funded construction is occurring. Construction activities are defined as those that include VHA projects performed by employees or contractors and enhanced use lease projects within structures fully managed by VHA or within the purview of VHA authority. Safety is a philosophy and a practice that identifies and eliminates job site hazards throughout the lifecycle of a project and discourages work practices and equipment that place individuals at risk of injury. This manual outlines programs and procedures to maintain a healthy environment of care for our patients and a safe and healthy worksite for employees, visitors and contractors during construction activities.1.0 GENERAL INFORMATIONStandard Safety and Security RulesThe following are some reasons for which an employee of a contractor may be temporarily or permanently removed from Medical Center premises:??Possession or use of alcoholic beverages or regulated drugs not prescribed by a physician??Possession of explosives, firearms, ammunition, and other weapons??Deliberate violation of safety or security rules??Illegal dumping, handling, or disposal of hazardous materials??Destruction or removal, without written permission, of any property belonging to Providence VAMC, the property owner, employee, or other contractors or employeesFailure to follow the directions or instructions of a VA Police Officer, VA Project Manager or VA Project ManagerFailure to wear in a visible manner a facility issued identification badge??Intimidating, threatening, harassing, impeding or interfering with an inspector, security officer, or Providence VAMC employee or designated representative??Using emergency exits other than for emergencies??Misuse of fire prevention and protection equipment??Unauthorized removal or destruction of a safety barricade, handrail, guardrail, warning sign, fall protection, or other warning devices intended to protect PVAMC’s students, faculty, employees, neighbors or property.For additional information on safety guidelines that are related to security issues, you may refer to theProvidence VAMC Police Department Safety Permits and ProceduresThe following operations may present a hazard to PVAMC employees, visitors, patients, neighbors or property. Therefore, you must obtain written approval through the Providence VAMC Project Manager before:??Working on fire protection/detection systemsPenetrating any smoke/fire barrier wall??Performing burning, welding, cutting, soldering, or other hot work??Performing any work above an existing finished ceiling??Obstructing an exit door or any exit path within any building??Obstructing access to the hospital by emergency services??Working on electrical, steam, chilled water systems or other energized systems??Moving emergency equipment (fire extinguishers, first aid kits, etc.) provided by PVAMC??Installing a temporary electrical service??Working with hazardous chemicals (including solvents and paints)??Generating hazardous wastes (including waste oil)??Using powder actuated tools??Using a gas, diesel, or LP (propane) powered engine indoors??Operating a power vehicle or self-propelled work platform??Excavation/trenching??Using radioactive sources or conducting field radiography (x-ray)??Working with asbestos-containing materials??Working on security systems??Working with compressed air/gases??Using a laser??Working on a fume or biological hood??Working on a solvent storage cabinet??Working on heating, ventilation, or air conditioning equipment??Working on a roof??Lifting or hoisting with cranes, derricks, hoists or helicopter??Performing blasting operationsSpecial Rules for Operations Involving Utilities:??Only Providence VAMC Facilities Operations may shut down or start up operating utilities.??You must notify your Project Manager, who will coordinate with Providence VAMC Facilities Operations, in advance of the need for such shutdowns or startups.Special Rules for Lockout/Tagout of Machinery, Pipes, etc.:??If you intend to service or maintain machinery that could hurt someone if it were to unexpectedly start up, you must inform the Providence VAMC Project Manager of the Lockout/Tagout procedures you intend to follow.??See Section 3.3 on Lockout/Tagout generally.HousekeepingYou must maintain good housekeeping. You must keep work areas neat, clean, orderly and free of excesstrash and debris and never block walkways, stairs, exits, or create a tripping hazard. Cover and/or place guardrails around open holes, trenches, or excavations into which PVAMC’s visitors, patients, or employees may fall. Poor housekeeping at a job site may lead to an increased potential for safety hazards and an increased incidence of accidents and chemical spills.1.4 Accident, Incident, Injury, or IllnessAfter notifying the appropriate emergency agency (e.g., 9-1-1), work related accidents, incidents, injuries, and illnesses must be immediately reported to the Providence VAMC Project Manager or representative. The Contractor is responsible for notifying OSHA for any incidents that are reportable to that agency.2.0 ENVIRONMENTAL ISSUES2.1 Hazardous Waste ManagementHazardous waste generated by a Contractor as part of its work must be properly identified, stored and disposed of in accordance with all applicable local, state and federal laws. The Contractor must coordinate with its Providence VAMC representative to provide a list of hazardous waste(s) to be generated during the project, and to determine the location(s) available for hazardous waste storage. The Contractor must also ensure, at a minimum, proper labeling, adequate secondary containment, segregation of incompatible materials and routine inspection of storage areas as required by law. In addition, all hazardous waste containers shall be constructed of a material that is compatible with the waste, shall be in sound condition, and shall be kept securely closed at all times in accordance with applicable regulations. Containers and/or tanks used to store hazardous wastes must be managed in accordance with applicableregulations and must be inspected daily.The Contractor is responsible for completing all disposal documents, which may include, but are notlimited to, waste profiles, waste analytical samples and hazardous waste manifests. Providence VAMC shall be designated as the Generator on all documents and shall be provided with copies of all waste analyses, land disposal restriction forms and related documentation. Copies of all disposal documents shall be submitted to the Project Manager for review at least 5 days prior to shipment. The Project Manager or an EH&S representative will sign the manifests as the Generator. At the time of shipment, the Contractor shall provide the bottom three copies of the manifest to the Project Manager or the PVAMC EH&S representative for distribution to the appropriate agencies.Contractor employees must be appropriately trained in hazardous waste procedures. In the event a Contractor encounters previously unidentified material that is reasonably believed to be radioactive, volatile, corrosive, flammable, explosive, biomedical, infectious, toxic, hazardous, asbestos containing or oil-based, the Contractor shall immediately stop work in the affected area and report the condition to the Project Manager. At no time shall such material be disposed of in chutes, dumpsters, drains, pipes or any other waste container. The Contractor agrees to cooperate with the Project Manager and any consultants engaged by the Project Manager to perform services with respect to the analysis, detection, removal, containment, treatment and disposal of such regulated materials.Transport of Hazardous MaterialsAll transportation of hazardous materials while on Providence VAMC property shall be conducted inaccordance with USDOT Hazardous Materials Regulations for proper packaging, marking/labeling, handling, documentation, etc. At no time should hazardous materials be transported via public or private roads at Providence VAMC in a manner that could result in an unsafe condition for personnel or the environment.Spill Prevention and ControlProvidence VAMC’s Spill Prevention Control and Countermeasures (SPCC) Program establishesMedical Center-wide procedures for the prevention and detection of spills and/or releases of oil or hazardous materials, including the following:??Based on the inventory of oil and hazardous chemicals that will be brought on-site, the Contractor shall have available equipment (e.g., secondary containment pallets, absorbent pads, absorbent booms, speedi-dry) that is suitable and sufficient to control a potential spill/release.??The Contractor is responsible for identifying conveyances to the environment (e.g., sumps, storm/floordrains, etc.) and adequately minimizing spill potential to these areas.??The Contractor is responsible for the proper storage of all flammable and combustible chemicals that are brought and/or stored on site to complete the work of this contract. Such storage may require the use of safety containers, safety cabinets, and/or secondary containment. The Contractor shall also ensure that any incompatible chemicals are safely segregated. The Contractor is responsible for maintaining and securing all chemical containers and all chemical storage areas. This requires selecting locations and methods to minimize exposure to rainfall, surface water, and the ground surface or subsurface. Enclosures, shelters, and secondary containment should be used where appropriate.??The Contractor must use appropriate protective procedures such as double containment, employee training, overflow protection, and other measures as part of activities involving the use, storage, or handling of petroleum products or hazardous materials on Providence VAMC Property.??The Contractor must ensure that his/her employees are adequately trained in spill procedures outlinedbelow. The Medical Center’s SPCC Program also establishes reporting requirements in the event of a spill or release of oil or hazardous materials. In the event of a release or spill, the Contractor must follow all of the reporting requirements of the SPCC Program as specified below: (1) The Contractor shall extinguish all sources of ignition and isolate incompatibles or reactive chemical substances.(2) The Contractor shall determine if the spill/release is incidental or non-incidental.(3) For incidental spills/releases:??The Contractor shall attempt to stop or contain the spill/release at the source provided that doing so does not endanger anyone.??The Contractor shall prevent discharge of materials to environmental receptors including drains, sumps, soil, etc.??The Contractor shall immediately notify the Project Manager of all incidental spills/releases.??The Contractor is responsible for the proper collection, storage and disposal of waste materials in compliance with EPA and R.I. DEM regulations and in cooperation with the Project Manager.(4) For non-incidental spills/release:??The Contractor shall immediately report the spill/release to the Medical Center’s Environmental Health & Safety (EH&S) Department who will advise you on the need for initiating contact with spill response vendors.??The Contractor shall follow the steps for incidental spill/releases identified in item (3) above, provided that it is safe to do so.??PVAMC’s EH&S Department will coordinate ALL reporting to outside agencies and will conductfollow-up written notifications if necessary.??The Contractor will conduct an incident analysis and coordinate with the Project Manager and the PVAMC EH&S Department on any actions that are required to prevent recurrence.??If it is deemed necessary to engage a professional spill cleanup company, the PVAMC EH&SDepartment will coordinate the cleanup through the Project Manager.Pest ControlIf a Contractor or his/her employees see evidence of cockroaches, mice, ants or other pests during the course of their work, they must notify the Project Manager immediately. The Contractor shall not use any insecticide products on Medical Center property unless such activities are part of your contracted work and you are specifically trained to do so.Air EmissionsCombustion Units[Combustion units include, but are not limited to, boilers, heaters, emergency generators and kilns.]1 “Incidental” spills meet ALL of the following criteria: 1) personnel are familiar with the hazards associated with the spilled material; 2) containment/response does not pose potential health and safety hazards (e.g. fire, explosion or chemical exposure); 3) a small quantity (less than 10 gallons) of material is spilled/release which DOES NOT reach the environment or pose potential health and hazardous; and 4) spilled/release material can be readily absorbed, neutralized, or otherwise controlled at the time of release by employees in the immediate area or by maintenance personnel. “Non-incidental” spills include 1) major spills/release (e.g. greater than 10 gallons) that do not reach the environment or 2) any amount of spilled material that escapes to the environment (including drains, sumps, soil, etc.).All Contractors must immediately report the following to the Project Manager:??Any maintenance or repairs to a combustion unit that could result in a change in maximum heat input value or overall emissions (e.g. burner replacement or fuel conversions)??Any conditions discovered which could have resulted in an increase on air pollutant emissions.CFC Containing Units [CFC containing units include those containing any ozone depleting refrigerants including, but not limited to, Chlorofluorocarbons (CFC) and Hydrochlorofluorocarbons (HCFC).]Contractors shall immediately notify the Project Manager whenever they become aware of any unintentional or intentional release of CFCs above de-minimis levels as established by EPA regulators.Contractors shall provide the following documentation to the Project Manager:??EPA certifications for any reclaimers to which CFC products evacuated from Providence VAMC systems are to be sent.??Certifications for any CFC recycle/recovery equipment to be used at PVAMC??Technician Certifications??Service records for all units containing greater that 50 pounds of refrigerant. Records must include the date and type of service and the type and quantity of refrigerant added.Contractors shall immediately notify and provide documentation to the Project Manager whenever:??A leak rate equals or exceeds 35% per year for commercial/industrial processes??A leak rate equals or exceeds 15% per year for comfort cooling processes??A release occurs of >100 pounds in a 24 hour period for CFC-12, CFC-113 ad R-500. Halon Service providers shall immediately notify the Project Manager whenever it becomes aware of any unintentional or intentional release of halon. Stormwater and WastewaterStormwaterProjects that disrupt over one (1) acre of land must adhere to the EPA’s Phase II stormwater requirements.These projects are required to obtain a NPDES permit and implement best management practices. The Contractor is responsible for obtaining such permits before the start of work.WastewaterProvidence VAMC’s wastewater discharge is regulated by Narragansett Bay Commission (NBC). The discharge of any wastewater must adhere to these permit requirements. These include but are not limited to:??No discharge of mercury, silver or other metal-bearing wastewater??No discharge of highly corrosive substances (5 < pH > 10.5)??No discharge of flammable materials that could create a hazard for Providence VAMC personnel these are the only references that will be noted in the policy. or NBC treatment works personnel.The Contractor must identify all wastewater streams for the Project Manager and obtain approval for drain discharge.Biological/Chemical/Radioactivity HazardsSome Providence VAMC operations involve the use of biological, chemical, or radioactive material thatcan be hazardous to PVAMC’s visitors, patients, or employees if not handled safely. Areas where work with biological, chemical, or radioactive materials is being performed will be marked with appropriate signs.Do not enter these areas and do not handle hazardous biological, chemical, or radioactive material unless itis part of your contracted work and you are specifically trained to do so.Asbestos Containing MaterialsProvidence VAMC will have determined, before work is begun, the presence, location, and quantity ofasbestos-containing or potentially asbestos-containing materials that would be specifically impacted by thework of your contract. The Providence VAMC Project Manager will provide a specific asbestos auditreport for those work areas in question. The contractor shall not disturb asbestos-containing materialsunless such activities are part of your contracted work and you are specifically trained to do so. Asbestosabatement contractors should coordinate with the Project Manager and the Medical Center’s EH&S Department for specific requirements for asbestos abatement work.The Contractor shall not disturb, damage or otherwise handle any suspect asbestos containing material. Itis recommended that the following suspect materials be assumed to contain asbestos:Cement Pipes, High Temperature Gaskets, Electrical Wiring InsulationCement Wallboard, Lab Hoods/Benches/Gloves, ChalkboardsCement Wallboard, Fire Blankets/Curtains/Doors, Roofing Shingles and FeltFlooring, Backing, Elevator Equipment Panels, Base FlashingConstruction Mastics, Elevator Brake Shoes, Thermal Paper ProductsAcoustical Plaster, HVAC Duct Insulation, Caulking/PuttiesDecorative Plaster, Boiler Insulation AdhesivesTextured Paints/Coatings, Breeching, Insulation, WallboardCeiling Tiles and Lay-in Panels, Pipe Insulation, Joint CompoundSpray-applied Insulation, Cooling Towers, Vinyl Wall CoveringsBlown-in Insulation, Electrical Cloth, Asphalt Floor TileFireproofing Materials, Heating and Electrical Ducts, Vinyl Sheet FlooringTaping Compounds, Electrical Panel Partitions, Vinyl Floor TilePacking Materials (wall/floor penetrations), Ductwork, Flexible Fabric, Connectors, Spackling CompoundsThe Contractor shall not sweep, dust, vacuum or mop dust or debris that is the product of a suspect asbestoscontaining material. The Contractor shall also not pick up or throw away any suspect asbestos-containingwaste or trash. If it material that is suspected to be asbestos-containing is disturbed and becomes airborne,the Contractor shall immediately notify the Project Manager. If it is part of the Contractor’s work, stripping of floor finishes shall be done using low abrasion pads atspeeds lower than 300 rpm and wet methods shall be used. The Contractor shall take care not to overstripfloors and shall stop stripping immediately upon removal of the old surface coat. Sanding of flooring material is strictly prohibited unless it is part of your contracted work and you are specifically trained to do so.Any suspect asbestos containing material that is observed by the Contractor to be crushed, ripped, brokenor in any way damaged should be reported to the Project Manager immediately.Contractors must, within 24 hours, convey to the Providence VAMC Project Manager any informationthey newly discover concerning the presence, location and quantity of asbestos-containing or potentiallyasbestos-containing materials.Lead PaintUnless the Providence VAMC Project Manager provides a specific lead-paint inspection, Contractor’sshould assume that any painted surface they come in contact with is coated with lead-based paint.Therefore, Contractor’s should not perform any intrusive, dust-generating work on painted surfaces (e.g.drilling, cutting, brazing, scraping, demolition), unless the surface has confirmed to be non-lead or unlesssuch work is part of your contracted work and you are specifically trained to do so.Any painted surfaces that have loose, flaking, and chipping or otherwise non-intact paint should not beimpacted by the Contractor and should be reported to the Project Manager immediately.Lead paint abatement contractors should coordinate with the Project Manager and the Medical Center’s EH&S Department for specific requirements for lead abatement work. Refer to the section of this manual on Hazardous Waste for guidelines on the proper disposal of lead containing paint.3.0 OSHA SAFETY ISSUES3.1 Hazardous Materials and Hazard CommunicationHazardous Materials??Do not handle or use hazardous materials without training by your company’s representative.??No solvents, paints, or similar flammable, toxic, or irritating materials may be used in areas occupied by Providence VAMC employees, visitors, or patients unless specifically approved in writing by the Providence VAMC Project Manager.??Maintain adequate ventilation when paints or solvents are used.??Use flammable solvents and materials with extreme caution.??Store flammable paints and solvents in approved flammable liquid storage cabinets if inside buildings.Hazard CommunicationThe Contractor shall submit an inventory of all hazardous chemicals that are brought on-site withaccompanying Material Safety Data Sheets to the Project Manager. The Contractor shall also ensurethat all containers that are brought on site for the storage of hazardous chemicals (e.g., gas, paint, etc.) arelabeled and inspected in accordance with all applicable regulations. The Contractor shall remove all hazardous chemicals that it brings on-site when work involving a specific hazardous chemical is complete.The Contractor may request and review Material Safety Data Sheets for any chemicals that are encounteredon Medical Center property during the performance of its work.3.2 Confined Space EntryBackgroundProvidence VAMC has developed and implemented a Confined Space Entry Program to protect allMedical Center employees who are required to enter confined spaces. PVAMC’s complete written program is available for review upon request to the Project Manager. This Medical Center-wide program defines a “Confined Space” and an “Enclosed Space” in accordance with 29CFR §§ 1910.146 and 1910.269, respectively. Entrance into any of these spaces by a Contractor requires adherence with all applicable regulations as well as with certain Medical Center protocols as defined further below.As part of the Confined Space Entry Program, the Medical Center performed hazard assessments, developed inventories and posted all confined and enclosed spaces at the point of entry. These postings include information on the classification of the space (e.g., “Permit Required”, “Non-permit Required”), the confined space ID number, the location, the known hazards, and the minimum personal protective equipment needed for entry. Where available the Medical Center’s experience with the confined space is also included on the signage. The Medical Center Confined Space Inventory and hazard assessment forms are available for review.Requirements??The Contractor is responsible for developing, implementing and maintaining his/her own Confined Space Entry Program, including provisions for emergency rescue in accordance with OSHA regulations as it applies to the work of this contract.??If during the course of its work, the Contractor encounters a confined space that has not been previously identified by the Medical Center, it must immediately bring the space to the attention of the Project Manager and delay entry until Providence VAMC has examined the space.??When both Medical Center personnel and Contractor personnel are working in or near confined spaces, the Contractor shall coordinate all operation with the affected Medical Center personnel before entry.??Advance notification is always required. Whether you enter a confined space with a PVAMC employee or not, the Contractor’s entry attendant must always first inform the Providence VAMC Project Coordinator before you enter a confined space.The Contractor shall provide the Project Coordinator with:??The exact location of the confined space and confined space ID number;??The time of entry and approximate entry duration; and??The names of authorized attendants and entrants.??After the entry: If you have entered a “permit-required” confined space, you must, after the entry is concluded, notify Providence VAMC Project Coordinator of (1) the permit space program you followed and (2) any hazards you confronted or created in the space.3.3 Lockout / TagoutProvidence VAMC protects its patients, visitors, employees, neighbors and property in part by complyingwith 29 CFR 1910.147 – Control of Hazardous Energy Sources (Lockout/Tagout). As part of PVAMC’sLockout/Tagout Program, standard locks and tags are used to control the start-up of equipment that is being serviced or maintained by its employees. At no time shall the Contractor or its employees override any locks or tags that they encounter during the performance of its work.The Contractor is responsible for developing; implementing and maintaining his/her own Lockout/TagoutProgram in accordance with OSHA regulations as it applies to the work of this contract. The Contractor shall submit a copy of its Lockout/Tagout Program to the Project Manager or Property Manager before the start of any work where 29 CFR 1910.147 is applicable. The only purpose of this submission is to ensure that, for the safety of PVAMC’s students, faculty, employees, neighbors or property, the Contractor’s Lockout/Tagout procedures are consistent with restrictions and prohibitions of PVAMC’s Lockout/Tagout program.??Providence VAMC Engineering and Utilities will shut down and start up utility systems.??The Contractor will maintain a log of all machines and equipment that are locked out and/or tagged outduring the performance of the work of this contract. This log shall identify the equipment that was worked on, the date that work was performed, and the name of the individual performing the work.The Contractor will submit this log to the Project Manager on a monthly basis when Lockout/Tagout work is being performed.3.4 General Electrical Safety??Only qualified electricians are permitted to work on electrical systems and equipment that uses orcontrols electrical power.??Do not operate electrical tools or equipment in wet areas or areas where potentially flammable dusts,vapors, or liquids are present, unless specifically approved for the location.??Should a circuit breaker or other protective device "trip," ensure that a qualified electrician checks thecircuit and equipment and corrects problems before resetting the breaker.??Erect barriers and post warning signs to ensure non-authorized personnel stay clear of the work area.??Report hazards (lack of protective guards or covers, damaged equipment, etc.) to the PVAMC Medical Center Project Manager immediately.??Do not leave electrical boxes, switch gear, cabinets, or electrical rooms open when not directly attended. Insulate energized parts when covers have been removed or doors are ajar. Use of cardboard, plywood, or other flammable materials to cover energized circuits is prohibited.3.5 Compressed Gas CylindersCompressed gases can pose a severe hazard to PVAMC’s patients, visitors, employees, neighbors andproperty. Therefore, the following measures must be taken for their protection:??Valve protection caps must be in place when compressed gas cylinders are transported, moved, or stored.??Close cylinder valves and replace valve covers when work is complete and when cylinders are empty or moved.??Secure compressed gas cylinders in an upright position in a welding cart or to a solid object (using chains, straps, or a rigid retaining bar). Secure compressed gas cylinders on an approved carrier while being transported.??Keep cylinders at a safe distance or shielded from welding or cutting operations. Do not placecylinders where they can contact an electrical circuit.??Keep oxygen and flammable gas regulators in proper working order and a wrench in position on the acetylene valve when in use. If not manifolded together, separate oxygen and flammable gas cylinders by 20 feet or a 5 foot high fireproof barrier.??If a leak develops in a cylinder and it cannot be immediately corrected, move the cylinder to a safelocation outside the building.??Use only approved spark igniters to light torches.??Cylinders must not be taken into or stored in confined spaces, including gang boxes and office/storage trailers.??Do not store hoses and regulators in unventilated or closed containers or areas.??Do not leave behind partially filled or empty cylinders. Always remove them from the site.3.6 Powder-Actuated ToolsPowder-actuated tools can pose hazards to PVAMC’s patients, visitors, employees, neighbors and property.Such tools are, therefore, not permitted in occupied Providence VAMC buildings without the approval of the PVAMC Medical Center Project Manager. In addition:??Contractor’s who operate powder-actuated tools must be properly trained in their use and carry a validoperator's card provided by the equipment manufacturer.??Each powder-actuated tool must be stored in its own locked container when not being used.??A sign at least 7 inches by 10 inches with bold face type reading "POWDER-ACTUATED TOOL INUSE" must be conspicuously posted when the tool is being used.??Powder-actuated tools must be left unloaded until they are actually ready to be used.??Powder-actuated tools must be inspected for obstructions or defects each day before use.??All Powder-actuated tool operators must have and use appropriate personal protective equipment such as hard hats, safety goggles, safety shoes and ear protectors.3.7 Welding, Cutting, and Brazing Hot Work Permit??Obtain a permit from the Project Manager for each separate work activity and ensure that all conditions of the permit are met at all times. The permit must be obtained from the Contract Coordinator prior to the start of any welding/cutting/brazing work. In addition, the Contractor must also maintain its own hot work permit system in accordance with OSHA regulations.??Remove combustible materials from the area before beginning work.??Elevate oxygen/acetylene hoses seven feet above the work area or otherwise protect them from damage.??Install anti-flash back (safety/check) valves in both the oxygen/acetylene hoses at the regulator.??Shield adjacent areas with welding partitions.??Have a second person stand by with an approved fire extinguisher for welding and burning operations in accordance with OSHA regulations and permit requirements. This person should remain in the area for a minimum of 30 minutes after the hot work is completed to ensure the site is cold.3.8 Cranes and RiggingEach crane, rigging, or hoist brought onto Providence VAMC property must have an annual inspectionperformed by a certified testing agency. Before operations begin on site, documentation, including a logbook, must be provided to Providence VAMC Project Manager or its designee.The operator is responsible for the proper placement of the crane in relationship to the load to be handledand the landing area so as to obtain the best rated lift capacity, and the installation and maintenance ofcrane swing radius protection.All operators must possess a valid R.I. hoisting license. Documentation of this license shall beprovided to the Providence VAMC Project Manager. At no time shall loads be hoisted by a non licensed operator.3.9 Miscellaneous Additional Safety Rules for the Protection of PVAMCPatients, Visitors, Employees, Neighbors and Property??Do not perform work over the heads of people or leave tools or equipment overhead.??Isolate your work area with safety markers, tape barriers, blinker lights, etc.??Report unsafe acts or conditions to your supervisor.ATTACHMENT BFIRE WALL/SMOKE BARRIER PENETRATION PERMIT REQUIREMENTSPART 1GENERALPURPOSETo establish policy and procedures regarding penetrations in ceilings, floors, pipe chases, rated fire walls, and smoke barriers for the purpose of maintaining the integrity of Building #1 Type II-222 Construction as required in NFPA 101, Chapter 8 and the Joint Commission to provide for the safety of occupants during fire incidents. (The equivalent Construction Type per ICC Building Code is Type IB.)POLICYAll penetrations made in floors, fire barriers and smoke partition for the purpose of installation/removal of pipe, conduit, cable, or ductwork or other modifications including incidental damage, or the removal of such item, will be repaired and firestopped upon the completion of the work, and documented as repaired. This policy applies to all vertical and horizontal penetrations and to all medical center staff and Contractors.DEFINITIONSPenetrations are any holes, openings or faults created in a fire barrier or smoke partition that compromise the integrity of the smoke or fire rating of the penetrated structure.Firestopping materials are any materials used to replace or repair any penetrations. Materials used must meet specifications and testing by FM, UL, or WH that ensure that the original integrity and rating of the penetrated surface will be restored.Fire Barriers are floor/ceiling assemblies and walls, including supporting construction that meets the conditions of acceptance of NFPA 251, Standard Methods of Tests of Fire Endurance of Building Construction and Materials. Fire barriers are designed to form fire compartments and are constructed to be continuous from outside wall to outside wall, floor to floor or ceiling, from one fire barrier to another or a combination thereof, including continuity through concealed spaces.Smoke Barrier is a continuous membrane designed and constructed to restrict the passage of smoke. Smoke Barriers are designed to form smoke compartments and are constructed to be continuous from outside wall to outside wall, floor to floor or ceiling, from one fire or smoke barrier to another or a combination thereof, including continuity through concealed spaces.SUBMITTALSSubmit manufacturers’ literature, data, installation instructions and detail drawings for each type of penetrating item and the construction of the barrier it is passing through indicating the type of firestopping and/or smoke stopping material used. Manufacturer’s details shall indicate the listing number given by FM, UL, or WH for each firestopping system.Alternate submittals can be a Certified Laboratory test report for ASTM E814 tests of systems not listed by FM, UL, or WH. (ASTM E814 is the Standard Test Method for Fire Tests of Through-Penetration Firestops.) Another type of submittal is a written Manufacturer’s Engineering Judgment, derived from a similar UL system, that a modified design meets the required protection level of the UL listed test.PART 2PRODUCTS2.1FIRESTOP SYSTEMSUse either factory built Firestop Devices or field erected through penetration firestop systems to form a specific listed firestop system that will maintain the required integrity of the fire or smoke barrier and stop the passage of gases or smoke.Through penetration firestop systems and firestop devices tested in accordance with ASTM E814 or UL 1479 use the “F” or “T” rating to maintain the same rating and integrity as the fire barrier being sealed. “T” ratings are not required for penetrations smaller than or equal to 4 inch nominal pipe of 16 square inches in overall cross sectional area.Products requiring heat activation to seal an opening by its intumescence shall exhibit a tested and demonstrated ability to function as designed to maintain the fire or smoke barrier.Firestop sealants used for firestopping or smoke sealing shall have the following properties:Contain no flammable or toxic solvents.Have no dangerous or flammable out gassing during the drying or curing of products.Water resistant after drying or curing and unaffected by high humidity, condensation or transient water exposure.When used in exposed areas, shall be capable of being sanded and finished with similar surface treatments as used on the surrounding wall, ceiling or floor surface.Firestopping system or devices used for penetrations by glass pipe, plastic pipe or conduits, unenclosed cables, or other non-metallic materials shall have the following properties:Classified for use with the particular type of penetrating material used.Penetrations containing loose electrical and/or computer data cables and other non-metallic communications cables shall be protected using firestopping systems that allow unrestricted cable changes without damage to the seal.Intumescent products which would expand to seal the opening shall act as a fire, smoke, toxic fume and water sealant.Maximum flame spread of 25 and smoke development of 50 when tested in accordance with ASTM E84.FM, UL, or WH rated or tested by an approved Laboratory in accordance with ASTM E814.Materials shall be asbestos free.PART 3 EXECUTION3.1Submit for approval all product data drawings and installation instructions, as required by “Submittals”, after examining the Contract Documents and performing an on-site careful examination of the areas to receive firestopping. If there is any doubt about the location of fire rated or smoke rated partitions, request or refer to information contained in the current SOC (Statement of Condition) document and drawings available at the FMS offices.3.2In all cases when a ceiling, floor, wall or partition designated as a fire or smoke barrier is compromised for the purpose of installation, repair, or other modification, the following steps are required:A.All penetration contracted work, including Information Resource Management (IRM) projects, is to be submitted and approved by a Facilities Management Service (FMS) Project Manager or Maintenance Department PM.B.A penetration permit must be secured from a FMS Project Manager or FMS Maintenance Department PM prior to disturbing the integrity of any wall or floor/ceiling barrier. The permit must be available for inspection at the subject location. (See Attachment “A”, enclosed.)C.Provide temporary firestopping, smoke seal and waterproofing of all penetrations in smoke and fire rated floor and wall assemblies immediately following core drilling or cutting if permanent work and firestopping measures will follow at a later time.D.Where penetrations are created in existing floors and/or partitions, they shall be temporarily firestopped by the close of construction each day. In the case of major projects requiring the prolonged existence of floor and/or partition openings, temporary firestopping shall be provided at the end of each workday. Temporary firestopping may constitute a single layer of fire rated gypsum board secured in place over the opening or mineral fiber may be placed in the opening. Fiber thickness shall be sufficient to meet or exceed the inherent fire resistance rating of the building material being penetrated and shall be secured in place with non-combustible material or fasteners.E.After the final work is completed, the penetration must be firestopped according to the submitted and approved UL, FM or WH listed through penetration firestopping materials or system that meet the original smoke barrier or fire rated construction requirements.F.Upon completion of any penetration repair, a visual inspection for approval shall be requested from and completed by a FMS Project Manager or FMS Maintenance Dept PM.GAfter completion of the field inspection, the completed permit will be signed by the Contractor/Installer and the inspecting FMS – PM or FMS Maintenance Dept PM. That signed document shall then become the official Document or Record and be distributed as indicated on the Permit Form.PART 4 RESPONSIBILITYIt is the responsibility of the FMS Project Manager or FMS Maintenance Dept to ensure that penetration permits are issued and final inspections are conducted. Any deficiencies found remaining during the inspection will be discussed with the COR and remedied by the firestop installer.The Chief of Facilities Management Service is responsible for ensuring that any PVAMC staff making penetrations into fire and/or smoke barriers shall secure penetration permits prior to beginning work, properly firestop the wall/ceiling/floor penetration, and sign off the permit after inspection and completion of the work.Contractors are responsible for assuring that they properly firestop any penetrations that they make in ceiling, floor, pipe chases, fire rated walls, and smoke barriers in accordance with submitted and approved firestop materials and/or systems.Contract Officer Representatives (COR’s) are responsible for ensuring that all Contractors and FMS personnel adhere to this policy during construction, renovation or demolition activities, including pulling electrical and/or data cables. The COR is responsible for verifying that all holes and penetrations made during the construction activities are properly sealed. The COR is also responsible for ensuring that this memorandum is properly inserted in all applicable Contracts and Work Orders issued by FMS.REFER TO AND FILL OUT THE ATTACHED “FIRE/SMOKE BARRIER PENETRATION PERMIT”.FIRE/SMOKE WALL PENETRATION PERMITContractor or FMS Dept or VA Service Requesting Permit: ________________________________________Responsible Person For Request (Firm/Dept & Person): ___________________________________________Location of Penetrations (Bldg/Floor): __________________________________________________________Work Narrative (Project No. or Purpose): _________________________________________________________________________________________________________________________________________________Before issuing a Floor/Fire Wall/Smoke Barrier Penetration Permit, the FMS Project Manager or Maintenance Dept shall review the following checklist with the Permit Requesting Responsible person for compliance.(Contractor to be reminded that all penetrations shall be temporarily firestopped at close of each work day.)QuestionYesNoN/ADid the Responsible person (indicated above) obtain prints (SOC Plans) from FMS Maintenance Section or PM Section detailing hourly rated walls and smoke barriers in the building; and have they thoroughly identified the scope of the firestop work?Is the manufacturer’s UL, FM, or WH product and application guide for each type of wall or floor penetrated by each type of utility element been submitted, approved and available for on- site review by installers and inspectors?Has the Responsible person (indicated above) prepared an itemized schedule of floor and fire/smoke walls to be penetrated indicating the UL, FM or WH system to be used?Materials utilized in repair:Fire-stopping UL, FM or WH System Number(s) Attach submittals: __________________________________________________________________________________________________________________________________________________________________________________________________________________________Wall Board Type & number of layers (if used) ______________________________________________________Other: (Manufacturer’s Engineering Judgment :) Attach submittal: ___________________________________Approving FMS PM or Maintenance Signature: ________________________________ Date: _____________After penetrations are sealed, FMS - PM or Maintenance Dept, and the Responsible Person shall inspect the area to ensure compliance with the required standards, make any corrections, and sign off on lines below.Signature of Responsible Person Filing for Permit: __________________________________________________Signature FMS PM or Maintenance Staff: ________________________________________________________Signature of COR: ___________________________________________________________________________Submit fully signed Copies to Contractor, COR, Safety Officer, and FMS - PM and/or Maintenance Dept.ATTACHMENT CPROVIDENCE VAMC INTERIM LIFE SAFETY MEASURES (ILSM) PLANILSM MAY BE REQUIRED IN AREAS OR SMOKE COMPARTMENTS WHERE NEW CONSTRUCTION OR RENOVATIONS ARE TAKING PLACE.DEFINITION:INTERIM LIFE SAFETY MEASURES: A series of operational actions taken to temporarily reduce the hazard posed by existing fire prevention or Life Safety Code deficiencies during, and until the completion of a construction or renovation program within an area or smoke compartment. OBJECTIVES:Determining when ILSM are necessary.Insure that required ILSM in areas/smoke compartments where construction or renovations are taking place are fully adhered to. Determining when ILSM can be terminatedPROCEDURES1. All new construction/renovation projects must evaluated by the project coordinator /supervisor using the attached PVAMC ILSM Requirement Assessment Worksheet. 2. If, upon completion of the worksheet, it is determined that an ILSM Plan is not needed, the project coordinator will send a copy to the PVAMC Safety Manager for concurrence.3. If, upon completion of the worksheet, it is determined that an ILSM Plan is needed, the project coordinator will complete the form by documenting the administrative actions necessary to mitigate the Life Safety Code deficiencies introduced, and send a copy to the PVAMC Safety Manager for concurrence.4.Facilities Management Service staff will utilize the attached Interim Life Safety Measures Checklist for conducting inspections of contractor areas when necessary.5.The PVAMC ILSM Requirement Assessment Worksheet, 11 Administrative Actions that may be applied to the project as ILSM, and ILSM assessment flowchart are provided for reference.Rev 1 4-07-09PVAMC ILSM Requirement Assessment WorksheetThese criteria will be used to evaluate smoke compartments in which a Life Safety Code deficiency has been identified, or in which construction, renovation or alteration activities are planned. Any “Yes” answers below may require ILSM to address occupant safety.Document any methods you plan on using, and what measures were taken under comments.Send to the Environmental Safety and Health Office-TR7, after completion.Submitter: __________________________________________ Date Submitted:Log#_________ Project: Expected Duration:Building: Floor:Room: CriteriaYESNOThe issue/work alters or significantly compromises exit access, exiting, or exit discharge building elementsThe issue/work compromises building compartmentation including fire or smoke walls, floor/ceiling assemblies, corridor walls, use area doors, or other defend in place elementsThe issue/work impairs the building Fire Protection Systems (alarm, sprinklers, suppression) for more than 4 hours in a 24-hour period.The activity includes Hot WorkThe activity includes large quantities of combustible materials, flammable materials, or generation of large amounts of dust and debris.Access to the area by emergency forces will be impairedWill non/limited combustible partitions be required?[ ] ILSM are required*[ ] ILSM are not required** A yes answer to any of the above criteria may require that an ILSM be initiated. Use the following check sheet to denote the interim life safety measures appropriate for the issue/work which compromises life safety. Daily inspections of egress access will be completed in accordance with the checked sheet and completed on the attached form during the pendency of the compromise to a life safety system.. Periodic inspections of other aspects of an ILSM shall be completed during the pendency of the ILSM. All forms will be maintained by the Safety Manager with copies in the project file. If an ILSM is not required, provide the completed assessment only to the safety manager for review. Maintain a copy in the project file.Work:ments:1.Reviewed by: ___________________________________________ Safety Manager Date: ___________Approved by: ___________________________________________Chief Facilities Management Date: ________Rev. 1 4-07-09Interim Life Safety Measures Check Sheet to be implementedProject Name or other identifying information: ___________________________Log Number: ___________Place a check mark in each applicable ILSM activity as determined by an assessment of the risks identified in the Assessment Work Sheet.#1INSPECTIONS / SURVEILLANCE??Increased surveillance of buildings, grounds, and equipment: shift / daily / other:??Means of exiting construction areas inspected daily??Implementation of Fire Watch??Not applicable#2ACCESSIBILITY??Maintenance of escape/egress routes from construction areas??Maintenance of access to emergency services for emergency equipment, fire alarm pull stations, Fire Department connections (internal & external)??Not applicable#3EQUIPMENT – LIFE SAFETY??Temporary fire alarm, detection, suppression system in place??Monthly testing and inspection of temporary systems??Provide additional firefighting equipment in project area??Provide additional firefighting equipment in adjacent areas??Not applicable#4COMMUNICATIONS??Notification to Municipal Fire Department (or applicable emergency forces group)??Not applicable#5CONSTRUCTION MATERIALS / PRACTICES??Partitions smoke tight and constructed of noncombustible or limited combustible materials??Prohibition of smoking throughout building and in and near construction areas??Implement appropriate storage practices #6 # 6 FIRE DRILLS??Implement appropriate housekeeping practices??Implement appropriate debris removal practices??Not applicable??2 fire drills per shift per quarter throughout Hospital (one additional drill beyond requirement of EC.5.30).??2 fire drills per shift per quarter in areas adjacent to project (one additional drill beyond requirement of EC.5.30)??More than 2 fire drills per shift per quarter throughout Hospital. If yes, how many_________??More than 2 fire drills per shift per quarter in areas adjacent to project. If yes, how many_______ ??Not applicable#7#7 TRAINING??Additional training for staff in immediate area??Additional training for staff throughout hospital??Additional training for incident response team??Training to promote awareness of fire-safety building deficiencies, construction hazards, ILSM??Training on changes in physical environment (egress routes)??Training on firefighting equipment??Training on compensating for impaired structural or compartmentalization features of fire safety??Not applicableOther measures: _____________________________________________Comments: __________________________________________________Prepared by: _______________________________________Reviewed by: ___________________________________________ Safety Manager Date:___________Approved by: ___________________________________________ Chief Facilities Management Date:________ILSM Inspection FormProject Name: ___________________________________Log Number: __________________________________Date: ________________Daily _______________ Weekly _________________Monthly______________MeasureApplicableCompliance StatusDate/InitialsYN1.Exits are inspected on a daily basis and are free and unobstructed. No construction materials, equipment, or debris block free use of all exits adjacent to the construction site or are impacted by the project. Temporary exit signs are in place.2.Provide temporary, but equivalent fire alarm and detection system.3.Provides additional fire-fighting equipment (fire extinguishers). Equipment is functional and tests are up to date.4.Temporary construction partitions are smoke tight, or made of noncombustible material, or made of limited combustible material that will not contribute to the development or spread of fire.5.Surveillance is increased of buildings, grounds, and equipment with special attention to construction areas and storage, excavation, and field offices.6.Enforces storage, housekeeping, and debris removal practices that reduce the building's flammable and combustible fire load to the lowest feasible level.7.Additional training is provided to those in the hospital on the use of fire-fighting equipment.8.One additional fire drill per shift, per quarter is conducted.9.Temporary systems are tested and inspected monthly, and the completion dates for these tests is documented.10.Education is conducted to promote the awareness of building deficiencies, construction hazards, and temporary measures implemented to maintain fire safety.11.Training for those who work in the hospital is done to compensate for impaired structural or compartmental features.Prepared by: __________________________Project Manager Date: _____________`Inspected by: Date: ______________BUILDING DEFICIENCYor CONSTUCTION/RENOVATIONPROJECTOne or more of the criteria are “YES”NODoes the project involve shutting down part or all of the suppression or detection systems for longer than 4 hours?YESApply the pertinent 11 Administrative ActionsNO-END-Renovation that is longer than one shift:More than a “One Room Project”-did not deactivate smoke detection or suppression for the projectDoes involve hallwaySuppression +/or detection systems are modified, moved, shut down, or covered (bagged). Emergency egress is blocked, or the smoke/fire petitions have been compromisedIs there a Fire Safety Deficiency in the building that:Requires an interim planThe deficiency has not been repaired within 6 months of the estimated date on the PFINote in project file ILSM does NOT apply Do not initiate ILSMAttachment DFire Systems Protection During ConstructionPreventing False Fire Alarms by Smoke Detectors During ConstructionConstruction and building maintenance activities can potentially generate sufficient airborne dust to activate a fire alarm through nearby smoke detectors. An alarm activated by a smoke detector is immediately transmitted to the municipal fire department, which responds to the hospital with equipment and personnel. In order to prevent false fire alarms from smoke detectors during construction or other maintenance activities, it has been the practice of construction personnel to place a cover over nearby smoke detectors to prevent airborne dust from entering the detector. This practice has been effective in preventing false fire alarms; however this practice has also led to undocumented impairments to the fire alarm system when these covers are not removed when no longer needed to prevent a false alarm.The following measures will be taken to prevent false fire alarms through smoke detectors during construction while maintaining effective control over impairments to the fire alarm system:-When it is determined that a smoke detector may be activated by construction dust, the contractor or project manager shall direct a request to one of the hospital’s electronics technicians to disable the smoke detector or any other device of the fire alarm system. The request shall include the Node, Loop, and Address of the device(s) to be disabled, the duration, and the specific types of construction or maintenance activities that are planned. The electronics technician will disable the smoke detector until notified by either the contractor or project manager that construction has ended for the day. When notified that construction has ended for the day, the electronics technician will re-enable the smoke detector. The smoke detector that is disabled will indicate a “trouble” condition at the fire alarm control panel and serve as an active indication that a smoke detector or multiple detectors have been impaired. The “trouble” indication will also serve as a continuous reminder to hospital staff that the smoke detector(s) must be restored to normal service.--Contractors or project managers shall provide at least 48 hours notice to the electronics technicians for disabling of a smoke detector or any other fire alarm system device. Email is the preferred method of notification.--In no case will the smoke detector(s) be disabled for more than 8 hours in a single 24 hour period. If any smoke detector or any other fire alarm system device is disabled for more than 4 hours in a 24 hour period, the project manager will prepare an ILSM risk assessment and a fire watch will be provided by the construction contractor as specified in the contract documents, or by hospital staff as designated by the project manager. --Covers shall not be used on a smoke detector at any time. If found, covers shall be immediately removed from smoke detectors. Sprinkler System Shutdowns during ConstructionConstruction and building maintenance may require the removal, modification, or relocation of sprinkler heads or piping. In order to prevent false fire alarms as a result of this sprinkler work, a procedure has been implemented for sprinkler system shutdowns. The following measures will be taken to prevent false fire alarms as a result of sprinkler work that maintains effective control over impairments to the installed sprinkler system:When it is determined that the facility’s sprinkler system must be shut down for system modifications, the contractor or project manager shall direct a request for shutdown to the VA. The request shall identify the specific area of the hospital impacted by the shutdown and the shutdown duration. The shutdown will be performed by VA staff. The VA staff will disable the fire alarm system points necessary to prevent false annunciation of a sprinkler system discharge. The VA staff, or the sprinkler system contractor when authorized in writing by the hospital, will close the appropriate riser valve(s) to isolate that portion of the sprinkler system that is being worked on or that needs to be isolated. The closed sprinkler valve(s) shall be identified with a sprinkler valve “SHUT” tag by the party that closed the valve(s). The closed sprinkler valve(s) will indicate a “trouble” condition at the fire alarm control panel to serve as an active indication that the sprinkler system has been impaired. The “trouble” indication will also serve as a continuous reminder to hospital staff that the sprinkler system must be restored to service.If a section of the sprinkler system is to be drained for piping or sprinkler head replacement work, the VA staff will notify the City of Providence fire alarm division that the master box will be out of service and disable the appropriate sprinkler flow switches and/or fire main. Once the system is drained in the specific area, the VA staff can reinstall all sprinkler system flow switch devices and the master box so that they are not required to be present in the fire alarm room as a fire watch for the system. At the completion of the sprinkler system work, the contractor is responsible for notifying the VA staff that the construction activity has ended for the day and that the sprinkler system is to be refilled and restored to normal operation. The VA staff must take out all flow switches, fire alarm annunciating devices, and possibly main fire pump prior to recharging of the system. Once the appropriate devices are disabled the VA staff, or the contractor when authorized in writing by the hospital, can then start filling the system and bleeding air out the Inspector Test Valve (ITV) until the sprinkler system is completely refilled in the specific area of the facility. The contractor must stay in the impacted area for a minimum of 15 minutes after the system is refilled to ensure there are no leaks in or abnormalities to the fire and sprinkler systems. --Contractors shall provide at least 48 hours notice to the VA for sprinkler system shutdown. Email is the preferred method of notification.--In no case will the sprinkler system be disabled on two consecutive floors or in multiple areas at the same time in the main hospital building. --In no case will the sprinkler system be disabled while smoke detectors or other fire alarm initiating devices are disabled in the same area. --In no case will sprinkler systems be shut down except for portions of the sprinkler system under renovation, modification or construction, or for new connections to the sprinkler system. Sprinkler systems will not be shut down to avoid accidental discharge of the sprinkler system caused by unintentional damage to the sprinkler system from construction activity. Provide metal head guards at each sprinkler head within the limits of work.--In no case will the sprinkler system be disabled for more than 8 hours in a single 24 hour period. If the sprinkler system must be disabled for more than 4 hours in a 24 hour period, the project manager will prepare an ILSM risk assessment and a fire watch shall be provided by the construction contractor as specified in the contract documents. SEPARATE APPLICABLE ATTACHMENTS TO THIS SOLICITATION: See attached document P01 AERIAL PHOTO. (Contains 1 Page) ................
................

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

Google Online Preview   Download