1. SOLICITATION NO.2. TYPE OF SOLICITATION3. DATE ...



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 guaranteeis,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 beconsidered and will be rejected. 1 90VA786A-13-Q-0109X08-13-20139263-000039804-MR13-014Department of Veterans AffairsNational Cemetery AdministrationConstruction Support Division (43C2)425 I Street, NWWashington DC 20001 SAME AS BLOCK 7Ms. Lenora Stephens202-632-5599All work is to be performed at Beverly National Cemetery, 5501 Frederick Avenue, Baltimore, MD 21228 withinBaltimore City County.The contractor shall provide all equipment, labor, supervision, materials, and administration necessary for theconstruction and performance of all work in accordance with the solicitation plans, specifications, drawings,required permits, terms and conditions.Line Item 1, Base Bid: Contractor shall remove existing committal shelter and foundation and replace it with a new16 x 16 committal shelter and foundation per the Statement of Work.The bidder/offeror shall include all Federal, State, and local taxes in their bid/offer, as per FAR 52.229-4. TheGovernment will not issue any tax exemption certificates.One Page 2 of the Standard Form 1442, "Solicitation, Offer and Award" in box 14 the contractor shall insert theircompany name, address, DUNs Number and Tax Identification Number.The winning contractor that shall work on this future contract must be registered in System for Award Management (SAM)Vetbiz and Vets 100 at the following URLs prior to award. cpscontractor., and Cost Range is $25,000 to $100,000NAICS CODE: 236220 Size Standard: $33.5 MillionTHIS IS A 100% SET ASIDE FOR SERVICE DISABLED VETERAN OWNED SMALL BUSINES UNDER 38 U.S.C. 81271060XX52.211-10X 110:00 a.m.09-12-2013X60PART I - THE SCHEDULE 1SECTION A - SOLICITATION/CONTRACT FORM 40SF 1442 SOLICITATION, OFFER, AND AWARD (Construction, Alteration, or Repair)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 APPLICABLELine Item 1, Base Bid: ________________________X38 U.S.C 8127(c)Department of Veterans AffairsNational Cemetery AdministrationConstruction Support Division (41D3B)425 I Street, NWWashington DC 20001YYFinancial Services CenterFinancial Services CenterP.O. Box 149971Austin TX 78714-9971 SAME AS BLOCK 7Lenora StephensLine Item 1, Base BidTable of Contents TOC \o "1-4" \f \h \z \u \x PART I - THE SCHEDULE PAGEREF _Toc364158880 \h 1SECTION A - SOLICITATION/CONTRACT FORM 40 PAGEREF _Toc364158881 \h 1SF 1442 SOLICITATION, OFFER, AND AWARD (Construction, Alteration, or Repair) PAGEREF _Toc364158882 \h 1INFORMATION REGARDING BIDDING MATERIAL, BID GUARANTEE AND BONDS PAGEREF _Toc364158883 \h 6INSTRUCTIONS, CONDITIONS AND OTHER STATEMENTS TO BIDDERS/OFFERORS PAGEREF _Toc364158884 \h 72.1 52.222-5 DAVIS-BACON ACT--SECONDARY SITE OF THE WORK (JUL 2005) PAGEREF _Toc364158885 \h 72.2 52.222-23 NOTICE OF REQUIREMENT FOR AFFIRMATIVE ACTION TO ENSURE EQUAL EMPLOYMENT OPPORTUNITY FOR CONSTRUCTION (FEB 1999) PAGEREF _Toc364158886 \h 72.3 52.225-10 NOTICE OF BUY AMERICAN ACT REQUIREMENT -- CONSTRUCTION MATERIALS (FEB 2009) PAGEREF _Toc364158887 \h 82.4 52.236-27 SITE VISIT (CONSTRUCTION) (FEB 1995) PAGEREF _Toc364158888 \h 92.5 852.211-72 TECHNICAL INDUSTRY STANDARDS (JAN 2008) PAGEREF _Toc364158889 \h 92.6 VAAR 852.270-1 REPRESENTATIVES OF CONTRACTING OFFICERS (JAN 2008) PAGEREF _Toc364158890 \h 92.7 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998) PAGEREF _Toc364158891 \h 10REPRESENTATIONS AND CERTIFICATIONS PAGEREF _Toc364158892 \h 113.1 52.204-8 ANNUAL REPRESENTATIONS AND CERTIFICATIONS (DEC 2012) PAGEREF _Toc364158893 \h 11GENERAL CONDITIONS PAGEREF _Toc364158894 \h 154.1 52.211-10 COMMENCEMENT, PROSECUTION, AND COMPLETION OF WORK (APR 1984) PAGEREF _Toc364158895 \h 154.2 52.219-28 POST-AWARD SMALL BUSINESS PROGRAM REREPRESENTATION (APR 2012) PAGEREF _Toc364158896 \h 154.3 52.225-9 BUY AMERICAN ACT--CONSTRUCTION MATERIALS (SEP 2010) PAGEREF _Toc364158897 \h 164.4 VAAR 852.203-70 COMMERCIAL ADVERTISING (JAN 2008) PAGEREF _Toc364158898 \h 194.5 VAAR 852.219-10 VA NOTICE OF TOTAL SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESS SET-ASIDE (DEC 2009) PAGEREF _Toc364158899 \h 194.6 VAAR 852.236-71 SPECIFICATIONS AND DRAWINGS FOR CONSTRUCTION (JUL 2002) PAGEREF _Toc364158900 \h 204.7 VAAR 852.236-74 INSPECTION OF CONSTRUCTION (JUL 2002) PAGEREF _Toc364158901 \h 214.8 VAAR 852.236-76 CORRESPONDENCE (APR 1984) PAGEREF _Toc364158902 \h 214.9 VAAR 852.236-77 REFERENCE TO "STANDARDS" (JUL 2002) PAGEREF _Toc364158903 \h 214.10 VAAR 852.236-78 GOVERNMENT SUPERVISION (APR 1984) PAGEREF _Toc364158904 \h 214.11 VAAR 852.236-79 DAILY REPORT OF WORKERS AND MATERIAL (APR 1984) PAGEREF _Toc364158905 \h 214.12 VAAR 852.236-80 SUBCONTRACTS AND WORK COORDINATION (APR 1984) PAGEREF _Toc364158906 \h 224.13 VAAR 852.236-82 PAYMENTS UNDER FIXED-PRICE CONSTRUCTION CONTRACTS (WITHOUT NAS) (APR 1984) PAGEREF _Toc364158907 \h 224.14 VAAR 852.236-84 SCHEDULE OF WORK PROGRESS (NOV 1984) PAGEREF _Toc364158908 \h 25ADDITIONAL REQUIREMENTS FOR BAR CHART SCHEDULE PAGEREF _Toc364158909 \h 254.15 VAAR 852.236-85 SUPPLEMENTARY LABOR STANDARDS PROVISIONS (APR 1984) PAGEREF _Toc364158910 \h 264.16 VAAR 852.236-86 WORKER'S COMPENSATION (JAN 2008) PAGEREF _Toc364158911 \h 264.17 VAAR 852.236-87 ACCIDENT PREVENTION (SEP 1993) PAGEREF _Toc364158912 \h 264.18 VAAR 852.236-88 CONTRACT CHANGES--SUPPLEMENT (JUL 2002) PAGEREF _Toc364158913 \h 264.19 VAAR 852.236-89 BUY AMERICAN ACT (JAN 2008) PAGEREF _Toc364158914 \h 284.20 VAAR 852.236-91 SPECIAL NOTES (JUL 2002) PAGEREF _Toc364158915 \h 284.21 VAAR 852.246-74 SPECIAL WARRANTIES (JAN 2008) PAGEREF _Toc364158916 \h 294.22 VAAR 852.273-76 ELECTRONIC INVOICE SUBMISSION (Interim - October 2008) PAGEREF _Toc364158917 \h 294.23 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) PAGEREF _Toc364158918 \h 30ATTACHMENTSINFORMATION REGARDING BIDDING MATERIAL, BID GUARANTEE AND BONDS (a) Bidding materials consisting of drawings, specifications and contract forms may be obtained at under the solicitation number. (b) One set of drawings and specifications may be obtained by Builders Exchanges, Chambers of Commerce, Quantity Surveyors, trade and microfilming organizations. (c) If the contract will exceed $100,000 (see FAR 28.102-1 for lesser amount), the bidder to whom award is made will be required to furnish two bonds, a Payment Bond, SF 25A, and a Performance Bond, SF 25, each in the penal sum as noted in the General Conditions of the Specification. Copies of SFs 25 and 25A may be obtained upon application to the issuing office.DESCRIPTION OF WORK:Cost Range: $25,000.00 to $100,000.00.Work includes but is not limited to the following:Remove and dispose of existing concrete slab and walkway in its entirety.Remove and dispose of existing committal shelter in its entirety.Excavate entire foot-print for new concrete slab to accommodate proposed 20’ x 20’ committal shelter and associated pier footings as illustrated in Sketch 1 and Sketch 2. (Note to coordinate with COR and facility staff to prevent issues with any existing obstruction.)Provide new Poligon Square Shelter with Poli-5000 Finish Model # SQR-20SS or equivalent. Install Shelter with 16’ with 16” Standing Seam Metal Roof with Anchor Bolts in accordance with manufacturers recommendations as illustrated in Sketch 3 and Sketch 4.Provide and install cast in place concrete pad 4,000psi in accordance with specification as illustrated in Sketch 1 and Sketch 2.Provide and install cast in place concrete walkway 4,000psito replace the existing that is to be removed in size and dimensions in accordance with specification. INSTRUCTIONS, CONDITIONS AND OTHER STATEMENTS TO BIDDERS/OFFERORS2.1 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)2.2 52.222-23 NOTICE OF REQUIREMENT FOR AFFIRMATIVE ACTION TO ENSURE EQUAL EMPLOYMENT OPPORTUNITY FOR CONSTRUCTION (FEB 1999) (a) The offeror's attention is called to the Equal Opportunity clause and the Affirmative Action Compliance Requirements for Construction clause of this solicitation. (b) The goals for minority and female participation, expressed in percentage terms for the Contractor's aggregate workforce in each trade on all construction work in the covered area, are as follows:Goals for minority participation for each tradeGoals for female participation for each trade17.3 %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" isBeverly, New Jersey(End of Provision)2.3 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)2.4 52.236-27 SITE VISIT (CONSTRUCTION) (FEB 1995) (a) The clauses at 52.236-2, Differing Site Conditions, and 52.236-3, Site Investigations and Conditions Affecting the Work, will be included in any contract awarded as a result of this solicitation. Accordingly, offerors or quoters are urged and expected to inspect the site where the work will be performed. (b) Site visits may be arranged during normal duty hours by contacting: Name: Ms. Maria Garza, Acting Cemetery Dir Address: Beverly National Cemetery 916 Bridgeboro Road Beverly, NJ 08010 Telephone: 215-504-5610(End of Provision)2.5 852.211-72 TECHNICAL INDUSTRY STANDARDS (JAN 2008) The supplies or equipment required by this invitation for bid or request for proposal must conform to the standards of the industry and Federal, Local and State environmental laws and regulations as to as to environmental regulations. The successful bidder or offeror will be required to submit proof that the item(s) he/she furnishes conforms to this requirement. This proof may be in the form of a label or seal affixed to the equipment or supplies, warranting that they have been tested in accordance with and conform to the specified standards. Proof may also be furnished in the form of a certificate from one of the above listed organizations certifying that the item(s) furnished have been tested in accordance with and conform to the specified standards.(End of Provision)2.6 VAAR 852.270-1 REPRESENTATIVES OF CONTRACTING OFFICERS (JAN 2008) The contracting officer reserves the right to designate representatives to act for him/her in furnishing technical guidance and advice or generally monitor the work to be performed under this contract. Such designation will be in writing and will define the scope and limitation of the designee's authority. A copy of the designation shall be furnished to the contractor.(End of Provision)2.7 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998) This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): (End of Provision)FAR NumberTitleDate52.236-28PREPARATION OF PROPOSALS--CONSTRUCTIONOCT 1997REPRESENTATIONS AND CERTIFICATIONS3.1 52.204-8 ANNUAL REPRESENTATIONS AND CERTIFICATIONS (DEC 2012) (a)(1) The North American Industry Classification System (NAICS) code for this acquisition is 236220. (2) The small business size standard is $33.5 Million. (3) The small business size standard for a concern which submits an offer in its own name, other than on a construction or service contract, but which proposes to furnish a product which it did not itself manufacture, is 500 employees. (b)(1) If the 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 Certain Activities or Transactions Relating to Iran--Representation and Certifications. 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)GENERAL CONDITIONS4.1 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 60 calendar days. The time stated for completion shall include final cleanup of the premises.(End of Clause)4.2 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 236220 assigned to contract number .[Contractor to sign and date and insert authorized signer's name and title].(End of Clause)4.3 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:NONE (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 COMPARISONConstruction Material DescriptionUnit of MeasureQuantityPrice (Dollars)*Item 1:Foreign Construction MaterialDomestic Construction MaterialItem 2:Foreign Construction MaterialDomestic Construction Material[List name, address, telephone number, and contact for suppliers surveyed Attach copy of response; if oral, attach summary.][Include other applicable supporting information.][*Include all delivery costs to the construction site and any applicable duty (whether or not a duty-free entry certificate is issued).](End of Clause)4.4 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)4.5 VAAR 852.219-10 VA NOTICE OF TOTAL SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESS SET-ASIDE (DEC 2009) (a) Definition. For the Department of Veterans Affairs, "Service-disabled veteran-owned small business concern": (1) Means a small business concern: (i) Not less than 51 percent of which is owned by one or more service-disabled veterans or, in the case of any publicly owned business, not less than 51 percent of the stock of which is owned by one or more service-disabled veterans (or eligible surviving spouses); (ii) The management and daily business operations of which are controlled by one or more service-disabled veterans (or eligible surviving spouses) or, in the case of a service-disabled veteran with permanent and severe disability, the spouse or permanent caregiver of such veteran; (iii) The business meets Federal small business size standards for the applicable North American Industry Classification System (NAICS) code identified in the solicitation document; and (iv) The business has been verified for ownership and control and is so listed in the Vendor Information Pages database, (). (2) "Service-disabled veteran" means a veteran, as defined in 38 U.S.C. 101(2), with a disability that is service-connected, as defined in 38 U.S.C. 101(16). (b) General. (1) Offers are solicited only from service-disabled veteran-owned small business concerns. Offers received from concerns that are not service-disabled veteran-owned small business concerns shall not be considered. (2) Any award resulting from this solicitation shall be made to a service-disabled veteran-owned small business concern. (c) Agreement. A service-disabled veteran-owned small business concern agrees that in the performance of the contract, in the case of a contract for: (1) Services (except construction), at least 50 percent of the cost of personnel for contract performance will be spent for employees of the concern or employees of other eligible service-disabled veteran-owned small business concerns; (2) Supplies (other than acquisition from a nonmanufacturer of the supplies), at least 50 percent of the cost of manufacturing, excluding the cost of materials, will be performed by the concern or other eligible service-disabled veteran-owned small business concerns; (3) General construction, at least 15 percent of the cost of the contract performance incurred for personnel will be spent on the concern's employees or the employees of other eligible service-disabled veteran-owned small business concerns; or (4) Construction by special trade contractors, at least 25 percent of the cost of the contract performance incurred for personnel will be spent on the concern's employees or the employees of other eligible service-disabled veteran-owned small business concerns. (d) A joint venture may be considered a service-disabled veteran owned small business concern if-- (1) At least one member of the joint venture is a service-disabled veteran-owned small business concern, and makes the following representations: That it is a service-disabled veteran-owned small business concern, and that it is a small business concern under the North American Industry Classification Systems (NAICS) code assigned to the procurement; (2) Each other concern is small under the size standard corresponding to the NAICS code assigned to the procurement; and (3) The joint venture meets the requirements of paragraph 7 of the explanation of Affiliates in 19.101 of the Federal Acquisition Regulation. (4) The joint venture meets the requirements of 13 CFR 125.15(b). (e) Any service-disabled veteran-owned small business concern (non-manufacturer) must meet the requirements in 19.102(f) of the Federal Acquisition Regulation to receive a benefit under this program.(End of Clause)4.6 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)4.7 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)4.8 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)4.9 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)4.10 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)4.11 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)4.12 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)4.13 VAAR 852.236-82 PAYMENTS UNDER FIXED-PRICE CONSTRUCTION CONTRACTS (WITHOUT NAS) (APR 1984) (a) Retainage: (1) The contracting officer may retain funds: (i) Where performance under the contract has been determined to be deficient or the contractor has performed in an unsatisfactory manner in the past; or (ii) As the contract nears completion, to ensure that deficiencies will be corrected and that completion is timely. (2) Examples of deficient performance justifying a retention of funds include, but are not restricted to, the following: (i) Unsatisfactory progress as determined by the contracting officer; (ii) Failure to meet schedule in Schedule of Work Progress; (iii) Failure to present submittals in a timely manner; or (iv) Failure to comply in good faith with approved subcontracting plans, certifications, or contract requirements. (3) Any level of retention shall not exceed 10 percent either where there is determined to be unsatisfactory performance, or when the retainage is to ensure satisfactory completion. Retained amounts shall be paid promptly upon completion of all contract requirements, but nothing contained in this subparagraph shall be construed as limiting the contracting officer's right to withhold funds under other provisions of the contract or in accordance with the general law and regulations regarding the administration of Government contracts. (b) The contractor shall submit a schedule of cost to the contracting officer for approval within 30 calendar days after date of receipt of notice to proceed. Such schedule will be signed and submitted in triplicate. The approved cost schedule will be one of the bases for determining progress payments to the contractor for work completed. This schedule shall show cost by the branches of work for each building or unit of the contract, as instructed by the resident engineer. (1) The branches shall be subdivided into as many sub-branches as are necessary to cover all component parts of the contract work. (2) Costs as shown on this schedule must be true costs and, should the resident engineer so desire, he/she may require the contractor to submit the original estimate sheets or other information to substantiate the detailed makeup of the schedule. (3) The sum of the sub-branches, as applied to each branch, shall equal the total cost of such branch. The total cost of all branches shall equal the contract price. (4) Insurance and similar items shall be prorated and included in the cost of each branch of the work. (5) The cost schedule shall include separate cost information for the systems listed in the table in this paragraph (b)(5). The percentages listed below are proportions of the cost listed in the contractor's cost schedule and identify, for payment purposes, the value of the work to adjust, correct and test systems after the material has been installed. Payment of the listed percentages will be made only after the contractor has demonstrated that each of the systems is substantially complete and operates as required by the contract.VALUE OF ADJUSTING, CORRECTING, AND TESTING SYSTEMSystemPercentPneumatic tube system10Incinerators (medical waste and trash)5Sewage treatment plant equipment5Water treatment plant equipment5Washers (dish, cage, glass, etc.)5Sterilizing equipment5Water distilling equipment5Prefab temperature rooms (cold, constant temperature)5Entire air-conditioning system (Specified under 600 Sections)5Entire boiler plant system (Specified under 700 Sections)5General supply conveyors10Food service conveyors10Pneumatic soiled linen and trash system10Elevators and dumbwaiters10Materials transport system10Engine-generator system5Primary switchgear5Secondary switchgear5Fire alarm system5Nurse call system5Intercom system5Radio system5TV (entertainment) system5 (c) In addition to this cost schedule, the contractor shall submit such unit costs as may be specifically requested. The unit costs shall be those used by the contractor in preparing his/her bid and will not be binding as pertaining to any contract changes. (d) The contracting officer will consider for monthly progress payments material and/or equipment procured by the contractor and stored on the construction site, as space is available, or at a local approved location off the site, under such terms and conditions as such officer approves, including but not limited to the following: (1) The material or equipment is in accordance with the contract requirements and/or approved samples and shop drawings. (2) Only those materials and/or equipment as are approved by the resident engineer for storage will be included. (3) Such materials and/or equipment will be stored separately and will be readily available for inspection and inventory by the resident engineer. (4) Such materials and/or equipment will be protected against weather, theft and other hazards and will not be subjected to deterioration. (5) All of the other terms, provisions, conditions and covenants contained in the contract shall be and remain in full force and effect as therein provided. (6) A supplemental agreement will be executed between the Government and the contractor with the consent of the contractor's surety for off-site storage. (e) The contractor, prior to receiving a progress or final payment under this contract, shall submit to the contracting officer a certification that the contractor has made payment from proceeds of prior payments, or that timely payment will be made from the proceeds of the progress or final payment then due, to subcontractors and suppliers in accordance with the contractual arrangements with them. (f) The Government reserves the right to withhold payment until samples, shop drawings, engineer's certificates, additional bonds, payrolls, weekly statements of compliance, proof of title, nondiscrimination compliance reports, or any other things required by this contract, have been submitted to the satisfaction of the contracting officer.(End of Clause)4.14 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)ADDITIONAL REQUIREMENTS FOR BAR CHART SCHEDULE A. Original Schedule: The following information shall be furnished as minimum for each activity on the initial bar chart schedule. - Activity Description - Estimated Duration - Responsibility (Trade) and Manpower (Crew size) - Planned Start and Completion Dates - Activity Cost B. Updated Schedules and Updating Procedures (1) The contractor shall submit, at intervals of 30 calendar days, an updated bar chart schedule of the actual construction progress. The bar chart schedule shall show the activities or portions of activities started and/or completed during the reporting period and their updated monetary percentage value(s) as a basis for the contractor's monthly progress report (payment request). (2) The contractor shall adjust the activity bars on the bar chart schedule to reflect the actual progress and the remaining activity durations. The updated bar chart schedule shall show at a minimum the following: - Actual start and completion dates for activities started and/or completed during the reporting period. - VA issued changes to the original contract requirements that change the contractor's original sequence of work. - Contractor changes in work sequence, durations, responsibility, manpower, and activity costs. C. All contract changes durations proposed by the contractor shall be reviewed and approved by the Contracting Officer prior to insertion into the updated bar chart schedule. The updated bar chart schedule shall include all contract changes issued during the reporting period. (End of Clause)4.15 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)4.16 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)4.17 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)4.18 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)4.19 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)4.20 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)4.21 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)4.22 VAAR 852.273-76 ELECTRONIC INVOICE SUBMISSION (Interim - October 2008) (a) 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 .(End of Clause)4.23 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): (End of Clause)FAR NumberTitleDate52.204-4PRINTED OR COPIED DOUBLE-SIDED ON RECYCLED PAPERMAY 201152.204-7CENTRAL CONTRACTOR REGISTRATIONDEC 201252.204-10REPORTING EXECUTIVE COMPENSATION AND FIRST-TIER SUBCONTRACT AWARDSAUG 201252.209-6PROTECTING THE GOVERNMENT'S INTEREST WHEN SUBCONTRACTING WITH CONTRACTORS DEBARRED, SUSPENDED, OR PROPOSED FOR DEBARMENTDEC 201052.222-1NOTICE TO THE GOVERNMENT OF LABOR DISPUTESFEB 199752.222-3CONVICT LABORJUN 200352.222-6DAVIS-BACON ACTJUL 200552.222-7WITHHOLDING OF FUNDSFEB 198852.222-8PAYROLLS AND BASIC RECORDSJUN 201052.222-9APPRENTICES AND TRAINEESJUL 200552.222-10COMPLIANCE WITH COPELAND ACT REQUIREMENTSFEB 198852.222-11SUBCONTRACTS (LABOR STANDARDS)JUL 200552.222-12CONTRACT TERMINATION - DEBARMENTFEB 198852.222-13COMPLIANCE WITH DAVIS-BACON AND RELATED ACT REGULATIONSFEB 198852.222-14DISPUTES CONCERNING LABOR STANDARDSFEB 198852.222-15CERTIFICATION OF ELIGIBILITYFEB 198852.222-21PROHIBITION OF SEGREGATED FACILITIESFEB 199952.222-26EQUAL OPPORTUNITYMAR 200752.222-27AFFIRMATIVE ACTION COMPLIANCE REQUIREMENTS FOR CONSTRUCTIONFEB 199952.222-35EQUAL OPPORTUNITY FOR VETERANSSEP 201052.222-36AFFIRMATIVE ACTION FOR WORKERS WITH DISABILITIESOCT 201052.222-37EMPLOYMENT REPORTS ON VETERANSSEP 201052.222-50COMBATING TRAFFICKING IN PERSONSFEB 200952.223-1BIOBASED PRODUCT CERTIFICATIONMAY 201252.223-4RECOVERED MATERIAL CERTIFICATIONMAY 200852.223-5POLLUTION PREVENTION AND RIGHT-TO-KNOW INFORMATION ALTERNATE I (MAY 2011)MAY 201152.223-9ESTIMATE OF PERCENTAGE OF RECOVERED MATERIAL CONTENT FOR EPA-DESIGNATED ITEMSMAY 200852.223-11OZONE-DEPLETING SUBSTANCESMAY 200152.223-17AFFIRMATIVE PROCUREMENT OF EPA-DESIGNATED ITEMS IN SERVICE AND CONSTRUCTION CONTRACTSMAY 200852.223-18ENCOURAGING CONTRACTOR POLICIES TO BAN TEXT MESSAGING WHILE DRIVINGAUG 201152.225-13RESTRICTIONS ON CERTAIN FOREIGN PURCHASESJUN 200852.227-4PATENT INDEMNITY--CONSTRUCTION CONTRACTSDEC 200752.232-5PAYMENTS UNDER FIXED-PRICE CONSTRUCTION CONTRACTSSEP 200252.232-23ASSIGNMENT OF CLAIMSJAN 198652.232-27PROMPT PAYMENT FOR CONSTRUCTION CONTRACTSOCT 200852.232-34PAYMENT BY ELECTRONIC FUNDS TRANSFER-- OTHER THAN CENTRAL CONTRACTOR REGISTRATIONMAY 199952.233-1DISPUTESJUL 200252.233-3PROTEST AFTER AWARDAUG 199652.233-4APPLICABLE LAW FOR BREACH OF CONTRACT CLAIMOCT 200452.236-2DIFFERING SITE CONDITIONSAPR 198452.236-3SITE INVESTIGATION AND CONDITIONS AFFECTING THE WORKAPR 198452.236-5MATERIAL AND WORKMANSHIPAPR 198452.236-6SUPERINTENDENCE BY THE CONTRACTORAPR 198452.236-7PERMITS AND RESPONSIBILITIESNOV 199152.236-8OTHER CONTRACTSAPR 198452.236-9PROTECTION OF EXISTING VEGETATION, STRUCTURES, EQUIPMENT, UTILITIES, AND IMPROVEMENTSAPR 198452.236-10OPERATIONS AND STORAGE AREASAPR 198452.236-11USE AND POSSESSION PRIOR TO COMPLETIONAPR 198452.236-12CLEANING UPAPR 198452.236-13ACCIDENT PREVENTIONNOV 199152.236-14AVAILABILITY AND USE OF UTILITY SERVICESAPR 198452.236-17LAYOUT OF WORKAPR 198452.236-21SPECIFICATIONS AND DRAWINGS FOR CONSTRUCTIONFEB 199752.236-26PRECONSTRUCTION CONFERENCEFEB 199552.242-14SUSPENSION OF WORKAPR 198452.244-6SUBCONTRACTS FOR COMMERCIAL ITEMSDEC 201052.246-12INSPECTION OF CONSTRUCTIONAUG 199652.246-21WARRANTY OF CONSTRUCTIONMAR 199452.249-10DEFAULT (FIXED-PRICE CONSTRUCTION)APR 198452.253-1COMPUTER GENERATED FORMSJAN 1991General Decision Number: NJ130027 08/09/2013 NJ27Superseded General Decision Number: NJ20120027State: New JerseyConstruction Type: BuildingCounty: Burlington County in New Jersey.BUILDING CONSTRUCTION PROJECTS (does not include single familyhomes or apartments up to and including 4 stories).Modification Number Publication Date 0 01/04/2013 1 02/15/2013 2 04/12/2013 3 05/03/2013 4 05/17/2013 5 05/24/2013 6 06/14/2013 7 07/26/2013 8 08/09/2013 ASBE0014-003 05/01/2013BURLINGTON COUNTY (City of Beverly; Townships of Cinnaminson,Delanco, Delron, Edgewater Park, Evesham, Hainesport andLumberton; Borough of Maple Shade; Township of Medford; Boroughof Medford Lakes; Townships of Moorestown and Mt. Laurel;Borough of Palmyra; Township of Riverside; Borough of Riverton;Townships of Shamong, Southampton, Tabernacle, Westhampton andWillingboro) Rates FringesASBESTOS WORKER/HEAT & FROST INSULATOR (Includes the application of all insulating materials, protective coverings, coatings and finishings to all types of mechanical systems; also, the application of firestopping material to openings and penetrations in walls, floors, ceilings and curtain walls; also, all lead abatement).......................$ 41.79 28.86---------------------------------------------------------------- ASBE0089-003 07/02/2012BURLINGTON COUNTY (Townships of Bordentown, Burlington,Chesterfield, Easthampton, Florence, Mansfield, Mt. Holly, NewHanover, North Hanover, Pemberton, Springfield and Woodland) Rates FringesASBESTOS WORKER/HEAT & FROST INSULATOR ((includes the application of all insulating materials, protective coverings, coatings and finishings to all types of mechanical systems; also, the application of firestopping material to openings and penetrations in walls, floors, ceilings and curtain walls; also, all lead abatement))......................$ 39.92 28.51PAID HOLIDAYS: The last day prior to the Christmas and New Year's Day observed holiday: 4 hrs. pay.---------------------------------------------------------------- BRNJ0002-013 05/01/2012 Rates Fringes Bricklayer.....................$ 36.95 25.37Work on high stacks: 22% per hour additional.---------------------------------------------------------------- BRNJ0007-012 07/01/2012 Rates Fringes Marble setter...................$ 54.19 26.53---------------------------------------------------------------- BRNJ0007-014 01/01/2012 Rates FringesTERRAZZO WORKER/SETTER...........$ 45.93 29.05---------------------------------------------------------------- BRNJ0007-017 06/01/2012 Rates Fringes Tile finisher..................$ 38.28 20.50 Tile setter....................$ 43.27 24.75Tile finisher: Work grouting all epoxy: $10.00 additional per day.---------------------------------------------------------------- CARP0006-009 11/01/2012 Rates FringesCARPENTER (Scaffold Builder).....$ 41.49 56% The first sixty feet at the regular rate, 10% per hour additional for each additional fifty feet thereafter.---------------------------------------------------------------- CARP0006-010 11/01/2012 Rates FringesCARPENTER Including Acoustical Ceiling Installation, Drywall Hanging, Formwork, Batt and Blown Insulation...$ 41.49 56%---------------------------------------------------------------- CARP0029-006 11/01/2012 Rates Fringes Soft floor layer...............$ 41.49 56%---------------------------------------------------------------- CARP0454-009 05/01/2013 Rates FringesPILEDRIVERMAN....................$ 39.65 29.12PAID HOLIDAYS: New Year's Day, Washington's Birthday, Memorial Day, Independence Day, Labor Day, Thanksgiving Day and Christmas Day; provided that the worker works any of the three days in the five-day work week preceding the holiday and the first work day after the holiday.---------------------------------------------------------------- CARP0715-007 11/01/2012 Rates Fringes Millwright.....................$ 42.28 56% Work of erection and dismantling of elevators and towers, such as concrete conveyors and temporary material elevators, scaffolding or other structures to be used as scaffolding inside or outside of buildings: the first sixty feet at the regular rate, 10% per hour additional for each additional fifty feet thereafter.---------------------------------------------------------------- ELEC0269-017 10/01/2012BURLINGTON COUNTY (north of a line following the west and southlimits of Burlington Borough from the Delaware River, in asoutheasterly direction, to the Burlington - Mt. Holly road;then, south-southeast along the Burlington - Mt. Holly road tothe town of Mt. Holly, includes Mt. Holly; then, east along thePennsylvania Railroad to the town of New Lisbon, includes NewLisbon; then, continuing along the Pennsylvania Railroad to theOcean County line) Rates FringesElectrician and cable splicer (Includes Low Voltage Wiring)....$ 47.37 61.48% + .25---------------------------------------------------------------- ELEC0351-001 10/01/2012ATLANTIC COUNTY; BURLINGTON COUNTY (south of a line followingthe west and south limits of Burlington Borough from theDelaware River, in a southeasterly direction, to the Burlington- Mt. Holly road; then, south-southeast along the Burlington -Mt. Holly road to the town of Mt. Holly, does not include Mt.Holly; then, east along the Pennsylvania Railroad to the townof New Lisbon, does not include New Lisbon; then, continuingalong the Pennsylvania Railroad to the Ocean County line);CAMDEN, CAPE MAY, CUMBERLAND, GLOUCESTER AND SALEM COUNTIES: Rates FringesElectricians: Cable splicer on lead cable.$ 46.42 71.01% + 2.25 Electrician and cable splicer.....................$ 44.42 71.01% + 2.25---------------------------------------------------------------- ELEV0005-004 01/01/2013 Rates Fringes Elevator mechanic..............$ 49.84 25.185PAID HOLIDAYS: New Year's Day, Memorial Day, Independence Day, Labor Day, Veteran's Day, Thanksgiving Day, the Friday after Thanksgiving Day, and Christmas Day.PAID VACATION: Employer contributes 2% of basic hourly rate as vacation pay credit for 6 months to 5 years of service, and 4% for 5 years or more of service.---------------------------------------------------------------- ENGI0825-020 07/01/2013 Rates Fringes Power equipment operators: GROUP 1.....................$ 43.07 28.50 GROUP 2.....................$ 41.48 28.50 GROUP 3.....................$ 39.57 28.50 GROUP 4.....................$ 37.94 28.50 GROUP 5.....................$ 36.23 28.50Hazardous waste removal work: Work on a state or federally designated hazardous waste site, where the worker is in direct contact with hazardous material, and when personal protective equipment is required for respiratory, skin and eye protection: 20% per hour additional.PAID HOLIDAYS: New Year's Day, Washington's Birthday observed, Memorial Day, Independence Day, Labor Day, Presidential Election Day, Veteran's Day, Thanksgiving Day and Christmas Day; provided 1) that the worker works three of the preceding five work days before the holiday; or, the work day before the holiday and the work day after the holiday; and, 2) that the worker works the work day before and the work day after the holiday.DEFINITION OF GROUPS: GROUP 1: Backhoe, Including Backhoe Track; Boom; Concrete Paving Machine; Crane (all types, including overhead and straddle traveling type); Drill (down-the-hole drill, rotary drill, self-propelled hydraulic drill, self-powered drill); Elevating Grader; Excavator; Front End Loader (5 cu. yd. and over); Piledriver (length of boom, including length of leads, shall determine premium rate applicable); TrencherGROUP 2: Backhoe Loader Combo; Concrete Pumper; Grader/Blade (Finish); Hoist; Hydraulic Crane, 10 Tons and under; Front End Loader (2 cu. yd. but less than 5 cu. yd.); Scraper; Side BoomGROUP 3: Asphalt Spreader; Bulldozer;Compressor(2 or 3) (in Battery) (within 100 ft.); Forklift; Front End Loader (1 cu. yd. and over but less than 2 cu. yd.); Lull; Mechanic; Paver, Asphalt; Roller, Blacktop; Tractor;GROUP 4: Bobcat/Skid Loader; Compressor (Single); Farm Tractor; Front End Loader (under 1 cu. yd.); Hydroseeder; Roller, Grade; Pump, HydraulicGROUP 5: Oiler---------------------------------------------------------------- IRON0068-011 07/01/2012(Lumberton) Rates FringesIRONWORKER Reinforcing.................$ 42.10 19.78 Structural and Ornamental...$ 44.10 19.78---------------------------------------------------------------- IRON0350-009 07/01/2013BURLINGTON COUNTY (south and east of a line starting from thepoint on the Atlantic-Burlington county line where theAtlantic-Burlington county line crosses Route 206; then,following a line northeast through Wharton State Park to thetown of Chatsworth; then, continuing along the same line, tothe Burlington-Ocean county line) Rates Fringes Ironworkers: Reinforcing.................$ 43.62 26.25 Structural and Ornamental...$ 44.62 26.25---------------------------------------------------------------- IRON0399-005 07/01/2012BURLINGTON COUNTY (north and west of a line starting from thepoint on the Atlantic-Burlington county line where theAtlantic-Burlington county line crosses Route 206; then,following a line northeast through Wharton State Park to thetown of Chatsworth; then, continuing along the same line, tothe Burlington-Ocean county line) Rates FringesIRONWORKER (Structural, Reinforcing and Ornamental)......$ 44.60 24.95---------------------------------------------------------------- LABO0222-006 07/01/2012 Rates FringesLABORER MASON TENDER: Brick/Cement/Concrete.......$ 29.85 23.07---------------------------------------------------------------- LABO0222-008 07/01/2012 Rates FringesLaborers: Asphalt Shoveler, Asphalt Spreader, Landscape Laborer, Pipelayer, Power Toole Operator and Screedman...................$ 29.35 23.07---------------------------------------------------------------- LABO1030-002 05/01/2011 Rates FringesAsbestos Removal Laborer.........$ 28.37 21.62 The removal, abatement, enclosure and decontamination of personal protective equipment, chemical protective clothing and machinery relating to asbestos and/or toxic and hazardous waste or materials which shall include but not necessarily be limited to: the erection, moving, servicing and dismantling of all enclosures, scaffolding and barricades; the operation of all tools and equipment normally used in the removal or abatement of asbestos and toxic or hazardous waste or materials; the labeling, bagging, cartoning, crating, or other packaging of materials for disposal; the clean-up of the worksite; and all other work incidental to the removal, abatement, encapsulation, enclosure, and decontamination of asbestos and toxic or hazardous waste or materials; and, in addition, all work tasks involved in the maintenance and operation of energy resource recovery plants (co-generation plants)---------------------------------------------------------------- PAIN0021-032 05/01/2013BURLINGTON COUNTY (south of a line drawn between these cities:Florence to Bustleton to Columbus to Jobstown to Pemberton toOngs Hat to Chatsworth to Whiting to Pinewald to Ocean Gate toSeaside Heights) Rates Fringes Glazier........................$ 39.23 25.72 Work at 30 ft. above the working surface, or on a swing stage: $1.00 per hour additional.---------------------------------------------------------------- PAIN0711-011 05/01/2013BURLINGTON COUNTY (north of a line drawn between these cities:Florence to Bustleton to Columbus to Jobstown to Pemberton toOngs Hat to Chatsworth to Whiting to Pinewald to Ocean Gate toSeaside Heights) Rates Fringes Glazier........................$ 40.94 20.38 Work welding or using a cutting torch: $1.00 per hour additional. Work on a swing stage scaffold; on a pipe scaffold providing the working height of the platform is 30 ft. or above; and on motorized lifts provided that the height of the lift platform is above the second floor or above thirty feet: $1.00 per hour additional.---------------------------------------------------------------- PAIN0711-018 05/01/2013 Rates FringesDRYWALL FINISHER/TAPER...........$ 38.00 20.10---------------------------------------------------------------- PAIN0711-019 11/01/2012 Rates FringesPAINTER (Brush & Roller).........$ 36.62 19.54PAINTER (Spray)..................$ 40.28 19.98---------------------------------------------------------------- PLAS0592-036 05/01/2013 Rates FringesCEMENT MASON/CONCRETE FINISHER...$ 38.37 29.11----------------------------------------------------------------* PLUM0009-015 07/01/2013BURLINGTON COUNTY (north of a line drawn from the town ofBurlington City, includes Burlington City; then, along CountyRoad Route 541 East, also known as High St., until it reachesthe city of Mt. Holly, includes the city of Mt. Holly; then,along Madison Ave. in Mt. Holly to State Road Route 38 East;then, along State Road Route 38 East until it crosses overState Road Route 206 and becomes County Road Route 530; then,along County Road Route 530 to Magnolia Road, includesPemberton Borough; then, south on Magnolia Road in PembertonTownship to Magnolia New Lisbon Road (Route 545); then, southon Mt. Holly Misery Road to State Road Route 70 East; then,along State Road Route 70 East to the Ocean County line) Rates FringesPIPEFITTER (Including HVAC Pipe Installation)...............$ 43.43 33.20 Service and Repair..........$ 34.03 18.53PLUMBER (Excluding HVAC Pipe Installation)....................$ 43.43 33.20 Service and Repair..........$ 34.03 18.53---------------------------------------------------------------- PLUM0322-008 05/01/2013BURLINGTON COUNTY (south of a line drawn from the town ofBurlington City, does not include Burlington City; then, alongCounty Road Route 541 East, also known as High St., until itreaches the city of Mt. Holly, does not include the city of Mt.Holly; then, along Madison Ave. in Mt. Holly to State RoadRoute 38 East; then, along State Road Route 38 East until itcrosses over State Road Route 206 and becomes County Road Route530, does not include Pemberton Borough; then, south onMagnolia Road in Pemberton Township to Magnolia New Lisbon Road(Route 545); then, south on Mt. Holly Misery Rd. to State RoadRoute 70 East; then, along State Road Route 70 East to theOcean County line) Rates FringesPIPEFITTER (Including HVAC Pipe Installation)...............$ 43.02 32.54PLUMBER (Excluding HVAC Pipe Installation)....................$ 43.02 32.54---------------------------------------------------------------- ROOF0030-027 05/01/2009 Rates Fringes Roofer SHINGLES....................$ 23.25 13.77 SLATE AND TILE..............$ 26.25 13.77 ALL OTHER WORK..............$ 30.00 22.70 Mopper, and operator of felt-laying machine: $.50 per hour additional. Work applying roofing material, on any new construction job, on those days on which a felt-laying machine or slag dispensing machine is used: $.50 per hour additional.PAID HOLIDAY: The last working day before Christmas, to be paid at the rate of four hours pay.---------------------------------------------------------------- SFNJ0669-006 01/01/2013 Rates FringesSPRINKLER FITTER (Fire Sprinklers)......................$ 44.43 21.36---------------------------------------------------------------- SFNJ0692-002 05/01/2013Within 15 miles beyond the city limits of Philadelphia. Rates FringesSprinkler fitter (Fire Sprinklers)......................$ 48.65 21.57---------------------------------------------------------------- SHEE0027-009 06/01/2012 Rates FringesSHEET METAL WORKER (Including HVAC Duct Installation)..........$ 43.08 32.52---------------------------------------------------------------- TEAM0469-003 05/01/2011BURLINGTON COUNTY (east of a line drawn from the New JerseyTurnpike to the Delaware River) Rates Fringes Truck drivers: Dump Truck..................$ 34.75 24.385 Off the Road Truck..........$ 34.60 24.385Hazardous waste removal work: Work on a state or federally designated hazardous waste site, where the worker is in direct contact with hazardous material, and when personal protective equipment is required for respiratory, skin and eye protection: $3.00 per hour additional. Work on a state or federally designated hazardous waste site, in a zone requiring Level A personal protection for any workers other than the truck driver: $3.00 per hour additional. Work on a state or federally designated hazardous waste site where the worker is not working in a zone requiring Level A, B or C personal protection: $1.00 per hour additional.PAID HOLIDAYS: New Year's Day, President's Day, Decoration Day, Independence Day, Labor Day, Presidential Election Day, Veteran's Day, Thanksgiving Day and Christmas Day.VACATION PAY CREDIT: Workers working or receiving pay for 80 days within a year receive one week paid vacation (48 hours); 125 days receive two weeks paid vacation (96 hours); 145 days receive 15 days paid vacation (120 hours); 15 years seniority and 145 days receive 4 weeks paid vacation (160 hours).---------------------------------------------------------------- TEAM0676-002 05/01/2013BURLINGTON COUNTY (west of a line drawn from the New JerseyTurnpike to the Delaware River) Rates Fringes Truck drivers: Dump Truck Drivers..........$ 30.70 21.485 Off the Road Truck..........$ 31.05 21.485Hazardous waste removal work: Work on a state or federally designated hazardous waste site, where the worker is in direct contact with hazardous materials, and when personal protective equipment is required for respiratory, skin and eye protection: $3.00 per hour additional. Work on a state or federally designated hazardous waste site, where personal protection A, B, C or D is NOT required: $1.00 per hour additional.SHIFT WORK: An owner mandated irregular shift staring any time other than between 6:00 am and 8:00 am to receive $1.00 per hour, for each hour worked, in addition to the regular rate of pay.PAID HOLIDAYS: New Year's Day, President's Day, Memorial Day, Independence Day, Labor Day, Presidential Election Day, Veteran's Day (or the day after Thanksgiving, at the option of the contractor), Thanksgiving Day, the afternoon of the day before Christmas (Dec. 24) provided that the worker works in the morning, and Christmas Day, provided that the worker works or is available for work on at least two days in the week in which the holiday occurs.BEREAVEMENT PAY: In case of a death in the worker's immediate famiy (mother, father, wife, husband, children, brother, sister, current mother-in-law, current father-in-law, grandparents), the worker shall be allowed leave not to exceed three (3) days straight-time pay, provided that he or she shall receive no pay unless the day of death and the burial day falls on a regular work day, and not on days off, holidays, vacation, Saturdays or Sundays.---------------------------------------------------------------- SUNJ2004-003 01/02/2009 Rates FringesLABORER: Common or General......$ 19.27 12.42 PLASTERER........................$ 42.33 0.00----------------------------------------------------------------WELDERS - Receive rate prescribed for craft performingoperation to which welding is incidental.================================================================ Unlisted classifications needed for work not included withinthe scope of the classifications listed may be added afteraward only as provided in the labor standards contract clauses(29CFR 5.5 (a) (1) (ii)).---------------------------------------------------------------- The body of each wage determination lists the classificationand wage rates that have been found to be prevailing for thecited type(s) of construction in the area covered by the wagedetermination. The classifications are listed in alphabeticalorder of "identifiers" that indicate whether the particularrate is 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. The firstfour letters , PLUM, indicate the international union and thefour-digit number, 0198, that follows indicates the local unionnumber or district council number where applicable , i.e.,Plumbers Local 0198. The next number, 005 in the example, isan internal number used in processing the wage determination.The date, 07/01/2011, following these characters is theeffective date of the most current negotiated rate/collectivebargaining agreement which would be July 1, 2011 in the aboveexample.Union prevailing wage rates will be updated to reflect anychanges in the collective bargaining agreements governing therates.0000/9999: weighted union wage rates will be published annuallyeach January.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 majority rates,LA indicates 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 DECISIONProject Location: BEVERLY NATIONAL CEMETERIES, Beverly, NJProject Title: REPLACE COMMITTAL SHELTERM & R Project Control #: 804-MR13-014The Contractor shall provide all labor, equipment, and material to install a shelter and replace the existing committal shelter and foundation located at the Beverly National Cemetery, 916 Bridgeboro Road, Beverly, NJ 08010. Cemetery POC(s): Contractors are to contact the Cemetery POC(s) to make an appointment to inspect the site. Contractors are required to contact the POC(s) before arriving on site to inspect the work and work area. Contractors that attempt to inspect the worksite without making an appointment will be denied access to the site.Maria Garza, Acting Cemetery Director.............................. (215) 504-5610 (ext. 201)Technical Information:Chuck Mueller, MSN I Engineer..........................................(215) 381-3787 (ext. 4650)PRICE SCHEDULEThe Contractor shall provide all labor, equipment, and material to replace the existing committal shelter and foundation located at the Beverly National Cemetery.Item No.DescriptionEstQtyUnitTotal Price001The Contractor shall provide all labor, equipment, material and supervision necessary to remove existing committal shelter and foundation and replace it with a new 16 x 16 Committal Shelter and foundation.1JOB$ ___________GRAND TOTAL COST: $ ___________Duration: Term of the contract shall be sixty-days (60 days) from date of award. The Contractor will complete all work within 60 calendar days after receipt of Notice of Award, subject to all terms, conditions, provisions, and schedules of the contract.(END OF PRICE SCHEDULE)SCOPEThe existing committal shelter at the Beverly National Cemetery has become an unseemly and unsafe site condition. The existing concrete pad continues to crack and fragment which is causing an unsafe tripping hazard and the roof leaks which is unacceptable during ceremonies taking place during rain fall. It is no longer cost effective to attempt to do repairs to the existing structure due to the level of deterioration. In addition the current condition of the shelter in unsightly and unacceptable under National Shrine standards.It would best serve the cemetery to remove the existing committal shelter and concrete slab in its entirety. Place a new slab including all required reinforcement for a new committal shelter. Provide and install and install a new prefabricated committal shelter in accordance with all description, sketches and specifications as provided below.Work includes but is not limited to the following:Remove and dispose of existing concrete slab and walkway in its entirety.Remove and dispose of existing committal shelter in its entirety.Excavate entire foot-print for new concrete slab to accommodate proposed 20’ x 20’ committal shelter and associated pier footings as illustrated in Sketch 1 and Sketch 2. (Note to coordinate with COR and facility staff to prevent issues with any existing obstruction.)Provide new Poligon Square Shelter with Poli-5000 Finish Model # SQR-20SS or equivalent. Install Shelter with 16’ with 16” Standing Seam Metal Roof with Anchor Bolts in accordance with manufacturers recommendations as illustrated in Sketch 3 and Sketch 4.Provide and install cast in place concrete pad 4,000psi in accordance with specification as illustrated in Sketch 1 and Sketch 2.Provide and install cast in place concrete walkway 4,000psito replace the existing that is to be removed in size and dimensions in accordance with specification. DEMOLITIONAll demolished materials removed by the contractor are to be disposed off-site. The contractor is to reference paragraph 1.2, Scope of Work to determine what is to be removed.INSTALLATIONThe contractor is to reference Section 1.2, Scope of Work to determine what is to be replaced.WARRANTY The Contractor will guarantee all work for one-year (1).FIRE SAFETY Applicable Publications: Publications listed below form part of this Article to extent referenced. Publications are referenced in text by basic designations only. American Society for Testing and Materials (ASTM):E84-1998………………Surface Burning Characteristics of Building Materials National Fire Protection Association (NFPA):10-1998…………..……Standard for Portable Fire ExtinguishersFCLCH-30-1996……...Flammable and Combustible Liquids Code51B-1999……………….Standard for Fire Prevention during Welding, Cutting and Other Hot Work70-1999…………………National Electrical Code241-1996………………..Standard for Safeguarding Construction, Alteration, and Demolition Operations Occupational Safety and Health Administration (OSHA)29 CFR 1926…………...Safety and Health Regulations for ConstructionFire Safety Plan: Establish and maintain a fire protection program in accordance with 29 CFR 1926. Prior to start of work, prepare a plan detailing project-specific fire safety measures, including periodic status reports, and submit to COR for review. Site and Building Access: Maintain free and unobstructed access to facility emergency services and for fire, police and other emergency response forces in accordance with NFPA 241.Facilities: Separate temporary facilities, such as trailers, storage sheds, and dumpsters, from existing buildings and new construction by distances in accordance with NFPA 241. For small facilities with less than 6 m (20 feet) exposing overall length, separate by 3m (10 feet). Onsite staging area to be defined by COR after Award.Temporary Electrical: Install, use and maintain installations in accordance with 29 CFR 1926, NFPA 241 and NFPA 70. If temporary electrical is required, the Contractor shall notify the COR prior to use of Temporary Electrical Services. Means of Egress: Do not block exits of occupied buildings, including paths from exits to roads.Fire Extinguishers: Provide and maintain extinguishers in construction areas and temporary storage areas in accordance with 29 CFR 1926, NFPA 241 and NFPA 10.Flammable and Combustible Liquids: Store, dispense and use liquids in accordance with 29 CFR 1926, NFPA 241 and NFPA 30.Smoking: Smoking is prohibited except in designated smoking rest areas. OPERATIONS AND STORAGE AREAS Coordination of Work with COR or Authorized Designee: The Burial Activities at a National Cemetery shall take precedence over construction activities. Construction noise during the interment services cannot disturb the burial service. To cause the least possible interference with cemetery activities, the Contractor will cease all work in areas where burials are taking place. Trucks and workmen are prohibited from passing through the service area during this period.The Contractor shall confine all operations (including storage of materials) on Government premises to areas authorized or approved by the COR or Contracting Officer. The Contractor shall hold and save the Government, its officers and agents, free and harmless from liability of any nature resulting from the Contractor's performance and/or negligence. It is understood that the VA shall not be held responsible for any damage to the Contractor's equipment, materials, supplies or the like which may result from vandalism, theft etc. while on site.Temporary buildings (e.g., storage sheds, shops, offices) and utilities may be erected by the Contractor only with the approval of the Contracting Officer and shall be built with labor and materials furnished by the Contractor without expense to the Government. The temporary buildings and utilities shall remain the property of the Contractor and shall be removed by the Contractor at its own expense upon completion of the work.The Contractor shall, under regulations prescribed by the Contracting Officer or COR, use only established roadways, or use temporary roadways constructed by the Contractor when and as authorized by the COR or Contracting Officer.When materials are transported in performance of work, vehicles shall not be loaded beyond the loading capacity recommended by the manufacturer of the vehicle or prescribed by any Federal, State, or local law or regulation. When it is necessary to cross curbs or sidewalks, the Contractor shall protect them from damage. The Contractor shall repair or pay for the repair of any damaged curbs, sidewalks, or roads.The COR shall designate working space and space available for storing materials. Unless otherwise indicated on drawings as the Contractor’s “Staging Area”, all working and storage space must be approved by the COR prior to its use.Contract personnel are subject to the Cemetery rules of conduct. In addition to items listed elsewhere in this contract, the Contractor is responsible for ensuring that no contract work causes any committal service, ceremony, procession or visitation to be delayed, altered, or otherwise impacted in such a way that the dignity, security, or safety of the event or visit is compromised.Contractor shall execute work in such a manner as to interfere as little as possible with work being done by others. Keep roads clear of construction materials, debris, standing construction equipment and vehicles at all times. Materials and Equipment shall not be stored in other than assigned areas.Fence: Before work operations begin, Contractor shall have the option to provide a chain link fence, six feet minimum height, around the staging area. Provide gates as required for access with necessary hardware, including hasps and padlocks. Fasten fence fabric to terminal posts with tension bands and to line posts and top and bottom rails with tie wires spaced at maximum 15 inches. Bottom of fences shall extend to one inch above grade. UTILITIES SERVICES No utility services such as water, gas, steam, sewers or electricity, or fire protection systems and communications systems may be interrupted without prior approval of the COR.Contractor shall submit a request to interrupt any such services to COR, in writing, 48 hours in advance of proposed interruption. Request shall state reason, date, exact time of, and approximate duration of such interruption.Contractor will be advised (in writing) of approval of request, or of which other date and/or time such interruption will cause least inconvenience to operations of Cemetery. Interruption time approved by the cemetery may occur at other than Contractor's normal working hours. To minimize interference of construction activities with flow of Cemetery traffic, the Contractor is to keep roads, walks and entrances to grounds, to parking and to occupied areas of buildings clear of materials, debris and standing construction equipment and vehicles. At least one lane must be open to traffic at all times. ALTERATIONS Survey: Before any work is started, the Contractor shall conduct a thorough survey with the COR of areas in which alterations occur and areas which are anticipated routes of access, and furnish a report, signed by both to the Contracting Officer. This report shall list existing conditions at site. Use of a video camera to survey and document existing conditions is encouraged.Re Survey: Thirty days (30) before expected final inspection date, the Contractor and COR together shall make a thorough re survey of the areas of buildings involved. The re survey report shall list any damages caused by Contractor's workmen in executing work under this contract. PROTECTION OF EXISTING VEGETATION, GRASS, STRUCTURES, EQUIPMENT, UTILITIES & IMPROVEMENTS The Contractor shall preserve and protect all structures, equipment, and vegetation (such as trees, shrubs, and grass) on or adjacent to the work site, which are not to be removed and which do not unreasonably interfere with the work required under this contract. The Contractor shall only remove trees when specifically authorized to do so by the COR, and shall avoid damaging vegetation that will remain in place. If any limbs or branches of trees are broken during contract performance or by the careless operation of equipment by workmen, the Contractor shall trim those limbs or branches with a clean cut, remove, and properly dispose of from the site as defined herein.The Contractor shall protect from damage all existing improvements and utilities at or near the work site and on adjacent property of a third party. The Contractor shall immediately notify the COR of any such occurrence and repair any damage to those facilities, including those that are the property of a third party, resulting from failure to comply with the requirements of this contract or failure to exercise reasonable care in performing the work. If the Contractor fails or refuses to repair the damage promptly, the Contracting Officer may have the necessary work performed and charge the cost to the Contractor.Refer to Articles, "Alterations", "Restoration", and "Operations and Storage Areas" for additional instructions concerning repair of damage to structures and site improvements. RESTORATION Contractor shall remove, cut, alter, replace, patch and repair existing work as necessary. Except as otherwise shown or specified, shall not disturb any water, steam, gas, or electric services without prior approval of the COR or Contracting Officer. Existing work to be altered or extended that is found to be defective in any way, shall be reported to the COR before it is disturbed. Materials and workmanship used in restoring work shall conform in type and quality to that of original construction, except as otherwise shown or specified.Upon completion of contract, deliver work complete and undamaged. Existing work (lawns, paving, roads, walks, etc.) disturbed or removed as a result of performing required new work, shall be patched, repaired, reinstalled, or replaced with new work, and refinished and left in as good condition as existed before commencing work. All restoration work shall be accomplished without undue delay.The Contractor, at his own expense, shall immediately restore to service and repair any damage caused by Contractor's workmen/sub-contractors to existing piping, conduits, wires, cables, etc., of utility services or of fire protection systems and communications systems (including telephone - if applicable), to the work performed under this agreement, which are not scheduled for discontinuance or abandonment.Expense of repairs to such utilities and systems not shown on drawings or locations of which are unknown will be covered by adjustment to contract time and price in accordance with clause entitled "CHANGES" (FAR 52.212 4 and VAAR 852.236 88) and "DIFFERING SITE CONDITIONS" (FAR 52.236 2). PROFESSIONAL SURVEYING SERVICES (NOT USED) LAYOUT OF WORK The Contractor shall layout the work and shall be responsible for all measurements in connection with the layout. The Contractor shall furnish, at Contractor's own expense, all stakes, templates, platforms, equipment, tools, materials, and labor required to layout any part of the work. The Contractor shall be responsible for executing the work to the lines and grades needed to accomplish the work.The Contractor shall also be responsible for maintaining and preserving all temporary and permanent stakes and other marks until authorized by the COR to remove them. If such marks are destroyed by the Contractor or through Contractor's negligence before their removal is authorized, the Contracting Officer may replace them and deduct the expense of the replacement from any amounts due or to become due to the Contractor. AS-BUILT DRAWINGS (NOT USED) USE OF ROADWAYS For hauling, use only established public roads and roads on Cemetery property and, when authorized by the COR, such temporary roads which are necessary in the performance of contract work. Temporary roads shall be constructed by the Contractor at Contractor's expense. When necessary to cross curbing, sidewalks, or similar construction, must be protected by well-constructed bridges. TEMPORARY TOILETS Provide at the Contractor staging area only, (for use of all Contractor's workmen) ample temporary sanitary toilet accommodations consisting of suitable chemical closets where directed. Keep such places clean and free from flies and all connections and appliances connected therewith are to be removed prior to completion of contract, and premises left perfectly clean. AVAILABILITY AND USE OF WATERContractor to comply with paragraph 3.6, (h). HISTORIC PRESERVATIONWhere the Contractor or any of the Contractor's employees, prior to, or during the construction work, are advised of or discover any possible archeological, historical and/or cultural resources, the Contractor shall immediately stop work, verbally notify the COR, and then with a written follow up. REPORTING REQUIREMENTS The Contractor shall be required to report on a daily basis to the COR at Beverly National Cemetery. Contractor shall check in and obtain funeral and/or special schedules from the COR as defined herein. This check in is mandatory. The Contractor shall provide an anticipated work schedule on a daily basis or as agreed upon with the COR. The Contractor shall document services performed and provide information to the COR as required during specific periods. While this is a closed cemetery, there are still the rare occurrences of an interment.Points Of Contact (for Department of Veterans Affairs National Cemetery Administration):Maria Garza, Acting Cemetery Director (Alternate COR)Washington Crossing National Cemetery 830 Highland RdNewtown, Pa 18940(215) 504-5610 (ext. 201) HYPERLINK "mailto:Maria.Garza@" Maria.Garza@Anthony E. Murray, Caretaker Supervisor-Foreman (COR)Washington Crossing National Cemetery 830 Highland RdNewtown, Pa 18940(215) 504-5610 (ext. 203) HYPERLINK "mailto:Anthony.Murray3@" Anthony.Murray3@Chuck Mueller, MSN I Engineer (Technical COR)NCA Memorial Services Network - Region I5000 Wissahickon AvenuePhiladelphia, PA 19144-4867(215) 381-3787 (ext. 4650) HYPERLINK "mailto:Charles.Mueller3@" Charles.Mueller3@(c) Points of Contact (for Contractor – please indicate):______________________________Tele #: ( ) _______ - _____________(Name & Title)Fax #: ( ) ________ - ________________E-Mail: ______________________________________________________________Tele #: ( ) _______ - _____________(Name & Title – Alternate POC)E-Mail: _______________________________Note: If work is authorized to be performed after hours or on weekends / holidays, and an emergency occurs, the Contractor shall contact the Beverly Town Police in the absence of the COR's or Acting Director. The local Police will then contact Cemetery management or take appropriate action. IDENTIFICATION, PARKING, SMOKING & VA REGULATIONS The Contractor's employees shall wear visible VA approved photo identification at all times while on the premises of the cemetery. This must be coordinated with the COR before any work may begin. All Contractor employees will be required to adhere to Beverly National Cemetery's Facility Security Policy. It is the responsibility of the Contractor to park in the appropriate designated parking areas. The cemetery will not invalidate or make reimbursement for parking violations of the Contractor under any conditions.Smoking is prohibited inside any buildings at the cemetery or hospital. Possession of weapons is prohibited. Enclosed containers, including tool kits, shall be subject to search. Violations of VA regulations may result in citation answerable in the United States (Federal) District Court, not a local district, state, or municipal court. INSURANCE - WORK ON A GOVERNMENT INSTALLATIONThe 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.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- For such period as the laws of the State in which this contract is to be performed prescribe; orUntil 30 days after the insurer or the Contractor gives written notice to the Contracting Officer, whichever period is longer. 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 sub-Contractors to provide and maintain the insurance required in the Schedule or elsewhere in the contract. The Contractor shall maintain a copy of all sub-Contractors' proofs of required insurance, and shall make copies available to the Contracting Officer upon request.SCHEDULE OF INSURANCE COVERAGE: The following minimum coverage shall apply to this contract –Workers' compensation and employer's 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 shall be required, except in States with exclusive or monopolistic funds that do not permit workers' compensation to be written by private carriers.General liability. Bodily injury liability insurance coverage written on the comprehensive form of policy of at least $500,000 per occurrence.Automobile liability. The policy shall provide for bodily injury and property damage liability covering the operation of all automobiles used in connection with performing the contract. Policies covering automobiles operated in the United States shall provide coverage of at least $250,000 per person and $500,000 per occurrence for bodily injury and $100,000 per occurrence for property damage. The amount of liability coverage on other policies shall be commensurate with any legal requirements of the locality and sufficient to meet normal and customary claims. ORIENTATION FOR CONTRACTOR EMPLOYEESContractor will attend an orientation meeting as arranged by the Contracting Officer's Technical Representative (COR). The VA will schedule this meeting and it will include discussion of the following topics: (VA will provide information to the Contractor regarding these topics and will document the meeting)Fire and SafetyProject Work Schedule, Rules Pertaining To Workers, General Parameter Job Related IssuesDisaster proceduresOther The Contractor will be responsible to ensure that Contractor employees coming to the work site will receive the information required above. The Contractor will be responsible to ensure Contractor employees providing work on this contract are fully trained and completely competent to perform the required work. CONTRACTOR DUTIES AND RESPONSIBILITIESProject Manager: A competent and experienced “Project Manager” shall be provided by the Contractor for not less than two (2) hours per day whenever work is being performed on site. In the absence of the Project Manager, the Contractor will appoint a crew foreman or employee who will be responsible to insure that the work is (i) being accomplished in an expeditious manner, (ii) preformed in accordance with the contract specifications, and (iii) progress is being made without undue delay. The Project Manager must have no less than five (5) years’ experience as a direct supervisor of a commercial roadway construction operation that includes surveying, soil excavation, and site construction in industrial, commercial and/or public sites. The Project Manager will ensure all specifications are being met, ensure contract work does not conflict with ceremonies and funerals, and ensure employees are adequately supervised and proper conduct is maintained.Period of Performance: The Contractor shall complete all work defined herein within 180 calendar days from start to finish after the Notice of Proceed has been issued.Work Hours: Work may be performed between the hours of 7:00 a.m. to 4:00 p.m., Monday through Friday unless otherwise directed by the COR. At the Contractor’s request, and with the written permission of the COR, work will also be permitted to be scheduled for weekends and / or Holidays. In emergency situations caused by the Contractor, or when severe adverse weather prohibits work during the week, the Contractor shall arrange with the COR to work on weekends and/or holidays in order to meet performance time frames. The Government shall not compensate the Contractor for any alternate work schedules needed for the Contractor to complete all contract work within the specified project duration. No work will be permitted during Memorial Day or Veteran’s Day weekend activities. Notwithstanding, if any work under this contract will be required outside of the VA's normal working hours (7:00 a.m. to 4:00 p.m. Monday through Friday), the Contractor shall request for a deviation in writing to the COR at least 24 hours in advance. The COR will notify the appropriate individuals regarding Contractor's anticipated schedule and will provide written approval or disapproval to the Contractor.After Normal Hours On-Call / Emergency Situations: The Contractor shall establish and maintain a point-of-contact to receive emergency calls from the COR(s). The point-of-contact shall be available on a 24-hour basis including during weekends, Federal Holidays and after normal hours of operation. The Contractor is to provide phone, pager and cell phone numbers for emergency and/or after hour’s situations. Repairs shall be made as expeditiously as circumstances allow or within (24) hours upon initial emergency call.Daily Work Schedule: The Contractor shall coordinate with the COR(s) on a daily basis a work schedule to ensure that no work is being performed at the immediate site of a scheduled interment or ceremony. These daily meetings are also an opportunity for the Contractor to ask questions and ensure he/she understands the off-limit areas, which may vary, depending on the event. The Project Manager can thus assign tasks accordingly throughout the rest of the Cemetery - so that productive use of labor and equipment is assured, and downtime is avoided. If the Contractor fails to re-direct employees away from an event in a timely fashion, the COR(s) may then assist in doing so. At the Government’s discretion, daily or weekly meetings shall be conducted at a time agreed upon by both the COR and the Contractor.Scheduled Ceremonies: The Beverly National Cemetery is an open cemetery that will perform daily burials. The Contractor will be provided a list of scheduled ceremonies the week prior to the event, and a list of scheduled funerals will be provided daily. The Contractor is solely responsible for ensuring that no contract work causes any funeral, ceremony, procession or visitation to be delayed, altered, or otherwise impacted in such a way that the dignity or security of the event is compromised. The Contractor is solely responsible for staying abreast of all such upcoming events and when in doubt, he/she must ask the COR(s). The Contractor shall meet with the COR at the end of each day to determine work completed and ensure that work is on schedule. In the absence of the COR, the Contractor shall meet with the Alternate COR as provided under this contract.The Contractor's performance and progress on this contract will be measured weekly based on how timely, accurately, and adequately he/she accomplishes and completes weekly work schedules necessary to systematically accomplish the contract work over the duration of the project. In instances where the COR determines that the work is behind schedule, he will notify the Contracting Officer and the Contractor shall increase workforce and/or hours of operation at no additional cost to the Government in order to achieve completion of the contract work within the specified timeframe.Reporting "on-the-job" Injuries: The Contractor is required to report all "on-the-job" injuries incurred by the Contractor, its agents or employees, resulting from performance of this contract. Contractor will notify the COR (either orally or via telephone) within twenty-four (24) hours of the injury and provide details and exact location of the incident. This will be followed up by a written notice to the COR. Any Contractor (including its agents and employees) that knowingly files a false claim may be criminally prosecuted.REQUIRED DOCUMENTATION The Contractor shall be responsible for obtaining all necessary and current licenses, permits, vehicular insurance and registration, Workman's Compensatory Liability Insurance, property liability insurance etc., prior to the commencement of work. The Contractor shall provide the Contracting Officer copies of these required documents with his/her proposal and at other times where the COR deems necessary during the duration of the project. UTILITY LINES COMPLIANCE Where work conflicts with existing utility/service lines (above ground/below ground), the corresponding utilities company and the COR shall be notified and the Contractor shall obtain any necessary permits/ blue prints and cooperate with the utilities company/cemetery staff to avoid any damage or liability, and provide a safe work environment for his/her employees. Contractor is responsible for damages to utilities, above and below ground. GENERAL PARAMETERS The Contractor is responsible to ensure that all work shall be done in a manner that safeguards all VA visitors, employees, and public. The Contractor shall be solely responsible for all actions initiated and/or completed by his/her employees. Furthermore, the Contractor and his/her employees shall have a clear understanding of, and be sensitive to, such environmental issues as ground water contamination, wetlands, etc., and be consistent and fully compliant with all applicable Federal, State, County and City laws, ordinances, Right-to-Know laws, EPA guidelines, and regulations.Damage to Government property: Contractors shall be responsible for replacement of any cemetery structure, to include: turf, curb, road pavement, headstone or marker, permanent floral vases, valve boxes, control markers etc., which is chipped, marred, damaged and/or ruined at the fault of the Contractor and shall bear all costs associated with replacement and reinstallation. Any such damage shall be brought to the immediate attention of the appointed Contracting Officer Technical Representative (COR) prior to repair, replacement, and installation.Liability: At the Government's discretion, the Contractor shall either repair or replace the property, or reimburse the Government the full amount for all property damage(s). The Contractor shall be aware that Government property - beyond standard structures and equipment - also includes headstones, monuments, trees, plant beds, and turf, i.e. wounded trees or scalped turf, etc. - as well as headstones - shall be repaired or replaced.Contractors shall be responsible for cleaning cemetery structures, headstones, monuments, and roadways that are soiled or stained because of Contractor's performance. The Contractor shall wash-down with water all soiled or stained structures, headstones, and monuments at the end of each workday.Roadways shall be cleaned with a street sweeper each day as needed to keep the existing roads free from dirt and mud resulting from Contractor operations. No hazardous chemicals are to be used at any time on Government property. The Contractor shall bear all costs associated with washing and cleaning. Any such washing/cleaning shall be brought to the immediate attention of the Contracting Officer Technical Representative (COR) prior to washing/cleaning. At the end of each day, the Contractor shall remove all debris from the cemetery site resulting from the work. The Contractor shall ensure at all times that rubbish and trash generated by the Contractor is kept clear of vehicular and pedestrian traffic throughout the site. The Government shall not provide receptacle(s) for disposal of debris related to this contract. The Contractor will be permitted to place his trash receptacle dumpsters in the COR approved "Contractor Staging Area".Adequate warning devices, barricades, guards, flagmen or other necessary precautions shall be provided by the Contractor at all work sites to eliminate hazards and for the protection, safety, and warning of all public visitors, pedestrians, cemetery employees, and vehicular traffic within the area.The Government may undertake or award other contracts for additional work at or near the site of work for this contract. The Contractor shall fully cooperate with any other Contractors and with Government employees and shall carefully adapt scheduling and performance of work, and needing any direction, it shall be provided by the COR(s). The Contractor is responsible for reporting to the COR(s) any problems or questions that may arise with any other personnel on site during the period of performance of this contract. The Contractor shall not take it upon him or herself to resolve any problems or issues with other on-site Contractors or employees, but rather will leave it to the COR(s) to resolve the issue.The Contractor (including his or her employees, sub-contractors, consultants or the like) shall not operate trucks, tractors, and other heavy equipment on any turf area except as provided in this contract to perform work or as authorized by the COR. The Contractor will be responsible for repairing turf damage caused by the Contractor's equipment and staff at no additional cost to the government.WORK ENVIRONMENT (NOT USED)CONTRACTOR FURNISHED ITEMS The Contractor is responsible for supplying all equipment, personnel, tools, supplies and materials necessary to perform the services required by this contract.Contractor-furnished items necessary to perform work as required under this contract shall be furnished, maintained and operated by the Contractor and shall be consistent and fully compliant with all applicable OSHA, Federal, State, County, City laws, ordinances and regulations.Materials and supplies procured for the performance of the contract by the Contractor shall be consistent and fully compliant with all applicable Federal, State, County, and City laws, ordinances and regulations.Contractor Staging area will be located where approved by the COR. Contractor may, with COR approval, install a 6' high chain link fence with gates around this entire area for duration of the project. Contractor shall base operations out of this staging area, using it for materials and equipment storage, administration, employee toilets, trash dumpster area, employee parking, employee lunch/break area, etc. After completion of project work, Contractor is to remove fencing and restore area back to original condition.The Contractor is responsible for the supply, maintenance and repair of all Contractor-owned equipment. This includes, minor maintenance/repair and minor operating parts for equipment such as lubrication, oil changes, spark plugs, gaskets, cotter pins/keys, electric extension cords, etc., to keep all equipment in good operational condition throughout the period of performance of this contract.The Contractor is responsible for ensuring that all of its motor vehicles and equipment meet State inspection, safety, licensing, registration, and insurance requirements.Electricity: In case the Contractor requires electricity while in performance of this contract, the Contractor shall provide and utilize portable generators as necessary to complete the work. If Contractor hookup to Beverly National Cemetery's electrical distribution system is approved by COR, Contractor is to provide all necessary connections and complete connection work in accordance with NEC requirements, and at no cost to the Government. Such connection is to be via a Contractor installed meter, with the Contractor providing monthly reimbursement to the cemetery based on metered quantity usage multiplied by the electric rate in effect during that month.Water: Water will be provided for this project at no cost to the Contractor. The Contractor will be responsible for all hoses and connections to the site’s water system at no cost to the Government. If it becomes apparent that the Contractor is wasting a large amount of water, the free water rights will be withdrawn and the Contractor will then be required to hook to the water system using his water meter. Such connection is to be via a Contractor installed meter, with the Contractor providing monthly reimbursement to the cemetery based on metered quantity usage multiplied by the water rate in effect during that time period.NOT USED The Contractor shall monitor and record rainfall occurring at this site during the contract period. In the event of a State or Local Government mandate of a drought restriction, the Contractor will follow all guidelines concerning watering restrictions of turf and newly sodden areas. If the Contractor does not follow the guidelines, he/she assumes the responsibility of paying any State or Local imposed fines.Refuse Facilities: The Contractor shall provide his/her OWN refuse facilities of which will be located only in the COR approved "Staging Area". Contractor shall not place dumpsters or refuse facilities in any other location at the cemetery other than the approved staging area. The Contractor is required to dispose of all debris and other waste materials generated by his/her work at a licensed off-site landfill unless otherwise directed by the COR. The Government shall not provide receptacles for disposal of debris because of the services provided under this contract. In case of Hazardous Materials, the Contractor is required to obtain required disposal permits from the State regulatory agency.Portable Chemical Toilets: The Contractor shall provide portable chemical toilets for use by workmen as necessary to comply with applicable OSHA requirements. These portable toilet facilities shall be kept clean and free of excessive odors, insects, etc. Portable toilet facilities will be located in the COR approved Contractor Staging Area only - it is not permissible to locate portable toilet facilities in any other locations throughout the cemetery. Use of the permanent cemetery toilet facilities by workmen is strictly prohibited throughout the duration of this contract.Only Contractor’s equipment and supplies (property) required to perform work under this contract shall be stored at the Contractor's designated storage area at the end of each workday. No Contractor equipment maintenance repairs of any kind can be done on cemetery property without the prior approval of the COR.CONTRACTOR PERSONNELConduct: Contractor personnel are required to adhere to the following standards of dress, conduct, supervision and training while performing work on Government property. Any violations shall be subject to immediate enforcement action by the Contracting Officer if these standards are not adhered to. Contractor shall be responsible for training and safety precautions prescribed by OSHA regarding safety equipment and devices. Contractor personnel shall: Be fully clothed at all times, to include upper garment to cover body from the waist to the neck and long pants or slacks. Garments, which have a message, slogan or printing of any kind other than the Contractor's business attire, are prohibited. Uniforms are acceptable. Maintain a neat and professional appearance throughout its workforce, vehicles, equipment, and maintenance areas. Uniforms are acceptable. If uniforms are used, they must be in unison among all employees. Not engage in loud or boisterous behavior, angry outbursts or use profane or abusive language at any time on Government premises. Playing radios and/or electronic games/devices shall only be done at lunchtime and in a designated break area. Due to the sensitive mission of the cemetery, Contractor employees will come into daily contact with grieving individuals, therefore Contractor employees will exercise and exhibit absolute decorum, courtesy, and respect while within the cemetery or at its perimeter or entrances. Inquiries from cemetery visitors shall be politely referred to Government cemetery staff. Gratuities of any kind are strictly prohibited. Consume food and beverage only within areas designated by the COR(s). Intoxication, and violence or criminal acts of any kind will not be tolerated and is cause for immediate removal from Government property. Use or sale of intoxicating beverages and/or drugs is strictly prohibited AND shall form the basis for immediate contract enforcement action, to include immediate removal from the cemetery, and use of tobacco products is only allowed in specific areas designated by the COR. Only take breaks/rest periods and lunch breaks at the Contractor Staging Area. Workers are to utilize Contractor provided temporary chemical toilet facilities located only in the Contractor Staging Area. Misconduct shall form the basis for immediate contract enforcement action, to include immediate removal from the cemetery. Worker parking: All Contractor employees are to park only in the COR approved Contractor Staging Area identified for this project. Workers are not allowed to park throughout the cemetery grounds. Violation of this requirement shall form the basis for immediate contract enforcement action to include removal from the cemetery.Responsibilities & Violations: The Contractor is responsible to ensure that his/her employees (including Contractor Consultants, sub-Contractors, etc.) are aware of all the terms and conditions set forth in the contract regarding their performance and conduct. Any violation of Contractor conduct requirements may result in contract termination with possible repercussions, including costs incurred, debarment, or fines.Time is of the essence. The Contractor shall be aware of the intensive labor and equipment requirements needed to meet contract specifications. Inclement weather is not an excuse for not meeting specifications. Contractor shall be responsible to provide at no additional costs, labor and equipment as necessary to meet deadlines. The Contractor shall use any additional resources necessary to meet or return to specified work requirements after special events and/or services. The Contractor shall determine the number of employees and the amount and kinds of equipment needed during the period of performance. Labor: In accordance with 52.222-41, Service Contract Act, the Contractor shall be aware of the requirements needed to meet the contract specifications. If union work force is utilized, the Contractor will insure the contract between his or her company has a no strike clause to insure the contract between the Contractor and the Cemetery is met. If at any time the Contractor becomes aware, anticipates or plans any changes within his/her company or personnel that might impact the performance of this contract, the Contractor shall immediately notify the Contracting Officer.Safety: Matters related to safety, and any actions of the Contractor, must meet all safety requirements of Beverly National Cemetery's Safety Officer, Department of Veterans Affairs, OSHA, and the State of Virginia. It is incumbent upon the Contractor to be familiar with these requirements. "Safety" shall also include the Contractor having a safety representative who maintains regular and routine contact with the Safety Officer at Beverly National Cemetery.A.5 CAST-IN-PLACE CONCRETE1.1 DESCRIPTION:This section specifies castinplace structural concrete and materials and mixes for other concrete.1.2 NOT USED1.3 TESTING AGENCY FOR CONCRETE MIX DESIGN:A.Testing agency retained and reimbursed by the Contractor and approved by Resident Engineer.B.Testing agency maintaining active participation in Program of Cement and Concrete Reference Laboratory (CCRL) of National Institute of Standards and TechnologyC.Testing agency shall furnish equipment and qualified technicians to establish proportions of ingredients for concrete mixes.1.4 TOLERANCES:A.Formwork: ACI 117, except the elevation tolerance of formed surfaces before removal of shores is +0 mm (+0 inch) and -20 mm (-3/4 inch).B.Reinforcement Fabricating and Placing: ACI 117, except that fabrication tolerance for bar sizes Nos. 10, 13, and 16 (Nos. 3, 4, and 5) (Tolerance Symbol 1 in Fig. 2.1(a), ACI, 117) used as column ties or stirrups is +0 mm (+0 inch) and -13 mm (-1/2 inch) where gross bar length is less than 3600 mm (12 feet), or +0 mm (+0 inch) and -20 mm (-3/4 inch) where gross bar length is 3600 mm (12 feet) or more.C.Cross-Sectional Dimension: ACI 117, except tolerance for thickness of slabs 12 inches or less is +20 mm (+3/4 inch) and - 6 mm (-1/4 inch). Tolerance of thickness of beams more than 300 mm (12 inch) but less than 900 mm (3 feet) is +20 mm (+3/4 inch) and -10 mm (-3/8 inch).D.Slab Finishes: ACI 117, Section 4.5.6, F-number method in accordance with ASTM E1155, except as follows:1.Test entire slab surface, including those areas within 600 mm (2 feet) of construction joints and vertical elements that project through slab surface.2.Maximum elevation change which may occur within 600 mm (2 feet) of any column or wall element is 6 mm (0.25 inches).3.Allow sample measurement lines that are perpendicular to construction joints to extend past joint into previous placement no further than 1500 mm (5 feet).1.5 REGULATORY REQUIREMENTS:A.ACI SP-66 – ACI Detailing Manual.B.ACI 318 Building Code Requirements for Reinforced Concrete.C.ACI 301 – Standard Specifications for Structural Concrete.1.6 SUBMITTALS:A.Shop Drawings: Reinforcing steel: Complete shop drawingsB.Mill Test Reports:1.Reinforcing Steel.2.Cement.C.Manufacturer's Certificates:1.Abrasive aggregate.2.Lightweight aggregate for structural concrete.3.Airentraining admixture.4.Chemical admixtures, including chloride ion content.5.Waterproof paper for curing concrete.6.Liquid membraneforming compounds for curing concrete.7.Nonshrinking grout.8.Liquid hardener.9.Waterstops.10.Expansion joint filler.11.Adhesive binder.E.Testing Agency for Concrete Mix Design: Approval request including qualifications of principals and technicians and evidence of active participation in program of Cement and Concrete Reference Laboratory (CCRL) of National Institute of Standards and Technology F.Test Report for Concrete Mix Designs: Trial mixes including watercement fly ash ratio curves, concrete mix ingredients, and admixtures.G.Shoring and Reshoring Sequence: Submit for approval a shoring and reshoring sequence for flat slab/flat plate portions, prepared by a registered Professional Engineer. As a minimum, include timing of form stripping, reshoring, number of floors to be re-shored and timing of re-shore removal to serve as an initial outline of procedures subject to modification as construction progresses. Submit revisions to sequence, whether initiated by Resident Engineer or Contractor.H.Test reports on splitting tensile strength (Fct) of lightweight concrete.1.7 DELIVERY, STORAGE, AND HANDLING:A.Conform to ACI 304. Store aggregate separately for each kind or grade, to prevent segregation of sizes and avoid inclusion of dirt and other materials.B.Deliver cement in original sealed containers bearing name of brand and manufacturer, and marked with net weight of contents. Store in suitable watertight building in which floor is raised at least 300 mm (1 foot) above ground. Store bulk cement in separate suitable bins.C.Deliver other packaged materials for use in concrete in original sealed containers, plainly marked with manufacturer's name and brand, and protect from damage until used.1.8 PRE-CONCRETE CONFERENCE:A.General: At least 15 days prior to submittal of design mixes, conduct a meeting to review proposed methods of concrete construction to achieve the required results.B.Agenda: Includes but is not limited to:1.Submittals.2.Coordination of work.3.Availability of material.4.Concrete mix design including admixtures.5.Methods of placing, finishing, and curing.6.Finish criteria required to obtain required flatness and levelness.7.Timing of floor finish measurements.8.Material inspection and testing.C.Attendees: Include but not limited to representatives of Contractor; subcontractors involved in supplying, conveying, placing, finishing, and curing concrete; lightweight aggregate manufacturer; admixture manufacturers; Resident Engineer; Consulting Engineer; Department of Veterans Affairs retained testing laboratories for concrete testing and finish (F-number) verification.D.Minutes of the meeting: Contractor shall take minutes and type and distribute the minutes to attendees within five days of the meeting.1.9 MOCK-UP:NOT USED1.10 APPLICABLE PUBLICATIONS:A.Publications listed below form a part of this specification to extent referenced. Publications are referenced in text by basic designation only.B.American Concrete Institute (ACI):117-10Tolerances for Concrete Construction and Materials211.1-91(R2009)Selecting Proportions for Normal, Heavyweight, and Mass Concrete211.2-98(R2004)Selecting Proportions for Structural Lightweight Concrete214R-02Evaluation of Strength Test Results of Concrete301-10Structural Concrete 304R-00(R2009)Guide for Measuring, Mixing, Transporting, and Placing Concrete305R-10Hot Weather Concreting306R-10Cold Weather Concreting308R-01(R2008)Standard Practice for Curing Concrete309R-05Guide for Consolidation of Concrete318-08Building Code Requirements for Reinforced Concrete and Commentary347-04Guide to Formwork for ConcreteSP-66-04ACI Detailing ManualC.American National Standards Institute and American Hardboard Association (ANSI/AHA):A135.4-2004Basic HardboardD.American Society for Testing and Materials (ASTM):A82/A82M-07Steel Wire, Plain, for Concrete ReinforcementA185/185M-07Steel Welded Wire Fabric, Plain, for Concrete ReinforcementA615/A615M-09Deformed and Plain BilletSteel Bars for Concrete ReinforcementA653/A653M-09Steel Sheet, Zinc-Coated (Galvanized) or Zinc-Iron Alloy-Coated (Galvannealed) by the Hot-Dip ProcessA706/A706M-09Low-Alloy Steel Deformed and Plain Bars for Concrete ReinforcementA767/A767M-09Zinc-Coated (Galvanized) Steel Bars for Concrete ReinforcementA775/A775M-07Epoxy-Coated Reinforcing Steel BarsA820-06Steel Fibers for Fiber-Reinforced ConcreteA996/A996M-09Rail-Steel and Axle-Steel Deformed Bars for Concrete ReinforcementC31/C31M-09Making and Curing Concrete Test Specimens in the fieldC33-08Concrete AggregatesC39/C39M-09Compressive Strength of Cylindrical Concrete SpecimensC94/C94M-09ReadyMixed ConcreteC143/C143M-10Slump of Hydraulic Cement ConcreteC150-09Portland Cement C171-07Sheet Materials for Curing ConcreteC172-08Sampling Freshly Mixed ConcreteC173-10...Air Content of Freshly Mixed Concrete by the Volumetric MethodC192/C192M-07Making and Curing Concrete Test Specimens in the LaboratoryC231-09Air Content of Freshly Mixed Concrete by the Pressure MethodC260-06AirEntraining Admixtures for ConcreteC309-07Liquid MembraneForming Compounds for Curing ConcreteC330-09Lightweight Aggregates for Structural ConcreteC494/C494M-10Chemical Admixtures for ConcreteC618-08Coal Fly Ash and Raw or Calcined Natural Pozzolan for Use as a Mineral Admixture in ConcreteC666/C666M-03Resistance of Concrete to Rapid Freezing and ThawingC881/C881M-02Epoxy-Resin-Base Bonding Systems for ConcreteC1107/1107M-08Packaged Dry, Hydraulic-Cement Grout (Non-shrink)C1315-08Liquid Membrane-Forming Compounds Having Special Properties for Curing and Sealing ConcreteD6-95(R2006)Loss on Heating of Oil and Asphaltic CompoundsD297-93(R2006)Rubber Products-Chemical AnalysisD1751-04(R2008)Preformed Expansion Joint Filler for Concrete Paving and Structural Construction (Non-extruding and Resilient Bituminous Types)D4397-09Polyethylene Sheeting for Construction, Industrial and Agricultural ApplicationsE1155-96(R2008)Determining FF Floor Flatness and FL Floor Levelness NumbersE.American Welding Society (AWS):D1.4/D1.4M-11Structural Welding Code Reinforcing SteelF.Concrete Reinforcing Steel Institute (CRSI):Handbook 2008G.National Cooperative Highway Research Program (NCHRP):Report OnConcrete Sealers for the Protection of Bridge StructuresH.U. S. Department of Commerce Product Standard (PS):PS 1Construction and Industrial PlywoodPS 20American Softwood LumberI.U. S. Army Corps of Engineers Handbook for Concrete and Cement:CRD C513Rubber WaterstopsCRD C572Polyvinyl Chloride WaterstopsPART 2 – PRODUCTS:2.1 FORMS:A.Wood: PS 20 free from loose knots and suitable to facilitate finishing concrete surface specified; tongue and grooved.B.Plywood: PS-1 Exterior Grade BB (concreteform) 16 mm (5/8 inch), or 20 mm (3/4 inch) thick for unlined contact form. B-B High Density Concrete Form Overlay optional.C.Metal for Concrete RibType Construction: Steel (removal type) of suitable weight and form to provide required rigidity.D.Permanent Steel Form for Concrete Slabs: Corrugated, ASTM A653, Grade E, and Galvanized, ASTM A653, G90. Provide venting where insulating concrete fill is used.E.Corrugated Fiberboard Void Boxes: Double faced, completely impregnated with paraffin and laminated with moisture resistant adhesive, size as shown. Design forms to support not less than 48 KPa (1000 psf) and not lose more than 15 percent of their original strength after being completely submerged in water for 24 hours and then air dried.F.Form Lining:1.Hardboard: ANSI/AHA A135.4, Class 2 with one (S1S) smooth side)2.Plywood: Grade BB Exterior (concreteform) not less than 6 mm (1/4 inch) thick.3.Plastic, fiberglass, or elastomeric capable of reproducing the desired pattern or texture.G.Form Ties: Develop a minimum working strength of 13.35 kN (3000 pounds) when fully assembled. Ties shall be adjustable in length to permit tightening of forms and not have any lugs, cones, washers to act as spreader within form, nor leave a hole larger than 20 mm (3/4 inch) diameter, or a depression in exposed concrete surface, or leave metal closer than 40 mm (1 1/2 inches) to concrete surface. Wire ties not permitted. Cutting ties back from concrete face not permitted.2.2 MATERIALS:A.Portland Cement: ASTM C150 Type I or II.B.Fly Ash: ASTM C618, Class C or F including supplementary optional requirements relating to reactive aggregates and alkalies, and loss on ignition (LOI) not to exceed 5 percent.C.Coarse Aggregate: ASTM C33.1.Size 67 or Size 467 may be used for footings and walls over 300 mm (12 inches) thick.2.Coarse aggregate for applied topping, encasement of steel columns, and metal pan stair fill shall be Size 7.3.Maximum size of coarse aggregates not more than onefifth of narrowest dimension between sides of forms, onethird of depth of slabs, nor threefourth of minimum clear spacing between reinforcing bars.D.Lightweight Aggregates for Structural Concrete: ASTM C330, Table 1. Maximum size of aggregate not larger than onefifth of narrowest dimension between forms, nor threefourth of minimum clear distance between reinforcing bars. Contractor to furnish certified report to verify that aggregate is sound and durable, and has a durability factor of not less than 80 based on 300 cycles of freezing and thawing when tested in accordance with ASTM C666.E.Fine Aggregate: ASTM C33. Fine aggregate for applied concrete floor topping shall pass a 4.75 mm (No. 4) sieve, 10 percent maximum shall pass a 150 ?m (No. 100) sieve.F.Mixing Water: Fresh, clean, and potable.G.Admixtures:1.Water Reducing Admixture: ASTM C494, Type A and not contain more chloride ions than are present in municipal drinking water.2.Water Reducing, Retarding Admixture: ASTM C494, Type D and not contain more chloride ions than are present in municipal drinking water.3.High-Range Water-Reducing Admixture (Superplasticizer): ASTM C494, Type F or G, and not contain more chloride ions than are present in municipal drinking water.4.Non-Corrosive, Non-Chloride Accelerator: ASTM C494, Type C or E, and not contain more chloride ions than are present in municipal drinking water. Admixture manufacturer must have long-term non-corrosive test data from an independent testing laboratory of at least one year duration using an acceptable accelerated corrosion test method such as that using electrical potential measures.5.Air Entraining Admixture: ASTM C260.6.Microsilica: Use only with prior review and acceptance of the Resident Engineer. Use only in conjunction with high range water reducer.7.Calcium Nitrite corrosion inhibitor: ASTM C494 Type C.8.Prohibited Admixtures: Calcium chloride, thiocyanate or admixtures containing more than 0.05 percent chloride ions are not permitted.9.Certification: Written conformance to the requirements above and the chloride ion content of the admixture prior to mix design review.H.Vapor Barrier: ASTM D4397, 0.25 mm (10 mil). I.Reinforcing Steel: ASTM A615, or ASTM A996, deformed, grade as shown. J.Welded Wire Fabric: ASTM A185.K.Reinforcing Bars to be Welded: ASTM A706.L.Galvanized Reinforcing Bars: ASTM A767.M.Epoxy Coated Reinforcing Bars: ASTM A775.N.Cold Drawn Steel Wire: ASTM A82. O.Not usedP.Reinforcement for Metal Pan Stair Fill: 50 mm (2 inch) wire mesh, either hexagonal mesh at .8Kg/m2 (1.5 pounds per square yard), or square mesh at .6Kg/m2 (1.17 pounds per square yard).Q.Supports, Spacers, and Chairs: Types which will hold reinforcement in position shown in accordance with requirements of ACI 318 except as specified. R.Expansion Joint Filler: ASTM D1751.S.Sheet Materials for Curing Concrete: ASTM C171.T.Liquid Membrane-forming Compounds for Curing Concrete: ASTM C309, Type I, with fugitive dye. Compound shall be compatible with scheduled surface treatment, such as paint and resilient tile, and shall not discolor concrete surface.U.Abrasive Aggregate: Aluminum oxide grains or emery grits.V.Liquid Hardener and Dustproofer: Fluosilicate solution of magnesium fluosilicate or zinc fluosilicate. Magnesium and zinc may be used separately or in combination as recommended by manufacturer.W. Moisture Vapor Emissions & Alkalinity Control Sealer: 100% active colorless aqueous siliconate solution concrete surface treatment applied the day of the concrete pour in lieu of other curing methods for all concrete slabs receiving resilient flooring, such as, sheet vinyl, vinyl composition tile, rubber, wood flooring, carpet, epoxy coatings and overlays .1.ASTM C1315 Type 1 Class A, and ASTM C309 Type 1 Class A, penetrating product to have no less than 34% solid content, leaving no sheen, volatile organic compound (VOC) content rating as required to suite regulatory requirements. The product shall have at least a five (5) year documented history in controlling moisture vapor emission from damaging floor covering, compatible with all finish materials.2.MVE 15-Year Warranty:a.When a floor covering is installed on a below grade, on grade, or above grade concrete slab treated with Moisture Vapor Emissions & Alkalinity Control Sealer according to manufacturer’s instruction, sealer manufacturer shall warrant the floor covering system against failure due to moisture vapor migration or moisture-born contaminates for a period of fifteen (15) years from the date of original installation. The warranty shall cover all labor and materials needed to replace all floor covering that fails due to moisture vapor emission & moisture born contaminates. X.Penetrating Sealer: For use on parking garage ramps and decks. High penetration silane sealer providing minimum 95 percent screening per National Cooperative Highway Research Program (NCHRP) No. 244 standards for chloride ion penetration resistance. Requires moist (non-membrane) curing of slab.Y.Non-Shrink Grout:1.ASTM C1107, pre-mixed, produce a compressive strength of at least 18 MPa at three days and 35 MPa (5000 psi) at 28 days. Furnish test data from an independent laboratory indicating that the grout when placed at a fluid consistency shall achieve 95 percent bearing under a 1200 mm x 1200 mm (4 foot by 4 foot) base plate.2.Where high fluidity or increased placing time is required, furnish test data from an independent laboratory indicating that the grout when placed at a fluid consistency shall achieve 95 percent under an 450 mm x 900 mm (18 inch by 36 inch) base plate.Z.Adhesive Binder: ASTM C881.1.Polyvinyl Chloride Waterstop: CRD C572.2.Rubber Waterstops: CRD C513.3.Bentonite Water Stop: Flexible strip of bentonite 25 mm x 20 mm (1 inch by 3/4 inch), weighing 8.7 kg/m (5.85 lbs. per foot) composed of Butyl Rubber Hydrocarbon (ASTM D297), Bentonite (SS-S-210-A) and Volatile Matter (ASTM D6).4.Porous Backfill: Crushed stone or gravel graded from 25 mm to 20 mm (1 inch to 3/4 inch).5.Synthetic Fibers: Monofilament or fibrillated polypropylene fibers for secondary reinforcing of concrete members. Use appropriate length and 0.9 kg/m3 (1.5 lb. per cubic yard). Product shall have a UL rating.6.Steel Fibers: ASTM A820, Type I cold drawn, high tensile steel wire for use as primary reinforcing in slab-on-grade. Minimum dosage rate 18 kg/m3 (30 lb. per cubic yard).7.Epoxy Joint Filler: Two component, 100 percent solids compound, with a minimum shore D hardness of 50.8. Bonding Admixture: Non-rewettable, polymer modified, bonding compound.9.Architectural Concrete: For areas designated as architectural concrete on the Contract Documents, use colored cements and specially selected aggregates as necessary to produce a concrete of a color and finish which exactly matches the designated sample panel.2.3 CONCRETE MIXES:A.Mix Designs: Proportioned in accordance with Section 5.3, "Proportioning on the Basis of Field Experience and/or Trial Mixtures" of ACI 318.1.If trial mixes are used, make a set of at least 6 cylinders in accordance with ASTM C192 for test purposes from each trial mix; test three for compressive strength at 7 days and three at 28 days.2.Submit a report of results of each test series, include a detailed listing of the proportions of trial mix or mixes, including cement, fly ash, /admixtures, weight of fine and coarse aggregate per m3 (cubic yard) measured dry rodded and damp loose, specific gravity, fineness modulus, percentage of moisture, air content, watercement fly ash ratio, and consistency of each cylinder in terms of slump. Include dry unit weight of lightweight structural concrete. 3.Prepare a curve showing relationship between watercement fly ash ratio at 7day and 28day compressive strengths. Plot each curve using at least three specimens. 4.If the field experience method is used, submit complete standard deviation analysis.B.Fly Ash Testing: Submit certificate verifying conformance with specifications initially with mix design and for each truck load of fly ash delivered from source. Notify Resident Engineer immediately when change in source is anticipated. Prior to beginning trial mixes submit to the Resident Engineer the following representative samples of material to be used, properly identified source and project description and number, type of testing (complete chemical and physical), suitably packaged for shipment, and addressed as specified. Allow 60 calendar days for test results after submittal of sample.1.Fly ash 2.25 kg (five pounds).2.Portland cement 3.5 kg (8 pounds):a.Address Waterways Experiment Station (WES)b.3909 Halls Ferry Roadc.Vicksburg, MS 39180-6199d.ATTN: Engineering Materials GroupC.After approval of mixes no substitution in material or change in proportions of approval mixes may be made without additional tests and approval of Resident Engineer or as specified. Making and testing of preliminary test cylinders may be carried on pending approval of cement and fly ash, providing Contractor and manufacturer certify that ingredients used in making test cylinders are the same. Resident Engineer may allow Contractor to proceed with depositing concrete for certain portions of work, pending final approval of cement and fly ash and approval of design mix.D.Cement Factor: Maintain minimum cement factors in Table I regardless of compressive strength developed above minimums. Use Fly Ash as an admixture with 20% replacement by weight in all structural work. Increase this replacement to 40% for mass concrete, and reduce it to 10% for drilled piers and caissons.TABLE I - CEMENT AND WATER FACTORS FOR CONCRETEConcrete StrengthNon-Air-EntrainedAir-EntrainedMin. 28 Day Comp. Str.MPa (psi)Min. Cementkg/m3 (lbs/c. yd)Max. Water Cement RatioMin. Cementkg/m3 (lbs/c. yd)Max. WaterCement Ratio35 (5000)1,3375 (630)0.45385 (650)0.4030 (4000)1,3325 (550)0.55340 (570)0.5025 (3000)1,3280 (470)0.65290 (490)0.5525 (3000)1,2300 (500)*310 (520)*1.If trial mixes are used, the proposed mix design shall achieve a compressive strength 8.3 MPa (1200 psi) in excess of f'c. For concrete strengths above 35 Mpa (5000 psi), the proposed mix design shall achieve a compressive strength 9.7 MPa (1400 psi) in excess of f’c.2.Lightweight Structural Concrete. Pump mixes may require higher cement values.3.For concrete exposed to high sulfate content soils maximum water cement ratio is 0.44.4.Determined by Laboratory in accordance with ACI 211.1 for normal concrete or ACI 211.2 for lightweight structural concrete.E.Maximum Slump: Maximum slump, as determined by ASTM C143 with tolerances as established by ASTM C94, for concrete to be vibrated shall be as shown in Table II.TABLE II MAXIMUM SLUMP, mm (INCHES)*Type of ConstructionNormal Weight ConcreteLightweight Structural ConcreteReinforced Footings and Substructure Walls75mm (3 inches)75 mm (3 inches)Slabs, Beams, Reinforced Walls, and Building Columns100 mm (4 inches)100 mm (4 inches)F.Slump may be increased by the use of the approved high-range water-reducing admixture (superplasticizer). Tolerances as established by ASTM C94. Concrete containing the high-range-water-reducing admixture may have a maximum slump of 225 mm (9 inches). The concrete shall arrive at the job site at a slump of 50 mm to 75 mm (2 inches to 3 inches), and 75 mm to 100 mm (3 inches to 4 inches) for lightweight concrete. This should be verified, and then the high-range-water-reducing admixture added to increase the slump to the approved level.G.Air-Entrainment: Air-entrainment of normal weight concrete shall conform with Table III. Air-entrainment of lightweight structural concrete shall conform with Table IV. Determine air content by either ASTM C173 or ASTM C231.TABLE III TOTAL AIR CONTENTFOR VARIOUS SIZES OF COARSE AGGREGATES (NORMAL CONCRETE)Nominal Maximum Size of Total Air Content Coarse Aggregate, mm (Inches) Percentage by Volume 10 mm (3/8 in).6 to 10 13 mm (1/2 in).5 to 9 20 mm (3/4 in).4 to 8 25 mm (1 in).31/2 to 61/2 40 mm (1 1/2 in).3 to 6TABLE IVAIR CONTENT OF LIGHTWEIGHT STRUCTURAL CONCRETENominal Maximum size of Total Air Content Coarse Aggregate, mm’s (Inches) Percentage by VolumeGreater than 10 mm (3/8 in) 4 to 8 10 mm (3/8 in) or less 5 to 9H.High early strength concrete, made with Type III cement or Type I cement plus non-corrosive accelerator, shall have a 7-day compressive strength equal to specified minimum 28day compressive strength for concrete type specified made with standard Portland cement.I.Lightweight structural concrete shall not weigh more than airdry unit weight shown. Airdry unit weight determined on 150 mm by 300 mm (6 inch by 12 inch) test cylinders after seven days standard moist curing followed by 21 days drying at 23 degrees C 1.7 degrees C (73.4 3 degrees Fahrenheit), and 50 (plus or minus 7) percent relative humidity. Use wet unit weight of fresh concrete as basis of control in field.J.Concrete slabs placed at air temperatures below 10 degrees C (50 degrees Fahrenheit) use non-corrosive, non-chloride accelerator. Concrete required to be air entrained use approved air entraining admixture. Pumped concrete, synthetic fiber concrete, architectural concrete, concrete required to be watertight, and concrete with a water/cement ratio below 0.50 use high-range water-reducing admixture (superplasticizer).K.Durability: Use air entrainment for exterior exposed concrete subjected to freezing and thawing and other concrete shown or specified. Air content as shown in Table III or Table IV.L.Enforcing Strength Requirements: Average of any three 28day consecutive strength tests of laboratorycured specimens representing each type of concrete shall be equal to or greater than specified strength. No single test shall be more than 3.5 MPa (500 psi) below specified strength. Interpret field test results in accordance with ACI 214. Should strengths shown by test specimens fall below required values, Resident Engineer may require any one or any combination of the following corrective actions, at no additional cost to the Government:1.Require changes in mix proportions by selecting one of the other appropriate trial mixes or changing proportions, including cement content, of approved trial mix.2.Require additional curing and protection.3.If five consecutive tests fall below 95 percent of minimum values given in Table I or if test results are so low as to raise a question as to the safety of the structure, Resident Engineer may direct Contractor to take cores from portions of the structure. Use results from cores tested by the Contractor retained testing agency to analyze structure.4.If strength of core drilled specimens falls below 85 percent of minimum value given in Table I, Resident Engineer may order load tests, made by Contractor retained testing agency, on portions of building so affected. Load tests in accordance with ACI 318 and criteria of acceptability of concrete under test as given therein.5.Concrete work, judged inadequate by structural analysis, by results of load test, or for any reason, shall be reinforced with additional construction or replaced, if directed by the Resident Engineer.2.4 BATCHING AND MIXING:A.General: Concrete shall be "ReadyMixed" and comply with ACI 318 and ASTM C94, except as specified. Batch mixing at the site is permitted. Mixing process and equipment must be approved by Resident Engineer. With each batch of concrete, furnish certified delivery tickets listing information in Paragraph 16.1 and 16.2 of ASTM C94. Maximum delivery temperature of concrete is 380C (100 degrees Fahrenheit). Minimum delivery temperature as follows:Atmospheric TemperatureMinimum Concrete Temperature-1. degrees to 4.4 degrees C (30 degrees to 40 degrees F)15.6 degrees C (60 degrees F.)-17 degrees C to -1.1 degrees C (0 degrees to 30 degrees F.)21 degrees C (70 degrees F.)1.Services of aggregate manufacturer's representative shall be furnished during the design of trial mixes and as requested by the Resident Engineer for consultation during batching, mixing, and placing operations of lightweight structural concrete. Services will be required until field controls indicate that concrete of required quality is being furnished. Representative shall be thoroughly familiar with the structural lightweight aggregate, adjustment and control of mixes to produce concrete of required quality. Representative shall assist and advise Resident Engineer.PART 3 – EXECUTION3.1 FORMWORK:A.General: Design in accordance with ACI 347 is the responsibility of the Contractor. The Contractor shall retain a registered Professional Engineer to design the formwork, shores, and reshores.1.Form boards and plywood forms may be reused for contact surfaces of exposed concrete only if thoroughly cleaned, patched, and repaired and Resident Engineer approves their reuse.2.Provide forms for concrete footings unless Resident Engineer determines forms are not necessary.3.Corrugated fiberboard forms: Place forms on a smooth firm bed, set tight, with no buckled cartons to prevent horizontal displacement, and in a dry condition when concrete is placed.B.Treating and Wetting: Treat or wet contact forms as follows:1.Coat plywood and board forms with nonstaining form sealer. In hot weather, cool forms by wetting with cool water just before concrete is placed.2.Clean and coat removable metal forms with light form oil before reinforcement is placed. In hot weather, cool metal forms by thoroughly wetting with water just before placing concrete.3.Use sealer on reused plywood forms as specified for new material.C.Size and Spacing of Studs: Size and space studs, wales and other framing members for wall forms so as not to exceed safe working stress of kind of lumber used nor to develop deflection greater than 1/270 of free span of member.D.Unlined Forms: Use plywood forms to obtain a smooth finish for concrete surfaces. Tightly butt edges of sheets to prevent leakage. Back up all vertical joints solidly and nail edges of adjacent sheets to same stud with 6d box nails spaced not over 150 mm (6 inches) apart.E.Lined Forms: May be used in lieu of unlined plywood forms. Back up form lining solidly with square edge board lumber securely nailed to studs with all edges in close contact to prevent bulging of lining. No joints in lining and backing may coincide. Nail abutted edges of sheets to same backing board. Nail lining at not over 200 mm (8 inches) on center along edges and with at least one nail to each square foot of surface area; nails to be 3d blued shingle or similar nails with thin flatheads.F.Architectural Liner: Attach liner as recommended by the manufacturer with tight joints to prevent leakage.G.Wall Form Ties: Locate wall form ties in symmetrically level horizontal rows at each line of wales and in plumb vertical tiers. Space ties to maintain true, plumb surfaces. Provide one row of ties within 150 mm (6 inches) above each construction joint. Space throughties adjacent to horizontal and vertical construction joints not over 450 mm (18 inches) on center.1.Tighten row of ties at bottom of form just before placing concrete and, if necessary, during placing of concrete to prevent seepage of concrete and to obtain a clean line. Ties to be entirely removed shall be loosened 24 hours after concrete is placed and shall be pulled from least important face when removed.2.Coat surfaces of all metal that is to be removed with paraffin, cup grease or a suitable compound to facilitate removal.H.Inserts, Sleeves, and Similar Items: Flashing reglets, steel strips, masonry ties, anchors, wood blocks, nailing strips, grounds, inserts, wire hangers, sleeves, drains, guard angles, forms for floor hinge boxes, inserts or bond blocks for elevator guide rails and supports, and other items specified as furnished under this and other sections of specifications and required to be in their final position at time concrete is placed shall be properly located, accurately positioned, and built into construction, and maintained securely in place.1.Locate inserts or hanger wires for furred and suspended ceilings only in bottom of concrete joists, or similar concrete member of overhead concrete joist construction. 2.Install sleeves, inserts and similar items for mechanical services in accordance with drawings prepared specially for mechanical services. Contractor is responsible for accuracy and completeness of drawings and shall coordinate requirements for mechanical services and equipment.3.Do not install sleeves in beams, joists or columns except where shown or permitted by Resident Engineer. Install sleeves in beams, joists, or columns that are not shown, but are permitted by the Resident Engineer, and require no structural changes, at no additional cost to the Government.4.Minimum clear distance of embedded items such as conduit and pipe is at least three times diameter of conduit or pipe, except at stubups and other similar locations.5.Provide recesses and blockouts in floor slabs for door closers and other hardware as necessary in accordance with manufacturer's instructions.I.Construction Tolerances:1.Set and maintain concrete formwork to assure erection of completed work within tolerances specified and to accommodate installation of other rough and finish materials. Accomplish remedial work necessary for correcting excessive tolerances. Erected work that exceeds specified tolerance limits shall be remedied or removed and replaced, at no additional cost to the Government.2.Permissible surface irregularities for various classes of materials are defined as "finishes" in specification sections covering individual materials. They are to be distinguished from tolerances specified which are applicable to surface irregularities of structural elements.3.2 PLACING REINFORCEMENT:A.General: Details of concrete reinforcement in accordance with ACI 318 unless otherwise shown.B.Placing: Place reinforcement conforming to CRSI DA4, unless otherwise shown.1.Place reinforcing bars accurately and tie securely at intersections and splices with 1.6 mm (16 gauge) black annealed wire. Secure reinforcing bars against displacement during the placing of concrete by spacers, chairs, or other similar supports. Portions of supports, spacers, and chairs in contact with formwork shall be made of plastic in areas that will be exposed when building is occupied. Type, number, and spacing of supports conform to ACI 318. Where concrete slabs are placed on ground, use concrete blocks or other noncorrodible material of proper height, for support of reinforcement. Use of brick or stone supports will not be permitted.2.Lap welded wire fabric at least 1 1/2 mesh panels plus end extension of wires not less than 300 mm (12 inches) in structural slabs. Lap welded wire fabric at least 1/2 mesh panels plus end extension of wires not less than 150 mm (6 inches) in slabs on grade.3.Splice column steel at no points other than at footings and floor levels unless otherwise shown.C.Spacing: Minimum clear distances between parallel bars, except in columns and multiple layers of bars in beams shall be equal to nominal diameter of bars. Minimum clear spacing is 25 mm (1 inch) or 11/3 times maximum size of coarse aggregate.D.Splicing: Splices of reinforcement made only as required or shown or specified. Accomplish splicing as follows:1.Lap splices: Do not use lap splices for bars larger than Number 36 (Number 11). Minimum lengths of lap as shown.2.Welded splices: Splicing by buttwelding of reinforcement permitted providing the weld develops in tension at least 125 percent of the yield strength (fy) for the bars. Welding conform to the requirements of AWS D1.4. Welded reinforcing steel conform to the chemical analysis requirements of AWS D1.4.a.Submit test reports indicating the chemical analysis to establish weldability of reinforcing steel.b.Submit a field quality control procedure to insure proper inspection, materials and welding procedure for welded splices.c.Department of Veterans Affairs retained testing agency shall test a minimum of three splices, for compliance, locations selected by Resident Engineer.3.Mechanical Splices: Develop in tension and compression at least 125 percent of the yield strength (fy) of the bars. Stresses of transition splices between two reinforcing bar sizes based on area of smaller bar. Provide mechanical splices at locations indicated. Use approved exothermic, tapered threaded coupling, or swaged and threaded sleeve. Exposed threads and swaging in the field not permitted.a.Initial qualification: In the presence of Resident Engineer, make three test mechanical splices of each bar size proposed to be spliced. Department of Veterans Affairs retained testing laboratory will perform load test.b.During installation: Furnish, at no additional cost to the Government, one companion (sister) splice for every 50 splices for load testing. Department of Veterans Affairs retained testing laboratory will perform the load test.E.Bending: Bend bars cold, unless otherwise approved. Do not field bend bars partially embedded in concrete, except when approved by Resident Engineer.F.Cleaning: Metal reinforcement, at time concrete is placed, shall be free from loose flaky rust, mud, oil, or similar coatings that will reduce bond.G.Future Bonding: Protect exposed reinforcement bars intended for bonding with future work by wrapping with felt and coating felt with a bituminous compound unless otherwise shown.3.3 VAPOR BARRIER:A.Except where membrane waterproofing is required, interior concrete slab on grade shall be placed on a continuous vapor barrier.1.Place 100 mm (4 inches) of fine granular fill over the vapor barrier to act as a blotter for concrete slab.2.Vapor barrier joints lapped 150 mm (6 inches) and sealed with compatible waterproof pressuresensitive tape.3.Patch punctures and tears.3.4 MOISTURE VAPOR EMISSIONS & ALKALINITY CONTROL SEALER:A.Sealer is applied on the day of the concrete pour or as soon as harsh weather permits, prior to any other chemical treatments for concrete slabs either on grade, below grade or above grade receiving resilient flooring, such as, sheet vinyl, vinyl composition tile, rubber, wood flooring, carpet, epoxy coatings and overlays.B.Manufacturer’s representative will be on the site the day of concrete pour to install or train its application and document. He shall return on every application thereafter to verify that proper procedures are followed.Apply Sealer to concrete slabs as soon as final finishing operations are complete and the concrete has hardened sufficiently to sustain floor traffic without damage.Spray apply Sealer at the rate of 20 m2 (200 square feet) per gallon. Lightly broom product evenly over the substrate and product has completely penetrated the surface.If within two (2) hours after initial application areas are subjected to heavy rainfall and puddling occurs, reapply Sealer product to these areas as soon as weather condition permits.3.5 CONSTRUCTION JOINTS:A.Unless otherwise shown, location of construction joints to limit individual placement shall not exceed 24,000 mm (80 feet) in any horizontal direction, except slabs on grade which shall have construction joints shown. Allow 48 hours to elapse between pouring adjacent sections unless this requirement is waived by Resident Engineer.B.Locate construction joints in suspended floors near the quarter-point of spans for slabs, beams or girders, unless a beam intersects a girder at center, in which case joint in girder shall be offset a distance equal to twice width of beam. Provide keys and inclined dowels as shown. Provide longitudinal keys as shown.C.Place concrete for columns slowly and in one operation between joints. Install joints in concrete columns at underside of deepest beam or girder framing into column.D.Allow 2 hours to elapse after column is cast before concrete of supported beam, girder or slab is placed. Place girders, beams, grade beams, column capitals, brackets, and haunches at the same time as slab unless otherwise shown.E.Install polyvinyl chloride or rubber water seals, as shown in accordance with manufacturer's instructions, to form continuous watertight seal. 3.6 EXPANSION JOINTS:A.Clean expansion joint surfaces before installing premolded filler and placing adjacent concrete.B.Install polyvinyl chloride or rubber water seals, as shown in accordance with manufacturer's instructions, to form continuous watertight seal. 3.7 PLACING CONCRETE:A.Preparation:1.Remove hardened concrete, wood chips, shavings and other debris from forms.2.Remove hardened concrete and foreign materials from interior surfaces of mixing and conveying equipment.3.Have forms and reinforcement inspected and approved by Resident Engineer before depositing concrete.4.Provide runways for wheeling equipment to convey concrete to point of deposit. Keep equipment on runways which are not supported by or bear on reinforcement. Provide similar runways for protection of vapor barrier on coarse fill.B.Bonding: Before depositing new concrete on or against concrete which has been set, thoroughly roughen and clean existing surfaces of laitance, foreign matter, and loose particles.1.Preparing surface for applied topping:a.Remove laitance, mortar, oil, grease, paint, or other foreign material by sand blasting. Clean with vacuum type equipment to remove sand and other loose material.b.Broom clean and keep base slab wet for at least four hours before topping is applied.c.Use a thin coat of one part Portland cement, 1.5 parts fine sand, bonding admixture; and water at a 50: 50 ratio and mix to achieve the consistency of thick paint. Apply to a damp base slab by scrubbing with a stiff fiber brush. New concrete shall be placed while the bonding grout is still tacky.C.Conveying Concrete: Convey concrete from mixer to final place of deposit by a method which will prevent segregation. Method of conveying concrete subject to approval of Resident Engineer.D.Placing: For special requirements see Paragraphs, HOT WEATHER and COLD WEATHER.1.Do not place concrete when weather conditions prevent proper placement and consolidation, or when concrete has attained its initial set, or has contained its water or cement content more than 1 1/2 hours.2.Deposit concrete in forms as near as practicable in its final position. Prevent splashing of forms or reinforcement with concrete in advance of placing concrete.3.Do not drop concrete freely more than 3000 mm (10 feet) for concrete containing the high-range water-reducing admixture (superplasticizer) or 1500 mm (5 feet) for conventional concrete. Where greater drops are required, use a tremie or flexible spout (canvas elephant trunk), attached to a suitable hopper.4.Discharge contents of tremies or flexible spouts in horizontal layers not exceeding 500 mm (20 inches) in thickness, and space tremies such as to provide a minimum of lateral movement of concrete.5.Continuously place concrete until an entire unit between construction joints is placed. Rate and method of placing concrete shall be such that no concrete between construction joints will be deposited upon or against partly set concrete, after its initial set has taken place, or after 45 minutes of elapsed time during concrete placement.6.On bottom of members with severe congestion of reinforcement, deposit 25 mm (1 inch) layer of flowing concrete containing the specified high-range water-reducing admixture (superplasticizer). Successive concrete lifts may be a continuation of this concrete or concrete with a conventional slump.7.Concrete on metal deck:a.Concrete on metal deck shall be minimum thickness shown. Allow for deflection of steel beams and metal deck under the weight of wet concrete in calculating concrete quantities for slab.1)The Contractor shall become familiar with deflection characteristics of structural frame to include proper amount of additional concrete due to beam/deck deflection.E.Consolidation: Conform to ACI 309. Immediately after depositing, spade concrete next to forms, work around reinforcement and into angles of forms, tamp lightly by hand, and compact with mechanical vibrator applied directly into concrete at approximately 450 mm (18 inch) intervals. Mechanical vibrator shall be power driven, hand operated type with minimum frequency of 5000 cycles per minute having an intensity sufficient to cause flow or settlement of concrete into place. Vibrate concrete to produce thorough compaction, complete embedment of reinforcement and concrete of uniform and maximum density without segregation of mix. Do not transport concrete in forms by vibration.1.Use of form vibration shall be approved only when concrete sections are too thin or too inaccessible for use of internal vibration.2.Carry on vibration continuously with placing of concrete. Do not insert vibrator into concrete that has begun to set.3.8 HOT WEATHER:Follow the recommendations of ACI 305 or as specified to prevent problems in the manufacturing, placing, and curing of concrete that can adversely affect the properties and serviceability of the hardened concrete. Methods proposed for cooling materials and arrangements for protecting concrete shall be made in advance of concrete placement and approved by Resident Engineer.3.9 COLD WEATHER:Follow the recommendations of ACI 306 or as specified to prevent freezing of concrete and to permit concrete to gain strength properly. Use only the specified non-corrosive, non-chloride accelerator. Do not use calcium chloride, thiocyantes or admixtures containing more than 0.05 percent chloride ions. Methods proposed for heating materials and arrangements for protecting concrete shall be made in advance of concrete placement and approved by Resident Engineer.3.10 PROTECTION AND CURING:A.Conform to ACI 308: Initial curing shall immediately follow the finishing operation. Protect exposed surfaces of concrete from premature drying, wash by rain and running water, wind, mechanical injury, and excessively hot or cold temperatures. Keep concrete not covered with membrane or other curing material continuously wet for at least 7 days after placing, except wet curing period for high-early-strength concrete shall be not less than 3 days. Keep wood forms continuously wet to prevent moisture loss until forms are removed. Cure exposed concrete surfaces as described below. Other curing methods may be used if approved by Resident Engineer.1.Liquid curing and sealing compounds: Apply by power-driven spray or roller in accordance with the manufacturer’s instructions. Apply immediately after finishing. Maximum coverage 10m2/L (400 square feet per gallon) on steel troweled surfaces and 7.5m2/L (300 square feet per gallon) on floated or broomed surfaces for the curing/sealing compound.2.Plastic sheets: Apply as soon as concrete has hardened sufficiently to prevent surface damage. Utilize widest practical width sheet and overlap adjacent sheets 50 mm (2 inches). Tightly seal joints with tape.3.Paper: Utilize widest practical width paper and overlap adjacent sheets 50 mm (2 inches). Tightly seal joints with sand, wood planks, pressuresensitive tape, mastic or glue.3.11 REMOVAL OF FORMS:A.Remove in a manner to assure complete safety of structure after the following conditions have been met.1.Where structure as a whole is supported on shores, forms for beams and girder sides, columns, and similar vertical structural members may be removed after 24 hours, provided concrete has hardened sufficiently to prevent surface damage and curing is continued without any lapse in time as specified for exposed surfaces.2.Take particular care in removing forms of architectural exposed concrete to insure surfaces are not marred or gouged, and that corners and arises are true, sharp and unbroken.B.Control Test: Use to determine if the concrete has attained sufficient strength and curing to permit removal of supporting forms. Cylinders required for control tests taken in accordance with ASTM C172, molded in accordance with ASTM C31, and tested in accordance with ASTM C39. Control cylinders cured and protected in the same manner as the structure they represent. Supporting forms or shoring not removed until strength of control test cylinders have attained at least 70 percent of minimum 28day compressive strength specified. For post-tensioned systems supporting forms and shoring not removed until stressing is completed. Exercise care to assure that newly unsupported portions of structure are not subjected to heavy construction or material loading.C.Reshoring: Reshoring is required if superimposed load plus dead load of the floor exceeds the capacity of the floor at the time of loading. In addition, for flat slab/plate, reshoring is required immediately after stripping operations are complete and not later than the end of the same day. Reshoring accomplished in accordance with ACI 347 at no additional cost to the Government.3.12 CONCRETE SURFACE PREPARATION:A.Metal Removal: Unnecessary metal items cut back flush with face of concrete members.B.Patching: Maintain curing and start patching as soon as forms are removed. Do not apply curing compounds to concrete surfaces requiring patching until patching is completed. Use cement mortar for patching of same composition as that used in concrete. Use white or gray Portland cement as necessary to obtain finish color matching surrounding concrete. Thoroughly clean areas to be patched. Cut out honeycombed or otherwise defective areas to solid concrete to a depth of not less than 25 mm (1 inch). Cut edge perpendicular to surface of concrete. Saturate with water area to be patched, and at least 150 mm (6 inches) surrounding before placing patching mortar. Give area to be patched a brush coat of cement grout followed immediately by patching mortar. Cement grout composed of one part Portland cement, 1.5 parts fine sand, bonding admixture, and water at a 50:50 ratio, mix to achieve consistency of thick paint. Mix patching mortar approximately 1 hour before placing and remix occasionally during this period without addition of water. Compact mortar into place and screed slightly higher than surrounding surface. After initial shrinkage has occurred, finish to match color and texture of adjoining surfaces. Cure patches as specified for other concrete. Fill form tie holes which extend entirely through walls from unexposed face by means of a pressure gun or other suitable device to force mortar through wall. Wipe excess mortar off exposed face with a cloth.C.Upon removal of forms, clean vertical concrete surface that is to receive bonded applied cementitious application with wire brushes or by sand blasting to remove unset material, laitance, and loose particles to expose aggregates to provide a clean, firm, granular surface for bond of applied finish.3.13 CONCRETE FINISHES:A.Vertical and Overhead Surface Finishes:1.Unfinished areas: Vertical and overhead concrete surfaces exposed in pipe basements, elevator and dumbwaiter shafts, pipe spaces, pipe trenches, above suspended ceilings, manholes, and other unfinished areas will not require additional finishing.2.Interior and exterior exposed areas to be painted: Remove fins, burrs and similar projections on surfaces flush, and smooth by mechanical means approved by Resident Engineer, and by rubbing lightly with a fine abrasive stone or hone. Use ample water during rubbing without working up a lather of mortar or changing texture of concrete.3.Interior and exterior exposed areas finished: Give a grout finish of uniform color and smooth finish treated as follows:a.After concrete has hardened and laitance, fins and burrs removed, scrub concrete with wire brushes. Clean stained concrete surfaces by use of a hone stone.b.Apply grout composed of one part of Portland cement, one part fine sand, smaller than a 600 ?m (No. 30) sieve. Work grout into surface of concrete with cork floats or fiber brushes until all pits, and honeycombs are filled.c.After grout has hardened slightly, but while still plastic, scrape grout off with a sponge rubber float and, about 1 hour later, rub concrete vigorously with burlap to remove any excess grout remaining on surfaces.d.In hot, dry weather use a fog spray to keep grout wet during setting period. Complete finish of area in same day. Make limits of finished areas at natural breaks in wall surface. Leave no grout on concrete surface overnight.4.Textured: Finish as specified. Maximum quantity of patched area 0.2 m2 (2 square feet) in each 93 m2 (1000 square feet) of textured surface.B.Slab Finishes:1.Monitoring and Adjustment: Provide continuous cycle of placement, measurement, evaluation and adjustment of procedures to produce slabs within specified tolerances. Monitor elevations of structural steel in key locations before and after concrete placement to establish typical deflection patterns for the structural steel. Determine elevations of cast-in-place slab soffits prior to removal of shores. Provide information to Resident Engineer and floor consultant for evaluation and recommendations for subsequent placements.2.Set perimeter forms to serve as screed using either optical or laser instruments. For slabs on grade, wet screeds may be used to establish initial grade during strike-off, unless Resident Engineer determines that the method is proving insufficient to meet required finish tolerances and directs use of rigid screed guides. Where wet screeds are allowed, they shall be placed using grade stakes set by optical or laser instruments. Use rigid screed guides, as opposed to wet screeds, to control strike-off elevation for all types of elevated (non slab-on-grade) slabs. Divide bays into halves or thirds by hard screeds. Adjust as necessary where monitoring of previous placements indicates unshored structural steel deflections to other than a level profile.3.Place slabs monolithically. Once slab placement commences, complete finishing operations within same day. Slope finished slab to floor drains where they occur, whether shown or not.4.Use straightedges specifically made for screeding, such as hollow magnesium straightedges or power strike-offs. Do not use pieces of dimensioned lumber. Strike off and screed slab to a true surface at required elevations. Use optical or laser instruments to check concrete finished surface grade after strike-off. Repeat strike-off as necessary. Complete screeding before any excess moisture or bleeding water is present on surface. Do not sprinkle dry cement on the surface.5.Immediately following screeding, and before any bleed water appears, use a 3000 mm (10 foot) wide highway straightedge in a cutting and filling operation to achieve surface flatness. Do not use bull floats or darbys, except that darbying may be allowed for narrow slabs and restricted spaces.6.Wait until water sheen disappears and surface stiffens before proceeding further. Do not perform subsequent operations until concrete will sustain foot pressure with maximum of 6 mm (1/4 inch) indentation.7.Scratch Finish: Finish base slab to receive a bonded applied cementitious application as indicated above, except that bull floats and darbys may be used. Thoroughly coarse wire broom within two hours after placing to roughen slab surface to insure a permanent bond between base slab and applied materials.8.Float Finish: Slabs to receive unbonded toppings, steel trowel finish, fill, mortar setting beds, or a built-up roof, and ramps, stair treads, platforms (interior and exterior), and equipment pads shall be floated to a smooth, dense uniform, sandy textured finish. During floating, while surface is still soft, check surface for flatness using a 3000 mm (10 foot) highway straightedge. Correct high spots by cutting down and correct low spots by filling in with material of same composition as floor finish. Remove any surface projections and re-float to a uniform texture.9.Steel Trowel Finish: Concrete surfaces to receive resilient floor covering or carpet, monolithic floor slabs to be exposed to view in finished work, future floor roof slabs, applied toppings, and other interior surfaces for which no other finish is indicated. Steel trowel immediately following floating. During final troweling, tilt steel trowel at a slight angle and exert heavy pressure to compact cement paste and form a dense, smooth surface. Finished surface shall be smooth, free of trowel marks, and uniform in texture and appearance.10.Broom Finish: Finish exterior slabs, ramps, and stair treads with a bristle brush moistened with clear water after surfaces have been floated. Brush in a direction transverse to main traffic. Match texture approved by Resident Engineer from sample panel.11.Finished slab flatness (FF) and levelness (FL) values comply with the following minimum requirements:a.Areas covered with carpeting, or not specified otherwise in b. below:1)Slab on Grade:a)Specified overall valueFF 25/FL 20b)Minimum local valueFF 17/FL 152)Level suspended slabs (shored until after testing) and topping slabs:a)Specified overall valueFF 25/FL 20b)Minimum local valueFF 17/FL 153)Unshored suspended slabs:a)Specified overall valueFF 25b)Minimum local valueFF 174)Level tolerance such that 80 percent of all points fall within a 20 mm (3/4 inch) envelope +10 mm, -10 mm (+3/8 inch, -3/8 inch) from the design elevation.b.Areas that will be exposed, receive thin-set tile or resilient flooring, or roof areas designed as future floors:1)Slab on grade:a)Specified overall valueFF 36/FL 20b)Minimum local valueFF 24/FL 152)Level suspended slabs (shored until after testing) and topping slabsa)Specified overall valueFF 30/FL 20b)Minimum local valueFF 24/FL 153)Unshored suspended slabs:a)Specified overall valueFF 30b)Minimum local valueFF 244)Level tolerance such that 80 percent of all points fall within a 20 mm (3/4 inch) envelope +10 mm, -10 mm (+3/8 inch, -3/8 inch) from the design elevation.c."Specified overall value" is based on the composite of all measured values in a placement derived in accordance with ASTM E1155.d."Minimum local value" (MLV) describes the flatness or levelness below which repair or replacement is required. MLV is based on the results of an individual placement and applies to a minimum local area. Minimum local area boundaries may not cross a construction joint or expansion joint. A minimum local area will be bounded by construction and/or control joints, or by column lines and/or half-column lines, whichever is smaller.12.Measurementsa.Department of Veterans Affairs retained testing laboratory will take measurements as directed by Resident Engineer, to verify compliance with FF, FL, and other finish requirements. Measurements will occur within 72 hours after completion of concrete placement (weekends and holidays excluded). Make measurements before shores or forms are removed to insure the "as-built" levelness is accurately assessed. Profile data for above characteristics may be collected using a laser level or any Type II apparatus (ASTM E1155, "profileograph" or "dipstick"). Contractor's surveyor shall establish reference elevations to be used by Department of Veterans Affairs retained testing laboratory.b.Contractor not experienced in using FF and FL criteria is encouraged to retain the services of a floor consultant to assist with recommendations concerning adjustments to slab thicknesses, finishing techniques, and procedures on measurements of the finish as it progresses in order to achieve the specific flatness and levelness numbers.13.Acceptance/ Rejection:a.If individual slab section measures less than either of specified minimum local FF/FL numbers, that section shall be rejected and remedial measures shall be required. Sectional boundaries may be set at construction and contraction (control) joints, and not smaller than one-half bay.b.If composite value of entire slab installation, combination of all local results, measures less than either of specified overall FF/FL numbers, then whole slab shall be rejected and remedial measures shall be required.14.Remedial Measures for Rejected Slabs: Correct rejected slab areas by grinding, planning, surface repair with underlayment compound or repair topping, retopping, or removal and replacement of entire rejected slab areas, as directed by Resident Engineer, until a slab finish constructed within specified tolerances is accepted.3.14 SURFACE TREATMENTS:A.Use on exposed concrete floors and concrete floors to receive carpeting except those specified to receive non-slip finish.B.Liquid Densifier/Sealer: Apply in accordance with manufacturer's directions just prior to completion of construction.C.Non-Slip Finish: Except where safety nosing and tread coverings are shown, apply non-slip abrasive aggregate to treads and platforms of concrete steps and stairs, and to surfaces of exterior concrete ramps and platforms. Broadcast aggregate uniformly over concrete surface at rate of application of 8% per 1/10th m2 (7.5 percent per square foot) of area. Trowel concrete surface to smooth dense finish. After curing, rub treated surface with abrasive brick and water to slightly expose abrasive aggregate.3.15 APPLIED TOPPING:A.Separate concrete topping on floor base slab of thickness and strength shown. Topping mix shall have a maximum slump of 200 mm (8 inches) for concrete containing a high-range water-reducing admixture (superplasticizer) and 100 mm (4 inches) for conventional mix. Neatly bevel or slope at door openings and at slabs adjoining spaces not receiving an applied finish.B.Placing: Place continuously until entire section is complete, struck off with straightedge, leveled with a highway straightedge or highway bull float, floated and troweled by machine to a hard dense finish. Slope to floor drains as required. Do not start floating until free water has disappeared and no water sheen is visible. Allow drying of surface moisture naturally. Do not hasten by "dusting" with cement or sand.3.16 RESURFACING FLOORS:Remove existing flooring areas to receive resurfacing to expose existing structural slab and extend not less than 25 mm (1 inch) below new finished floor level. Prepare exposed structural slab surface by roughening, broom cleaning, and dampening. Apply specified bonding grout. Place topping while the bonding grout is still tacky.3.17 RETAINING WALLS:A.Use airentrained concrete.B.Expansion and contraction joints, waterstops, weep holes, reinforcement and railing sleeves installed and constructed as shown.C.Exposed surfaces finished to match adjacent concrete surfaces, new or existing.D.Place porous backfill as shown.3.18 PRECAST CONCRETE ITEMS:Precast concrete items, not specified elsewhere. Cast using 25 MPa (3000 psi) airentrained concrete to shapes and dimensions shown. Finish to match corresponding adjacent concrete surfaces. Reinforce with steel for safe handling and erection. E N DSketch 1-396621001143000004095752969895001752600577977000NOT TO SCALE-39662100114300000Sketch 257912001230630004543425134493000NOT TO SCALESketch 3NOT TO SCALESketch 4NOT TO SCALE ................
................

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

Google Online Preview   Download