Www.vendorportal.ecms.va.gov



TC "SECTION A" \l 1TC "A.1 SF 1449 SOLICITATION/CONTRACT/ORDER FOR COMMERCIAL ITEMS" \l 2PAGE 1 OF1. REQUISITION NO. 2. CONTRACT NO.3. AWARD/EFFECTIVE DATE4. ORDER NO.5. SOLICITATION NUMBER6. SOLICITATION ISSUE DATEa. NAMEb. TELEPHONE NO. (No Collect Calls)8. OFFER DUE DATE/LOCALTIME9. ISSUED BYCODE10. THIS ACQUISITION IS UNRESTRICTED ORSET ASIDE: % FOR:SMALL BUSINESSHUBZONE SMALLBUSINESSSERVICE-DISABLEDVETERAN-OWNEDSMALL BUSINESSWOMEN-OWNED SMALL BUSINESS(WOSB) ELIGIBLE UNDER THE WOMEN-OWNEDSMALL BUSINESS PROGRAMEDWOSB8(A)NAICS:SIZE STANDARD:11. DELIVERY FOR FOB DESTINA-TION UNLESS BLOCK ISMARKEDSEE SCHEDULE12. DISCOUNT TERMS 13a. THIS CONTRACT IS A RATED ORDER UNDERDPAS (15 CFR 700)13b. RATING14. METHOD OF SOLICITATIONRFQIFBRFP15. DELIVER TO CODE16. ADMINISTERED BYCODE17a. CONTRACTOR/OFFERORCODEFACILITY CODE18a. PAYMENT WILL BE MADE BYCODETELEPHONE NO.DUNS:DUNS+4:PHONE:FAX:17b. CHECK IF REMITTANCE IS DIFFERENT AND PUT SUCH ADDRESS IN OFFER18b. SUBMIT INVOICES TO ADDRESS SHOWN IN BLOCK 18a UNLESS BLOCK BELOW IS CHECKEDSEE ADDENDUM19.20.21.22.23.24.ITEM NO.SCHEDULE OF SUPPLIES/SERVICESQUANTITYUNITUNIT PRICEAMOUNT(Use Reverse and/or Attach Additional Sheets as Necessary)25. ACCOUNTING AND APPROPRIATION DATA26. TOTAL AWARD AMOUNT (For Govt. Use Only)27a. SOLICITATION INCORPORATES BY REFERENCE FAR 52.212-1, 52.212-4. FAR 52.212-3 AND 52.212-5 ARE ATTACHED. ADDENDAAREARE NOT ATTACHED.27b. CONTRACT/PURCHASE ORDER INCORPORATES BY REFERENCE FAR 52.212-4. FAR 52.212-5 IS ATTACHED. ADDENDAAREARE NOT ATTACHED28. CONTRACTOR IS REQUIRED TO SIGN THIS DOCUMENT AND RETURN _______________ 29. AWARD OF CONTRACT: REF. ___________________________________ OFFERCOPIES TO ISSUING OFFICE. CONTRACTOR AGREES TO FURNISH AND DATED ________________________________. YOUR OFFER ON SOLICITATION DELIVER ALL ITEMS SET FORTH OR OTHERWISE IDENTIFIED ABOVE AND ON ANY (BLOCK 5), INCLUDING ANY ADDITIONS OR CHANGES WHICH ARE ADDITIONAL SHEETS SUBJECT TO THE TERMS AND CONDITIONS SPECIFIEDSET FORTH HEREIN IS ACCEPTED AS TO ITEMS:30a. SIGNATURE OF OFFEROR/CONTRACTOR31a. UNITED STATES OF AMERICA (SIGNATURE OF CONTRACTING OFFICER)30b. NAME AND TITLE OF SIGNER (TYPE OR PRINT)30c. DATE SIGNED31b. NAME OF CONTRACTING OFFICER (TYPE OR PRINT)31c. DATE SIGNEDAUTHORIZED FOR LOCAL REPRODUCTION(REV. 2/2012)PREVIOUS EDITION IS NOT USABLEPrescribed by GSA - FAR (48 CFR) 53.2127. FOR SOLICITATIONINFORMATION CALL:STANDARD FORM 1449OFFEROR TO COMPLETE BLOCKS 12, 17, 23, 24, & 30SOLICITATION/CONTRACT/ORDER FOR COMMERCIAL ITEMS1758987-000007VA786-17-R-020403-14-2017Anthony Q. Hawley anthony.hawley@540-658-721103-26-20174PM EST43C1Department of Veterans AffairsNCA Contracting Service75 Barrett Heights Road, Suite 309Stafford VA 22556100x561730N/AXDepartment of Veterans AffairsNational Cemetery AdministrationLos Angeles National CemeteryLos Angeles CA 9004943C1Department of Veterans AffairsNCA Contracting Service75 Barrett Heights Road, Suite 309Stafford VA 22556 Department of Veterans AffairsFinancial Services CenterP.O. Box 149971customer-campaiAIRS/ TX 78714-8971See CONTINUATION PageThe contractor shall provide all supervision, labor,equipment, materials, and supplies necessary to provideInterments, Inurnments, and Grounds and Facility MaintenanceServices at the Los Angeles National Cemetery. Pleasereference the SOW for all deliverables/requirements.Site Visit: There is one organized site visit scheduled forMonday March 20, 2017 at 11:00 a.m. (PST)COR: Joseph IraldoProposals Due: March 26, 2017 at 4:00 p.m. (EST)Questions shall be emailed to anthony.hawley@ by5:00 p.m. (EST) Wednesday March 22, 2017.SUBMIT PROPOSAL VIA VA eCMS VENDOR PORTAL WEBSITE AT IS A 100% SET ASIDE FOR SERVICE DISABLED VETERAN OWNEDSMALL BUSINESSES (SDVOSB).See CONTINUATION PageXXTable of Contents TOC \o "1-4" \f \h \z \u \x SECTION A PAGEREF _Toc477282160 \h 1A.1 SF 1449 SOLICITATION/CONTRACT/ORDER FOR COMMERCIAL ITEMS PAGEREF _Toc477282161 \h 1SECTION B - CONTINUATION OF SF 1449 BLOCKS PAGEREF _Toc477282162 \h 4B.1 CONTRACT ADMINISTRATION PAGEREF _Toc477282163 \h 4B.2 PRICE SCHEDULE PAGEREF _Toc477282164 \h 6B.3 STATEMENT OF WORK PAGEREF _Toc477282165 \h 24SECTION C - CONTRACT CLAUSES PAGEREF _Toc477282167 \h 111C.1 52.219-14 LIMITATIONS ON SUBCONTRACTING (NOV 2011) PAGEREF _Toc477282168 \h 111C.2 SBA ACT 8 (d) (13) (B) PAGEREF _Toc477282169 \h 111C.3 DIGNITY CLAUSE FOR NCA CONTRACTS PAGEREF _Toc477282170 \h 111C.4 52.212-4 CONTRACT TERMS AND CONDITIONS—COMMERCIAL ITEMS (MAY 2015) PAGEREF _Toc477282171 \h 112C.5 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) PAGEREF _Toc477282172 \h 118C.6 52.228-5 INSURANCE—WORK ON A GOVERNMENT INSTALLATION (JAN 1997) PAGEREF _Toc477282173 \h 119C.7 52.203-99 PROHIBITION ON CONTRACTING WITH ENTITIES THAT REQUIRE CERTAIN INTERNAL CONFIDENTIALITY AGREEMENTS (DEVIATION) (FEB 2015) PAGEREF _Toc477282174 \h 119C.8 52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT (MAR 2000) PAGEREF _Toc477282175 \h 120C.9 SUPPLEMENTAL INSURANCE REQUIREMENTS PAGEREF _Toc477282176 \h 120C.10 52.232-19 AVAILABILITY OF FUNDS FOR THE NEXT FISCAL YEAR (APR 1984) PAGEREF _Toc477282177 \h 121C.11 VAAR 852.203-70 COMMERCIAL ADVERTISING (JAN 2008) PAGEREF _Toc477282178 \h 121C.12 VAAR 852.203-71 DISPLAY OF DEPARTMENT OF VETERAN AFFAIRS HOTLINE POSTER (DEC 1992) PAGEREF _Toc477282179 \h 121C.13 VAAR 852.219-10 VA NOTICE OF TOTAL SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESS SET-ASIDE (JUL 2016)(DEVIATION) PAGEREF _Toc477282180 \h 121C.14 VAAR 852.232-72 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS (NOV 2012) PAGEREF _Toc477282181 \h 122C.15 VAAR 852.237-70 CONTRACTOR RESPONSIBILITIES (APR 1984) PAGEREF _Toc477282182 \h 123C.16 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS—COMMERCIAL ITEMS (JAN 2017) PAGEREF _Toc477282183 \h 124SECTION D - CONTRACT DOCUMENTS, EXHIBITS, OR ATTACHMENTS PAGEREF _Toc477282184 \h 131D.1 ATTACHMENT 1 - U.S. DEPARTMENT OF LABOR WAGE DETERMINATION (SERVICE CONTRACT ACT) PAGEREF _Toc477282185 \h 131D.2 ATTACHMENT 2 – PAST PERFORMANCE QUESTIONNAIRE PAGEREF _Toc477282186 \h 141SECTION E - SOLICITATION PROVISIONS PAGEREF _Toc477282187 \h 143E.1 52.212-1 INSTRUCTIONS TO OFFERORS—COMMERCIAL ITEMS (OCT 2015) PAGEREF _Toc477282188 \h 143ADDENDUM TO 52.212-1 INSTRUCTIONS TO OFFERORS--COMMERCIAL ITEMS (FEB 2012) PAGEREF _Toc477282189 \h 148E.2 52.212-2 EVALUATION—COMMERCIAL ITEMS (OCT 2014) PAGEREF _Toc477282190 \h 149E.3 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS—COMMERCIAL ITEMS (DEC 2016) PAGEREF _Toc477282191 \h 152E.4 52.209-5 CERTIFICATION REGARDING RESPONSIBILITY MATTERS (OCT 2015) PAGEREF _Toc477282192 \h 170E.5 52.203-98 PROHIBITION ON CONTRACTING WITH ENTITIES THAT REQUIRE CERTAIN INTERNAL CONFIDENTIALITY AGREEMENTS—REPRESENTATION (DEVIATION) (FEB 2015) PAGEREF _Toc477282193 \h 172E.6 52.209-5 REPRESENTATION BY CORPORATIONS REGARDING AN UNPAID TAX LIABILITY OR A FELONY CONVICTION UNDER ANY FEDERAL LAW (DEVIATION)(MAR 2012) PAGEREF _Toc477282194 \h 172E.7 52.209-7 INFORMATION REGARDING RESPONSIBILITY MATTERS (JUL 2013) PAGEREF _Toc477282195 \h 173E.8 52.216-1 TYPE OF CONTRACT (APR 1984) PAGEREF _Toc477282196 \h 174E.9 52.233-2 SERVICE OF PROTEST (SEP 2006) PAGEREF _Toc477282197 \h 174E.10 VAAR 852.233-70 PROTEST CONTENT/ALTERNATIVE DISPUTE RESOLUTION (JAN 2008) PAGEREF _Toc477282198 \h 174E.11 VAAR 852.270-1 REPRESENTATIVES OF CONTRACTING OFFICERS (JAN 2008) PAGEREF _Toc477282199 \h 175SECTION B - CONTINUATION OF SF 1449 BLOCKSB.1 CONTRACT ADMINISTRATIONAll contract administration matters will be handled by the following:CONTRACTOR: GOVERNMENT: Department of Veterans AffairsNational Cemetery AdministrationContracting Service (43C1)75 Barrett Heights Road, Suite 309Stafford, VA 22556 CONTRACTOR REMITTANCE ADDRESS: All payments by the Government to the contractor will be made in accordance with: [X] 52.232-34, Payment by Electronic Funds Transfer - Other Than System for Award ManagementINVOICES: Invoices shall be submitted in arrears for cumulative work performed no more frequently than weekly within thirty (30) calendar days after the contractor has completed the work and the Government has accepted the items / services rendered.Invoices shall be submitted electronically.Contractors shall not invoice for single orders of a shipment. Shipments will be invoiced for the complete shipment when completed and accepted by the Government.Required Contents of Invoice: If any information below is missing from an invoice, the invoice shall be subject to being rejected and returned for revision.Contractor Information (Name, Complete Address, Telephone Number)Date of InvoiceUnique Invoice NumberEach invoice may be submitted only once. If the need exists to submit a corrected invoice, the original invoice number should be noted with “COR” added at the end of the invoice number on the revised invoice. Where possible, CORRECTED INVOICE shall be clearly notedContract / Purchase Order Number (Only one contract / purchase order may be included on each invoice submitted)Shipment Number (If there is not enough space on an invoice, an attachment to the invoice shall list the Shipment Number(s)Cemetery NameUnit CostTotal Dollar Amount InvoicedCertificate of ConformanceThis certifies that (Contractor’s Name) furnished the above listed supplies or services called for by the above listed purchase order number in accordance with all applicable requirements. We further certify that the supplies or services are the quality specified and conform in all respects with the contract ERNMENT INVOICE ADDRESS: All invoices from the contractor shall be submitted electronically in accordance with VAAR Clause 852.232-72 Electronic Submission of Payment Requests.Department of Veterans AffairsFinancial Services Center (FSC)P.O. Box 149971Austin, Texas 78714customer-campaiAIRS/ SOLICITATIONS: Proposals for furnishing the supplies or services in the Schedule will be received at the address specified in Block 9 of SF 1449, or if hand carried, to the address shown in block 9, until the date and time specified in Block 8. CAUTION - LATE Submissions, Modifications, and Withdrawals: See provision 52.212-1. All offers are subject to all terms and conditions of this solicitation. The pre-award question and answer period commences on March 14, 2017 and concludes on March 22, 2017 by 5:00 P.M. (EST). Email questions to anthony.hawley@ACKNOWLEDGEMENT OF AMENDMENTS: The offeror acknowledges receipt of amendments to the Solicitation numbered and dated as follows:AMENDMENT NUMBERDATEMISSING PAGES: It is the responsibility of the offeror to examine this solicitation to verify that he or she has received all pages. In addition, in compiling this package, some pages may have been duplicated. If the offeror feels that pages are missing or duplicated, the offeror is encouraged to contact the Contracting Officer at the telephone number shown in Block 7B, Standard Form 1449, Solicitation / Contract / Order for Commercial Items.ORDER PROCESSING SEQUENCE: The Department of Veterans Affairs, National Cemetery Administration, Contracting Service (43C1), is the only activity authorized to issue orders under this contract.NOTICE TO PROSPECTIVE CONTRACTOR(S): Prospective awardees MUST be registered with the System for Award Management (SAM )at , PRIOR TO AWARD and through final payment, and must complete the Online Representations and Certifications Application (ORCA) at prior to award and through final payment. CONTRACT WILL NOT BE AWARDED UNTIL SAM REGISTRATION HAS BEEN COMPLETED. This is a 100% SDVOSB set-aside. Therefore, prospective awardees MUST also be registered within the Vendor Information Pages (VIP) and the Verification Case Management System (VCMS) via . () PRIOR TO AWARD.B.2 PRICE SCHEDULEPRICE SCHEDULE: The contractor shall provide all labor, materials, equipment, tools, and supplies to perform interments, inurnments, and grounds and facility maintenance services at Los Angeles National Cemetery, 950 S. Sepulveda Blvd, Los Angeles CA 90049. All work shall be performed in accordance the Description/Specifications/Statement of Work, contained in this contract; National Cemetery Administration National Shrine Commitment Operational Standards and Measures (Version 5.1 July 2014,or the most current version); Handbook 3120: Interment Area Layout; Handbook 3130: Interments in VA National Cemeteries; Handbook 3410: Integrated Pest Management Procedures for VA National Cemeteries; Handbook 3420: Turfgrass Maintenance in VA National Cemeteries; the most current Organizational Analysis and Improvement Guide (OAI); and in accordance with the NCA Environmental Management System (EMS). Copies of these documents may be obtained from the cemetery director, Tom Ruck (Tel.:310-268-4030).The base contract performance period is from April 1, 2017 (or Date of Award), through March 31, 2018 with four (4) one-year options. BASE PERIOD – APRIL 1, 2017 (or DATE OF AWARD) THROUGH MARCH 31, 2018CLINITEMEST. QTYUNITUNIT PRICETOTAL PRICEHeadstone Setting and AlignmentSetting New or Replacement Upright Headstones/ Upright Memorial Markers25each$ FORMTEXT ???? ?$ FORMTEXT ???? ?Setting New or Replacement Flat Markers25each$ FORMTEXT ???? ?$ FORMTEXT ???? ?Headstone Removal, Break-up and Disposal50each$ FORMTEXT ???? ?$ FORMTEXT ???? ?Upright Headstone “Bump & Run”250each$ FORMTEXT ???? ?$ FORMTEXT ???? ?TOTAL 0001$ FORMTEXT ???? ?Headstone Cleaning and MaintenanceUpright Headstone Cleaning0each$ FORMTEXT ???? ?$ FORMTEXT ???? ?Flat Marker Cleaning0each$ FORMTEXT ???? ?$ FORMTEXT ???? ?Private Monument /Memorial Marker Cleaning0each$ FORMTEXT ???? ?$ FORMTEXT ???? ?Headstone Bird Dropping Removal0each$ FORMTEXT ???? ?$ FORMTEXT ???? ?TOTAL 0002$ FORMTEXT ???? ?Headstone Raise, Lower, Re-align & ResetRaise and Re-align Upright Headstones/Memorial Markers50each$ FORMTEXT ???? ?$ FORMTEXT ???? ?Raise and Re-align Flat Markers200each$ FORMTEXT ???? ?$ FORMTEXT ???? ?TOTAL 0003$ FORMTEXT ???? ?Gravesite Maintenance0Sunken Grave Repair– Full Casket Gravesite100each$ FORMTEXT ???? ?$ FORMTEXT ???? ?Sunken Grave Repair – Cremain Gravesite100each$ FORMTEXT ???? ?$ FORMTEXT ???? ?TOTAL 0004$ FORMTEXT ???? ?Cemetery Grounds Management PlanDaily, weekly, monthly Grounds Maintenance Schedule showing frequency of all activities for the contract year, including monthly updates.6months$ FORMTEXT ???? ?$ FORMTEXT ???? ?TOTAL 0005Turf RenovationVegetation Removal12,500sq-ft$ FORMTEXT ???? ?$ FORMTEXT ???? ?Soil Preparation for Turf12,500sq-ft$ FORMTEXT ???? ?$ FORMTEXT ???? ?Turf Renovation by Sod12,500sq-ft$ FORMTEXT ???? ?$ FORMTEXT ???? ?Turf Renovation by Seed5,000sq-ft$ FORMTEXT ???? ?$ FORMTEXT ???? ?Soil Prep and Sodding of Full Casket Gravesites25each$ FORMTEXT ???? ?$ FORMTEXT ???? ?Soil Prep and Sodding of Cremains Gravesites25each$ FORMTEXT ???? ?$ FORMTEXT ???? ?Overseeding by Slit Seeding12Acres$ FORMTEXT ???? ?$ FORMTEXT ???? ?TOTAL 0006$ FORMTEXT ???? ?Turf Maintenance – Fertilization$ FORMTEXT ???? ?Soil Testing and Recommendations4each$ FORMTEXT ???? ?$ FORMTEXT ???? ?Fertilizer Applications2jobs$ FORMTEXT ???? ?$ FORMTEXT ???? ?Soil Conditioner 1: (Gypsum) 107 Acres @ 1000#/A1job$ FORMTEXT ???? ?$ FORMTEXT ???? ?Soil Conditioner 3: (Humate) 107 Acres @ 750#/A0job$ FORMTEXT ???? ?$ FORMTEXT ???? ?TOTAL 0007$ FORMTEXT ???? ?Turf Maintenance – Pest ControlWeed Control – Post Emergent Herbicide (Broadcast & Spot Applications)6months$ FORMTEXT ???? ?$ FORMTEXT ???? ?Weed Control – Pre-Emergent Herbicide(1 job = 2 Split Applications)1job$ FORMTEXT ???? ?$ FORMTEXT ???? ?Invertebrate Pest Control6months$ FORMTEXT ???? ?$ FORMTEXT ???? ?Vertebrate Pest Control6months$ FORMTEXT ???? ?$ FORMTEXT ???? ?Repair of Landscape Damaged by Vertebrate Pests6months$ FORMTEXT ???? ?$ FORMTEXT ???? ?Repair and Protection of Irrigation Valve Boxes filled with Soil by Vertebrate Pests25each$ FORMTEXT ???? ?$ FORMTEXT ???? ?TOTAL 0008$ FORMTEXT ???? ?Turf Maintenance – Mowing, Trimming & EdgingCleaning Mowers to remove all Vegetation6months$ FORMTEXT ???? ?$ FORMTEXT ???? ?Mowing – Turf26jobs$ FORMTEXT ???? ?$ FORMTEXT ???? ?Trimming Upright Headstones/Memorial Markers20jobs$ FORMTEXT ???? ?$ FORMTEXT ???? ?Edging Flat Markers & Clipping Removal13jobs$ FORMTEXT ???? ?$ FORMTEXT ???? ?Edging Curbs/Sidewalks/Landscape Borders13jobs$ FORMTEXT ???? ?$ FORMTEXT ???? ?TOTAL 0009$ FORMTEXT ???? ?Turf Maintenance – AerificationAerification by Tine Aeration1job$ FORMTEXT ???? ?$ FORMTEXT ???? ?Aerification by Core Aerator 2jobs$ FORMTEXT ???? ?$ FORMTEXT ???? ?TOTAL 0010$ FORMTEXT ???? ?Turf Maintenance – TopdressingTopdressing (Fill tire ruts)1000lineal feet$ FORMTEXT ???? ?$ FORMTEXT ???? ?TOTAL 0011$ FORMTEXT ???? ?Turf Maintenance – DethatchingDethatching(Includes Kikuyugrass & Bermudagrass)10acres$ FORMTEXT ???? ?$ FORMTEXT ???? ?TOTAL 0012$ FORMTEXT ???? ?Tree, Shrub, Planting Bed MaintenanceShrub and Ground Cover Pruning/Trimming6months$ FORMTEXT ???? ?$ FORMTEXT ???? ?Tree Pruning/Trimming6months$ FORMTEXT ???? ?$ FORMTEXT ???? ?Tree Branch/Limb Disposal6months$ FORMTEXT ???? ?$ FORMTEXT ???? ?Pest Control1job$ FORMTEXT ???? ?$ FORMTEXT ???? ?Planting Bed Tilling1job$ FORMTEXT ???? ?$ FORMTEXT ???? ?Planting Bed Weed Control - Pre-Emergent 1job$ FORMTEXT ???? ?$ FORMTEXT ???? ?Planting Bed Weed Control - Post-Emergent / Manual Removal6months$ FORMTEXT ???? ?$ FORMTEXT ???? ?Developed Cemetery Vegetation Control6months$ FORMTEXT ???? ?$ FORMTEXT ???? ?Public Right-of-Way Vegetation Control6months$ FORMTEXT ???? ?$ FORMTEXT ???? ?Organic Mulch – Planting Beds, Tree Rings, and Open Ground Areas 1job$ FORMTEXT ???? ?$ FORMTEXT ???? ?Inorganic Mulch– Planting Beds, Decorative Rock surrounding Monuments/Flag Pole 1job$ FORMTEXT ???? ?$ FORMTEXT ???? ?Planting Bed Edger Maintenance 1job$ FORMTEXT ???? ?$ FORMTEXT ???? ?Tree Staking and Maintenance 1job$ FORMTEXT ???? ?$ FORMTEXT ???? ?Tree Deep Root Irrigation/Fertilization 1job$ FORMTEXT ???? ?$ FORMTEXT ???? ?Plant Fertilizing 1job$ FORMTEXT ???? ?$ FORMTEXT ???? ?Palm Tree Fertilization 1job$ FORMTEXT ???? ?$ FORMTEXT ???? ?TOTAL 0013$ FORMTEXT ???? ?Tree, Shrub & Groundcover PlantingTree Planting (15 gallon)10each$ FORMTEXT ???? ?$ FORMTEXT ???? ?Shrub Planting (5 gallon)20each$ FORMTEXT ???? ?$ FORMTEXT ???? ?Ground Cover Planting (1 gallon)40each$ FORMTEXT ???? ?$ FORMTEXT ???? ?Annual Color Planting (4” pots)128each$ FORMTEXT ???? ?$ FORMTEXT ???? ?TOTAL 0014$ FORMTEXT ???? ?Irrigation System ManagementManage and Maintain Irrigation System including Scheduling and Sprinkler Adjustments6months$ FORMTEXT ???? ?$ FORMTEXT ???? ?Irrigation Audit1job$ FORMTEXT ???? ?$ FORMTEXT ???? ?Turf Rotor Pressure Testing1job$ FORMTEXT ???? ?$ FORMTEXT ???? ?Irrigation Schedule1each$ FORMTEXT ???? ?$ FORMTEXT ???? ?TOTAL 0015$ FORMTEXT ???? ?Irrigation System Scheduled MaintenanceWeather Station Maintenance1job$ FORMTEXT ???? ?$ FORMTEXT ???? ?Backflow Preventer Testing and Certification0each$ FORMTEXT ???? ?$ FORMTEXT ???? ?Master Valve Testing13each$ FORMTEXT ???? ?$ FORMTEXT ???? ?Flow Meter Testing and Calibration13each$ FORMTEXT ???? ?$ FORMTEXT ???? ?Pressure-Regulating Valve Assembly Testing4job$ FORMTEXT ???? ?$ FORMTEXT ???? ?Air & Pressure Relief Valve Testing9each$ FORMTEXT ???? ?$ FORMTEXT ???? ?Isolation Valve Testing1job$ FORMTEXT ???? ?$ FORMTEXT ???? ?Blow-off Valve Testing2each$ FORMTEXT ???? ?$ FORMTEXT ???? ?Leak Detection2jobs$ FORMTEXT ???? ?$ FORMTEXT ???? ?Control System Maintenance1job$ FORMTEXT ???? ?$ FORMTEXT ???? ?Turf Rotor Head Maintenance1job$ FORMTEXT ???? ?$ FORMTEXT ???? ?Spray/MSR/Bubbler Head Maintenance1job$ FORMTEXT ???? ?$ FORMTEXT ???? ?TOTAL 0016$ FORMTEXT ???? ?Irrigation System Maintenance & RepairTurf Rotor Head Repair25each$ FORMTEXT ???? ?$ FORMTEXT ???? ?Turf Rotor Head Replacement50each$ FORMTEXT ???? ?$ FORMTEXT ???? ?Spray/Multi-Stream Rotary Head Repair25each$ FORMTEXT ???? ?$ FORMTEXT ???? ?Spray/Multi-Stream Rotary Replacement25each$ FORMTEXT ???? ?$ FORMTEXT ???? ?Bubbler Repair10each$ FORMTEXT ???? ?$ FORMTEXT ???? ?Deep Root Watering System Replacement10each$ FORMTEXT ???? ?$ FORMTEXT ???? ?Electric Valve Repair5each$ FORMTEXT ???? ?$ FORMTEXT ???? ?Electric Valve Replacement5each$ FORMTEXT ???? ?$ FORMTEXT ???? ?Quick Coupling Valve Replacement2each$ FORMTEXT ???? ?$ FORMTEXT ???? ?Control Wire Fault Location and Repair5each$ FORMTEXT ???? ?$ FORMTEXT ???? ?Communication Cable Fault Location and Repair2each$ FORMTEXT ???? ?$ FORMTEXT ???? ?Lateral Line Repair10each$ FORMTEXT ???? ?$ FORMTEXT ???? ?Mainline Repair5each$ FORMTEXT ???? ?$ FORMTEXT ???? ?Replace Broken Valve Box and Cover5each$ FORMTEXT ???? ?$ FORMTEXT ???? ?Replace Broken Cover on Valve Box 15each$ FORMTEXT ???? ?$ FORMTEXT ???? ?Miscellaneous Parts and Supplies1year$2,000.00$ FORMTEXT 2,000.00TOTAL 0017$ FORMTEXT ???? ?Drainage System MaintenanceRemove Debris from Catch Basins1job$ FORMTEXT ???? ?$ FORMTEXT ???? ?Remove Debris from Culverts/Pipes under Paving1job$ FORMTEXT ???? ?$ FORMTEXT ???? ?Clean Terrace Drains and Concrete Lined Channels6jobs$ FORMTEXT ???? ?$ FORMTEXT ???? ?Clean and Maintain Sump Pump at Wash Station1job$ FORMTEXT ???? ?$ FORMTEXT ???? ?TOTAL 0018Trash & Debris Removal (Waste Management)Plant Litter Collection and Removal6months$ FORMTEXT ???? ?$ FORMTEXT ???? ?Trash and Debris Collection and Removal0months$ FORMTEXT ???? ?$ FORMTEXT ???? ?Commercial Waste Collection and Disposal6months$ FORMTEXT ???? ?$ FORMTEXT ???? ?TOTAL 0019$ FORMTEXT ???? ?Pavement Sweeping and CleaningPower washing pavement surrounding Admin Bldg. Chapel, Brick and Concrete Entry Drive, and Brick Sidewalks0jobs$ FORMTEXT ???? ?$ FORMTEXT ???? ?Power sweeping of pavements including walkways, assembly area, roadways, parking lots, driveways, curb lines and gutters.6months$ FORMTEXT ???? ?$ FORMTEXT ???? ?Power washing of pavements including walkways, assembly area, roadways, parking lots, driveways, curb lines and gutters.0jobs$ FORMTEXT ???? ?$ FORMTEXT ???? ?TOTAL 0020$ FORMTEXT ???? ?Structure MaintenanceClean Main Entry Walls and Gates0jobs$ FORMTEXT ???? ?$ FORMTEXT ???? ?Clean Perimeter Walls Fences, and Gates0job$ FORMTEXT ???? ?$ FORMTEXT ???? ?Maintain Gate Hinges and Rollers0jobs$ FORMTEXT ???? ?$ FORMTEXT ???? ?Clean Rostrum Structure0jobs$ FORMTEXT ???? ?$ FORMTEXT ???? ?Clean War Memorials0jobs$ FORMTEXT ???? ?$ FORMTEXT ???? ?Clean Signage, Memorial Plaques and Insignia0jobs$ FORMTEXT ???? ?$ FORMTEXT ???? ?Clean and Maintain Flag Poles0jobs$ FORMTEXT ???? ?$ FORMTEXT ???? ?Maintain Exterior and Interior Lighting0months$ FORMTEXT ???? ?$ FORMTEXT ???? ?Clean Buildings Exteriors and Roofs0jobs$ FORMTEXT ???? ?$ FORMTEXT ???? ?Clean and Maintain Site Furnishings: seat walls, benches, trash receptacles, flower vase holders, flower vases, flower watering stations, statuary, bollards, and drinking fountains.0months$ FORMTEXT ???? ?$ FORMTEXT ???? ?Clean Solar Panels0job$ FORMTEXT ???? ?$ FORMTEXT ???? ?Pest Control (Buildings)0jobs$ FORMTEXT ???? ?Provide and Maintain Fire Extinguishers0job$ FORMTEXT ???? ?$ FORMTEXT ???? ?TOTAL 0021$ FORMTEXT ???? ?Janitorial ServiceJanitorial Duties: (Admin. Bldg., Chapel, Maintenance Bldg., Employee Break Room and Employee Restrooms) 0jobs$ FORMTEXT ???? ?$ FORMTEXT ???? ?Janitorial Duties: (Daily cleaning of Restrooms open to the Public). 0jobs$ FORMTEXT ???? ?$ FORMTEXT ???? ?Scrub & Wax Floor Tile in Columbarium, Employee Break Room, Maintenance Office and Restrooms.2jobs$ FORMTEXT ???? ?$ FORMTEXT ???? ?Shampoo all Carpets0jobs$ FORMTEXT ???? ?$ FORMTEXT ???? ?Wash all Windows2jobs$ FORMTEXT ???? ?TOTAL 0022$ FORMTEXT ???? ?Contractor ResponsibilitiesContractor’s Quality Control Plan (QCP)6months$ FORMTEXT ???? ?$ FORMTEXT ???? ?TOTAL 0023Total Cost for Base Year : $ FORMTEXT ???? ?OPTION YEAR 1 – APRIL 1, 2018 THROUGH MARCH 31, 2019CLINITEMEST. QTYUNITUNIT PRICETOTAL PRICEHeadstone Setting and AlignmentSetting New or Replacement Upright Headstones/ Upright Memorial Markers50each$ FORMTEXT ???? ?$ FORMTEXT ???? ?Setting New or Replacement Flat Markers50each$ FORMTEXT ???? ?$ FORMTEXT ???? ?Headstone Removal, Break-up and Disposal100each$ FORMTEXT ???? ?$ FORMTEXT ???? ?Upright Headstone “Bump & Run”500each$ FORMTEXT ???? ?$ FORMTEXT ???? ?TOTAL 1001$ FORMTEXT ???? ?Headstone Cleaning and MaintenanceUpright Headstone Cleaning0each$ FORMTEXT ???? ?$ FORMTEXT ???? ?Flat Marker Cleaning0each$ FORMTEXT ???? ?$ FORMTEXT ???? ?Private Monument Cleaning0each$ FORMTEXT ???? ?$ FORMTEXT ???? ?Headstone Bird Dropping Removal0each$ FORMTEXT ???? ?$ FORMTEXT ???? ?TOTAL 1002$ FORMTEXT ???? ?Headstone Raise, Lower, Re-align & ResetRaise and Re-align Upright Headstones/Memorial Markers50each$ FORMTEXT ???? ?$ FORMTEXT ???? ?Raise and Re-align Flat Markers200each$ FORMTEXT ???? ?$ FORMTEXT ???? ?TOTAL 1003$ FORMTEXT ???? ?Gravesite MaintenanceSunken Grave Repair– Full Casket Gravesite100each$ FORMTEXT ???? ?$ FORMTEXT ???? ?Sunken Grave Repair – Cremain Gravesite100each$ FORMTEXT ???? ?$ FORMTEXT ???? ?TOTAL 1004$ FORMTEXT ???? ?Cemetery Grounds Management PlanDaily, weekly, monthly Grounds Maintenance Schedule showing frequency of all activities for the contract year, including monthly updates.12months$ FORMTEXT ???? ?$ FORMTEXT ???? ?TOTAL 1005$ FORMTEXT ???? ?Turf RenovationVegetation Removal25,000sq-ft$ FORMTEXT ???? ?$ FORMTEXT ???? ?Soil Preparation for Turf25,000sq-ft$ FORMTEXT ???? ?$ FORMTEXT ???? ?Turf Renovation by Sod25,000sq-ft$ FORMTEXT ???? ?$ FORMTEXT ???? ?Turf Renovation by Seed10,000sq-ft$ FORMTEXT ???? ?$ FORMTEXT ???? ?Soil Prep and Sodding of Full Casket Gravesites50each$ FORMTEXT ???? ?$ FORMTEXT ???? ?Soil Prep and Sodding of Cremains Gravesites50each$ FORMTEXT ???? ?$ FORMTEXT ???? ?Overseeding by Slit Seeding25Acres$ FORMTEXT ???? ?$ FORMTEXT ???? ?TOTAL 1006$ FORMTEXT ???? ?Turf Maintenance – FertilizationSoil Testing and Recommendations4each$ FORMTEXT ???? ?$ FORMTEXT ???? ?Fertilizer Applications2jobs$ FORMTEXT ???? ?$ FORMTEXT ???? ?Soil Conditioner 1: (Gypsum) 107 Acres @ 1000#/A1jobs$ FORMTEXT ???? ?$ FORMTEXT ???? ?Soil Conditioner 3: (Humate) 107 Acres @ 750#/A0jobs$ FORMTEXT ???? ?$ FORMTEXT ???? ?TOTAL 1007$ FORMTEXT ???? ?Turf Maintenance – Pest ControlWeed Control – Post Emergent Herbicide (Broadcast & Spot Applications)12months$ FORMTEXT ???? ?$ FORMTEXT ???? ?Weed Control – Pre-Emergent Herbicide(1 job = 2 Split Applications)1jobs$ FORMTEXT ???? ?$ FORMTEXT ???? ?Invertebrate Pest Control12months$ FORMTEXT ???? ?$ FORMTEXT ???? ?Vertebrate Pest Control12months$ FORMTEXT ???? ?$ FORMTEXT ???? ?Repair of Landscape Damaged by Vertebrate Pests12months$ FORMTEXT ???? ?$ FORMTEXT ???? ?Repair and Protection of Irrigation Valve Boxes filled with Soil by Vertebrate Pests25each$ FORMTEXT ???? ?$ FORMTEXT ???? ?TOTAL 1008$ FORMTEXT ???? ?Turf Maintenance – Mowing, Trimming & EdgingCleaning Mowers to remove all Vegetation12months$ FORMTEXT ???? ?$ FORMTEXT ???? ?Mowing –Turf52jobs$ FORMTEXT ???? ?$ FORMTEXT ???? ?Trimming Upright Headstones/Memorial Markers40jobs$ FORMTEXT ???? ?$ FORMTEXT ???? ?Edging Flat Markers & Clipping Removal26jobs$ FORMTEXT ???? ?$ FORMTEXT ???? ?Edging Curbs/Sidewalks/Landscape Borders26jobs$ FORMTEXT ???? ?$ FORMTEXT ???? ?TOTAL 1009$ FORMTEXT ???? ?Turf Maintenance – AerificationAerification by Tine Aeration1job$ FORMTEXT ???? ?$ FORMTEXT ???? ?Aerification by Core Aerator 2jobs$ FORMTEXT ???? ?$ FORMTEXT ???? ?TOTAL 1010$ FORMTEXT ???? ?Turf Maintenance – TopdressingTopdressing Type 2 (Fill tire ruts)1000lineal feet$ FORMTEXT ???? ?$ FORMTEXT ???? ?TOTAL 1011$ FORMTEXT ???? ?Turf Maintenance – DethatchingDethatching(Includes Kikuyugrass & Bermudagrass)10acres$ FORMTEXT ???? ?$ FORMTEXT ???? ?TOTAL 1012$ FORMTEXT ???? ?Tree, Shrub, Planting Bed MaintenanceShrub and Ground Cover Pruning/Trimming12months$ FORMTEXT ???? ?$ FORMTEXT ???? ?Tree Pruning/Trimming12months$ FORMTEXT ???? ?$ FORMTEXT ???? ?Tree Branch/Limb Disposal12months$ FORMTEXT ???? ?$ FORMTEXT ???? ?Pest Control2jobs$ FORMTEXT ???? ?$ FORMTEXT ???? ?Planting Bed Tilling1job$ FORMTEXT ???? ?$ FORMTEXT ???? ?Planting Bed Weed Control - Pre-Emergent 2jobs$ FORMTEXT ???? ?$ FORMTEXT ???? ?Planting Bed Weed Control - Post-Emergent / Manual Removal12months$ FORMTEXT ???? ?$ FORMTEXT ???? ?Developed Cemetery Vegetation Control12months$ FORMTEXT ???? ?$ FORMTEXT ???? ?Public Right-of-Way Vegetation Control12months$ FORMTEXT ???? ?$ FORMTEXT ???? ?Organic Mulch – Planting Beds, Tree Rings, and Open Ground Areas 2jobs$ FORMTEXT ???? ?$ FORMTEXT ???? ?Inorganic Mulch– Planting Beds, Decorative Rock surrounding Monuments/Flag Pole 1job$ FORMTEXT ???? ?$ FORMTEXT ???? ?Planting Bed Edger Maintenance 1job$ FORMTEXT ???? ?$ FORMTEXT ???? ?Tree Staking and Maintenance 1job$ FORMTEXT ???? ?$ FORMTEXT ???? ?Tree Deep Root Irrigation/Fertilization 1job$ FORMTEXT ???? ?$ FORMTEXT ???? ?Plant Fertilizing 2jobsPalm Tree Fertilization 1job$ FORMTEXT ???? ?$ FORMTEXT ???? ?TOTAL 1013$ FORMTEXT ???? ?Tree, Shrub & Groundcover PlantingTree Planting (15 gallon)10each$ FORMTEXT ???? ?$ FORMTEXT ???? ?Shrub Planting (5 gallon)20each$ FORMTEXT ???? ?$ FORMTEXT ???? ?Ground Cover Planting (1 gallon)40each$ FORMTEXT ???? ?$ FORMTEXT ???? ?Annual Color Planting (4” pots)128each$ FORMTEXT ???? ?$ FORMTEXT ???? ?TOTAL 1014$ FORMTEXT ???? ?Irrigation System ManagementManage and Maintain Irrigation System including Scheduling and Sprinkler Adjustments12months$ FORMTEXT ???? ?$ FORMTEXT ???? ?Irrigation Audit1job$ FORMTEXT ???? ?$ FORMTEXT ???? ?Turf Rotor Pressure Testing1job$ FORMTEXT ???? ?$ FORMTEXT ???? ?Irrigation Schedule1each$ FORMTEXT ???? ?$ FORMTEXT ???? ?TOTAL 1015$ FORMTEXT ???? ?Irrigation System Scheduled MaintenanceWeather Station Maintenance1job$ FORMTEXT ???? ?$ FORMTEXT ???? ?Backflow Preventer Testing and Certification0each$ FORMTEXT ???? ?$ FORMTEXT ???? ?Master Valve Testing13each$ FORMTEXT ???? ?$ FORMTEXT ???? ?Flow Meter Testing and Calibration13each$ FORMTEXT ???? ?$ FORMTEXT ???? ?Pressure-Regulating Valve Assembly Testing4job$ FORMTEXT ???? ?$ FORMTEXT ???? ?Air & Pressure Relief Valve Testing9each$ FORMTEXT ???? ?$ FORMTEXT ???? ?Isolation Valve Testing1job$ FORMTEXT ???? ?$ FORMTEXT ???? ?Blow-off Valve Testing2eachLeak Detection4jobs$ FORMTEXT ???? ?$ FORMTEXT ???? ?Control System Maintenance1job$ FORMTEXT ???? ?$ FORMTEXT ???? ?Turf Rotor Head Maintenance1job$ FORMTEXT ???? ?$ FORMTEXT ???? ?Spray/MSR/Bubbler Head Maintenance1job$ FORMTEXT ???? ?$ FORMTEXT ???? ?TOTAL 1016$ FORMTEXT ???? ?Irrigation System Maintenance & RepairTurf Rotor Head Repair25each$ FORMTEXT ???? ?$ FORMTEXT ???? ?Turf Rotor Head Replacement50each$ FORMTEXT ???? ?$ FORMTEXT ???? ?Spray/Multi-Stream Rotary Head Repair25each$ FORMTEXT ???? ?$ FORMTEXT ???? ?Spray/Multi-Stream Rotary Replacement25each$ FORMTEXT ???? ?$ FORMTEXT ???? ?Bubbler Repair10each$ FORMTEXT ???? ?$ FORMTEXT ???? ?Deep Root Watering System Replacement10each$ FORMTEXT ???? ?$ FORMTEXT ???? ?Electric Valve Repair5each$ FORMTEXT ???? ?$ FORMTEXT ???? ?Electric Valve Replacement5each$ FORMTEXT ???? ?$ FORMTEXT ???? ?Quick Coupling Valve Replacement2each$ FORMTEXT ???? ?$ FORMTEXT ???? ?Control Wire Fault Location and Repair5each$ FORMTEXT ???? ?$ FORMTEXT ???? ?Communication Cable Fault Location and Repair2each$ FORMTEXT ???? ?$ FORMTEXT ???? ?Lateral Line Repair10each$ FORMTEXT ???? ?$ FORMTEXT ???? ?Mainline Repair5each$ FORMTEXT ???? ?$ FORMTEXT ???? ?Replace Broken Valve Box and Cover5each$ FORMTEXT ???? ?$ FORMTEXT ???? ?Replace Broken Cover on Valve Box 15each$ FORMTEXT ???? ?$ FORMTEXT ???? ?Miscellaneous Parts and Supplies1year$2,000.00$ FORMTEXT 2,000.00TOTAL 1017$ FORMTEXT ???? ?Drainage System MaintenanceRemove Debris from Catch Basins1job$ FORMTEXT ???? ?$ FORMTEXT ???? ?Remove Debris from Culverts/Pipes under Paving1job$ FORMTEXT ???? ?$ FORMTEXT ???? ?Clean Terrace Drains and Concrete Lined Channels12jobs$ FORMTEXT ???? ?$ FORMTEXT ???? ?Clean and Maintain Sump Pump at Wash Station2jobs$ FORMTEXT ???? ?$ FORMTEXT ???? ?TOTAL 1018$ FORMTEXT ???? ?Trash & Debris Removal (Waste Management)Plant Litter Collection and Removal12months$ FORMTEXT ???? ?$ FORMTEXT ???? ?Trash and Debris Collection and Removal0months$ FORMTEXT ???? ?$ FORMTEXT ???? ?Commercial Waste Collection and Disposal12months$ FORMTEXT ???? ?$ FORMTEXT ???? ?TOTAL 1019$ FORMTEXT ???? ?Pavement Sweeping and CleaningPower washing pavement surrounding Admin Bldg. Chapel, Brick and Concrete Entry Drive, and Brick Sidewalks0jobs$ FORMTEXT ???? ?$ FORMTEXT ???? ?Power sweeping of pavements including walkways, assembly area, columbaria courts, roadways, parking lots, driveways, curb lines and gutters.12months $ FORMTEXT ???? ?$ FORMTEXT ???? ?Power washing of pavements including walkways, assembly area, columbaria courts, roadways, parking lots, driveways, curb lines and gutters.0jobs$ FORMTEXT ???? ?$ FORMTEXT ???? ?TOTAL 1020$ FORMTEXT ???? ?Structure MaintenanceClean Main Entry Walls and Gates0jobs$ FORMTEXT ???? ?$ FORMTEXT ???? ?Clean Perimeter Walls Fences, and Gates0job$ FORMTEXT ???? ?$ FORMTEXT ???? ?Maintain Gate Hinges and Rollers0jobs$ FORMTEXT ???? ?$ FORMTEXT ???? ?Clean Rostrum Structure0job$ FORMTEXT ???? ?$ FORMTEXT ???? ?Clean War Memorials0jobs$ FORMTEXT ???? ?$ FORMTEXT ???? ?Clean Signage, Memorial Plaques and Insignia0jobs$ FORMTEXT ???? ?$ FORMTEXT ???? ?Clean and Maintain Flag Poles0jobs$ FORMTEXT ???? ?$ FORMTEXT ???? ?Maintain Exterior and Interior Lighting0months$ FORMTEXT ???? ?$ FORMTEXT ???? ?Clean Buildings Exteriors and Roofs0jobs$ FORMTEXT ???? ?$ FORMTEXT ???? ?Clean and Maintain Site Furnishings: seat walls, benches, trash receptacles, flower vase holders, flower vases, flower watering stations, statuary, bollards, and drinking fountains.0months$ FORMTEXT ???? ?$ FORMTEXT ???? ?Clean Solar Panels0job$ FORMTEXT ???? ?$ FORMTEXT ???? ?Pest Control (Buildings)0jobsProvide and Maintain Fire Extinguishers0job$ FORMTEXT ???? ?$ FORMTEXT ???? ?TOTAL 1021$ FORMTEXT ???? ?Janitorial ServiceJanitorial Duties: (Admin. Bldg., Chapel, Maintenance Bldg., Employee Break Room and Employee Restrooms) 0jobs$ FORMTEXT ???? ?$ FORMTEXT ???? ?Janitorial Duties: (Daily cleaning of Restrooms open to the Public). 0jobs$ FORMTEXT ???? ?$ FORMTEXT ???? ?Scrub & Wax Floor Tile in Columbarium, Employee Break Room, Maintenance Office and Restrooms.2jobs$ FORMTEXT ???? ?$ FORMTEXT ???? ?Shampoo all Carpets0jobs$ FORMTEXT ???? ?$ FORMTEXT ???? ?Wash all Windows2jobs$ FORMTEXT ???? ?$ FORMTEXT ???? ?TOTAL 1022$ FORMTEXT ???? ?Contractor ResponsibilitiesContractor’s Quality Control Plan (QCP)12months$ FORMTEXT ???? ?$ FORMTEXT ???? ?TOTAL 1023$ FORMTEXT ???? ?Total Cost for Option Year 1: $ FORMTEXT ???? ?OPTION YEAR 2 – APRIL 1, 2019 (or DATE OF AWARD) THROUGH MARCH 31, 2020CLINITEMEST. QTYUNITUNIT PRICETOTAL PRICEHeadstone Setting and AlignmentSetting New or Replacement Upright Headstones/ Upright Memorial Markers50each$ FORMTEXT ???? ?$ FORMTEXT ???? ?Setting New or Replacement Flat Markers50each$ FORMTEXT ???? ?$ FORMTEXT ???? ?Headstone Removal, Break-up and Disposal100each$ FORMTEXT ???? ?$ FORMTEXT ???? ?Upright Headstone “Bump & Run”500each$ FORMTEXT ???? ?$ FORMTEXT ???? ?TOTAL 2001$ FORMTEXT ???? ?Headstone Cleaning and MaintenanceUpright Headstone Cleaning0each$ FORMTEXT ???? ?$ FORMTEXT ???? ?Flat Marker Cleaning0each$ FORMTEXT ???? ?$ FORMTEXT ???? ?Private Monument /Memorial Marker Cleaning0each$ FORMTEXT ???? ?$ FORMTEXT ???? ?Headstone Bird Dropping Removal0each$ FORMTEXT ???? ?$ FORMTEXT ???? ?TOTAL 2002$ FORMTEXT ???? ?Headstone Raise, Lower, Re-align & ResetRaise and Re-align Upright Headstones/Memorial Markers50each$ FORMTEXT ???? ?$ FORMTEXT ???? ?Raise and Re-align Flat Markers200each$ FORMTEXT ???? ?$ FORMTEXT ???? ?TOTAL 2003$ FORMTEXT ???? ?Gravesite MaintenanceSunken Grave Repair– Full Casket Gravesite100each$ FORMTEXT ???? ?$ FORMTEXT ???? ?Sunken Grave Repair – Cremain Gravesite100each$ FORMTEXT ???? ?$ FORMTEXT ???? ?TOTAL 2004$ FORMTEXT ???? ?Cemetery Grounds Management PlanDaily, weekly, monthly Grounds Maintenance Schedule showing frequency of all activities for the contract year, including monthly updates.12months$ FORMTEXT ???? ?$ FORMTEXT ???? ?TOTAL 2005$ FORMTEXT ???? ?Turf RenovationVegetation Removal25,000sq-ft$ FORMTEXT ???? ?$ FORMTEXT ???? ?Soil Preparation for Turf25,000sq-ft$ FORMTEXT ???? ?$ FORMTEXT ???? ?Turf Renovation by Sod25,000sq-ft$ FORMTEXT ???? ?$ FORMTEXT ???? ?Turf Renovation by Seed10,000sq-ft$ FORMTEXT ???? ?$ FORMTEXT ???? ?Soil Prep and Sodding of Full Casket Gravesites50each$ FORMTEXT ???? ?$ FORMTEXT ???? ?Soil Prep and Sodding of Cremains Gravesites50each$ FORMTEXT ???? ?$ FORMTEXT ???? ?Overseeding by Slit Seeding25Acres$ FORMTEXT ???? ?$ FORMTEXT ???? ?TOTAL 2006$ FORMTEXT ???? ?Turf Maintenance – FertilizationSoil Testing and Recommendations4each$ FORMTEXT ???? ?$ FORMTEXT ???? ?Fertilizer Applications2jobs$ FORMTEXT ???? ?$ FORMTEXT ???? ?Soil Conditioner 1: (Gypsum) 107 Acres @ 1000#/A1jobs$ FORMTEXT ???? ?$ FORMTEXT ???? ?Soil Conditioner 3: (Humate) 107 Acres @ 750#/A0jobs$ FORMTEXT ???? ?$ FORMTEXT ???? ?TOTAL 2007$ FORMTEXT ???? ?Turf Maintenance – Pest ControlWeed Control – Post Emergent Herbicide (Broadcast & Spot Applications)12months$ FORMTEXT ???? ?$ FORMTEXT ???? ?Weed Control – Pre-Emergent Herbicide(1 job = 2 Split Applications)1job$ FORMTEXT ???? ?$ FORMTEXT ???? ?Invertebrate Pest Control12months$ FORMTEXT ???? ?$ FORMTEXT ???? ?Vertebrate Pest Control12months$ FORMTEXT ???? ?$ FORMTEXT ???? ?Repair of Landscape Damaged by Vertebrate Pests12months$ FORMTEXT ???? ?$ FORMTEXT ???? ?Repair and Protection of Irrigation Valve Boxes filled with Soil by Vertebrate Pests25each$ FORMTEXT ???? ?$ FORMTEXT ???? ?TOTAL 2008$ FORMTEXT ???? ?Turf Maintenance – Mowing, Trimming & EdgingCleaning Mowers to remove all Vegetation12months$ FORMTEXT ???? ?$ FORMTEXT ???? ?Mowing –Turf52jobs$ FORMTEXT ???? ?$ FORMTEXT ???? ?Trimming Upright Headstones/Memorial Markers40jobs$ FORMTEXT ???? ?$ FORMTEXT ???? ?Edging Flat Markers & Clipping Removal26jobs$ FORMTEXT ???? ?$ FORMTEXT ???? ?Edging Curbs/Sidewalks/Landscape Borders26jobs$ FORMTEXT ???? ?$ FORMTEXT ???? ?TOTAL 2009$ FORMTEXT ???? ?Turf Maintenance – AerificationAerification by Tine Aeration1job$ FORMTEXT ???? ?$ FORMTEXT ???? ?Aerification by Core Aerator 2jobs$ FORMTEXT ???? ?$ FORMTEXT ???? ?TOTAL 2010$ FORMTEXT ???? ?Turf Maintenance – TopdressingTopdressing Type 2 (Fill tire ruts)1000lineal feet$ FORMTEXT ???? ?$ FORMTEXT ???? ?TOTAL 2011$ FORMTEXT ???? ?Turf Maintenance – DethatchingDethatching(Includes Kikuyugrass & Bermudagrass)10acres$ FORMTEXT ???? ?$ FORMTEXT ???? ?TOTAL 2012$ FORMTEXT ???? ?Tree, Shrub, Planting Bed MaintenanceShrub and Ground Cover Pruning/Trimming12months$ FORMTEXT ???? ?$ FORMTEXT ???? ?Tree Pruning/Trimming12months$ FORMTEXT ???? ?$ FORMTEXT ???? ?Tree Branch/Limb Disposal12months$ FORMTEXT ???? ?$ FORMTEXT ???? ?Pest Control2jobs$ FORMTEXT ???? ?$ FORMTEXT ???? ?Planting Bed Tilling1job$ FORMTEXT ???? ?$ FORMTEXT ???? ?Planting Bed Weed Control - Pre-Emergent 2jobs$ FORMTEXT ???? ?$ FORMTEXT ???? ?Planting Bed Weed Control - Post-Emergent / Manual Removal12months$ FORMTEXT ???? ?$ FORMTEXT ???? ?Developed Cemetery Vegetation Control12months$ FORMTEXT ???? ?$ FORMTEXT ???? ?Public Right-of-Way Vegetation Control12months$ FORMTEXT ???? ?$ FORMTEXT ???? ?Organic Mulch – Planting Beds, Tree Rings, and Open Ground Areas 2jobs$ FORMTEXT ???? ?$ FORMTEXT ???? ?Inorganic Mulch– Planting Beds, Decorative Rock surrounding Monuments/Flag Pole 1job$ FORMTEXT ???? ?$ FORMTEXT ???? ?Planting Bed Edger Maintenance 1job$ FORMTEXT ???? ?$ FORMTEXT ???? ?Tree Staking and Maintenance 1job$ FORMTEXT ???? ?$ FORMTEXT ???? ?Tree Deep Root Irrigation/Fertilization 1job$ FORMTEXT ???? ?$ FORMTEXT ???? ?Plant Fertilizing 2jobs$ FORMTEXT ???? ?$ FORMTEXT ???? ?Palm Tree Fertilization 1job$ FORMTEXT ???? ?$ FORMTEXT ???? ?TOTAL 2013$ FORMTEXT ???? ?Tree, Shrub & Groundcover PlantingTree Planting (15 gallon)10each$ FORMTEXT ???? ?$ FORMTEXT ???? ?Shrub Planting (5 gallon)20each$ FORMTEXT ???? ?$ FORMTEXT ???? ?Ground Cover Planting (1 gallon)40each$ FORMTEXT ???? ?$ FORMTEXT ???? ?Annual Color Planting (4” pots)128each$ FORMTEXT ???? ?$ FORMTEXT ???? ?TOTAL 2014$ FORMTEXT ???? ?Irrigation System ManagementManage and Maintain Irrigation System including Scheduling and Sprinkler Adjustments12months$ FORMTEXT ???? ?$ FORMTEXT ???? ?Irrigation Audit1job$ FORMTEXT ???? ?$ FORMTEXT ???? ?Turf Rotor Pressure Testing1job$ FORMTEXT ???? ?$ FORMTEXT ???? ?Irrigation Schedule1each$ FORMTEXT ???? ?$ FORMTEXT ???? ?TOTAL 2015$ FORMTEXT ???? ?Irrigation System Scheduled MaintenanceWeather Station Maintenance1job$ FORMTEXT ???? ?$ FORMTEXT ???? ?Backflow Preventer Testing and Certification2each$ FORMTEXT ???? ?$ FORMTEXT ???? ?Master Valve Testing13each$ FORMTEXT ???? ?$ FORMTEXT ???? ?Flow Meter Testing and Calibration13each$ FORMTEXT ???? ?$ FORMTEXT ???? ?Pressure-Regulating Valve Assembly Testing4job$ FORMTEXT ???? ?$ FORMTEXT ???? ?Air & Pressure Relief Valve Testing9job$ FORMTEXT ???? ?$ FORMTEXT ???? ?Isolation Valve Testing1job$ FORMTEXT ???? ?$ FORMTEXT ???? ?Blow-off Valve Testing2each$ FORMTEXT ???? ?$ FORMTEXT ???? ?Leak Detection4jobs$ FORMTEXT ???? ?$ FORMTEXT ???? ?Control System Maintenance1job$ FORMTEXT ???? ?$ FORMTEXT ???? ?Turf Rotor Head Maintenance1job$ FORMTEXT ???? ?$ FORMTEXT ???? ?Spray/MSR/Bubbler Head Maintenance1job$ FORMTEXT ???? ?$ FORMTEXT ???? ?TOTAL 2016$ FORMTEXT ???? ?Irrigation System Maintenance & RepairTurf Rotor Head Repair25each$ FORMTEXT ???? ?$ FORMTEXT ???? ?Turf Rotor Head Replacement50each$ FORMTEXT ???? ?$ FORMTEXT ???? ?Spray/Multi-Stream Rotary Head Repair25each$ FORMTEXT ???? ?$ FORMTEXT ???? ?Spray/Multi-Stream Rotary Replacement25each$ FORMTEXT ???? ?$ FORMTEXT ???? ?Bubbler Repair10each$ FORMTEXT ???? ?$ FORMTEXT ???? ?Deep Root Watering System Replacement10each$ FORMTEXT ???? ?$ FORMTEXT ???? ?Electric Valve Repair5each$ FORMTEXT ???? ?$ FORMTEXT ???? ?Electric Valve Replacement5each$ FORMTEXT ???? ?$ FORMTEXT ???? ?Quick Coupling Valve Replacement2each$ FORMTEXT ???? ?$ FORMTEXT ???? ?Control Wire Fault Location and Repair5each$ FORMTEXT ???? ?$ FORMTEXT ???? ?Communication Cable Fault Location and Repair2each$ FORMTEXT ???? ?$ FORMTEXT ???? ?Lateral Line Repair10each$ FORMTEXT ???? ?$ FORMTEXT ???? ?Mainline Repair5each$ FORMTEXT ???? ?$ FORMTEXT ???? ?Replace Broken Valve Box and Cover5each$ FORMTEXT ???? ?$ FORMTEXT ???? ?Replace Broken Cover on Valve Box 15each$ FORMTEXT ???? ?$ FORMTEXT ???? ?Miscellaneous Parts and Supplies1year$2,000.00$ FORMTEXT 2,000.00TOTAL 2017$ FORMTEXT ???? ?Drainage System MaintenanceRemove Debris from Catch Basins1job$ FORMTEXT ???? ?$ FORMTEXT ???? ?Remove Debris from Culverts/Pipes under Paving1job$ FORMTEXT ???? ?$ FORMTEXT ???? ?Clean Terrace Drains and Concrete Lined Channels12jobs$ FORMTEXT ???? ?$ FORMTEXT ???? ?Clean and Maintain Sump Pump at Wash Station2jobs$ FORMTEXT ???? ?$ FORMTEXT ???? ?TOTAL 2018$ FORMTEXT ???? ?Trash & Debris Removal (Waste Management)Plant Litter Collection and Removal12months$ FORMTEXT ???? ?$ FORMTEXT ???? ?Trash and Debris Collection and Removal0months$ FORMTEXT ???? ?$ FORMTEXT ???? ?Commercial Waste Collection and Disposal12months$ FORMTEXT ???? ?$ FORMTEXT ???? ?TOTAL 2019$ FORMTEXT ???? ?Pavement Sweeping and CleaningPower washing pavement surrounding Admin Bldg. Chapel, Brick and Concrete Entry Drive, and Brick Sidewalks0jobs$ FORMTEXT ???? ?$ FORMTEXT ???? ?Power sweeping of pavements including walkways, assembly area, columbaria courts, roadways, parking lots, driveways, curb lines and gutters.12months $ FORMTEXT ???? ?$ FORMTEXT ???? ?Power washing of pavements including walkways, assembly area, columbaria courts, roadways, parking lots, driveways, curb lines and gutters.0jobs$ FORMTEXT ???? ?$ FORMTEXT ???? ?TOTAL 2020$ FORMTEXT ???? ?Structure MaintenanceClean Main Entry Walls and Gates0jobs$ FORMTEXT ???? ?$ FORMTEXT ???? ?Clean Perimeter Walls Fences, and Gates0job$ FORMTEXT ???? ?$ FORMTEXT ???? ?Maintain Gate Hinges and Rollers0jobs$ FORMTEXT ???? ?$ FORMTEXT ???? ?Clean Rostrum Structure0jobs$ FORMTEXT ???? ?$ FORMTEXT ???? ?Clean War Memorials0jobs$ FORMTEXT ???? ?$ FORMTEXT ???? ?Clean Signage, Memorial Plaques and Insignia0jobs$ FORMTEXT ???? ?$ FORMTEXT ???? ?Clean and Maintain Flag Poles0jobs$ FORMTEXT ???? ?$ FORMTEXT ???? ?Maintain Exterior and Interior Lighting0months$ FORMTEXT ???? ?$ FORMTEXT ???? ?Clean Buildings Exteriors and Roofs0jobs$ FORMTEXT ???? ?$ FORMTEXT ???? ?Clean and Maintain Site Furnishings: seat walls, benches, trash receptacles, flower vase holders, flower vases, flower watering stations, statuary, bollards, and drinking fountains.0months$ FORMTEXT ???? ?$ FORMTEXT ???? ?Clean Solar Panels0job$ FORMTEXT ???? ?$ FORMTEXT ???? ?Pest Control (Buildings)0jobsProvide and Maintain Fire Extinguishers0job$ FORMTEXT ???? ?$ FORMTEXT ???? ?TOTAL 2021$ FORMTEXT ???? ?Janitorial ServiceJanitorial Duties: (Admin. Bldg., Chapel, Maintenance Bldg., Employee Break Room and Employee Restrooms) 0jobs$ FORMTEXT ???? ?$ FORMTEXT ???? ?Janitorial Duties: (Daily cleaning of Restrooms open to the Public). 0jobs$ FORMTEXT ???? ?$ FORMTEXT ???? ?Scrub & Wax Floor Tile in Columbarium, Employee Break Room, Maintenance Office and Restrooms.2jobs$ FORMTEXT ???? ?$ FORMTEXT ???? ?Shampoo all Carpets0jobs$ FORMTEXT ???? ?$ FORMTEXT ???? ?Wash all Windows2jobs$ FORMTEXT ???? ?$ FORMTEXT ???? ?TOTAL 2022$ FORMTEXT ???? ?Contractor ResponsibilitiesContractor’s Quality Control Plan (QCP)12months$ FORMTEXT ???? ?$ FORMTEXT ???? ?TOTAL 2023$ FORMTEXT ???? ?Total Cost for Option Year 2: $ FORMTEXT ???? ?OPTION YEAR 3 – APRIL 1, 2020 (or DATE OF AWARD) THROUGH MARCH 31, 2021CLINITEMEST. QTYUNITUNIT PRICETOTAL PRICEHeadstone Setting and AlignmentSetting New or Replacement Upright Headstones/ Upright Memorial Markers50each$ FORMTEXT ???? ?$ FORMTEXT ???? ?Setting New or Replacement Flat Markers50each$ FORMTEXT ???? ?$ FORMTEXT ???? ?Headstone Removal, Break-up and Disposal100each$ FORMTEXT ???? ?$ FORMTEXT ???? ?Upright Headstone “Bump & Run”500each$ FORMTEXT ???? ?$ FORMTEXT ???? ?TOTAL 3001$ FORMTEXT ???? ?Headstone Cleaning and MaintenanceUpright Headstone Cleaning0each$ FORMTEXT ???? ?$ FORMTEXT ???? ?Flat Marker Cleaning0each$ FORMTEXT ???? ?$ FORMTEXT ???? ?Private Monument /Memorial Marker Cleaning0each$ FORMTEXT ???? ?$ FORMTEXT ???? ?Headstone Bird Dropping Removal0each$ FORMTEXT ???? ?$ FORMTEXT ???? ?TOTAL 3002$ FORMTEXT ???? ?Headstone Raise, Lower, Re-align & ResetRaise and Re-align Upright Headstones/Memorial Markers50each$ FORMTEXT ???? ?$ FORMTEXT ???? ?Raise and Re-align Flat Markers200each$ FORMTEXT ???? ?$ FORMTEXT ???? ?TOTAL 3003$ FORMTEXT ???? ?Gravesite MaintenanceSunken Grave Repair– Full Casket Gravesite100each$ FORMTEXT ???? ?$ FORMTEXT ???? ?Sunken Grave Repair – Cremain Gravesite100each$ FORMTEXT ???? ?$ FORMTEXT ???? ?TOTAL 3004$ FORMTEXT ???? ?Cemetery Grounds Management PlanDaily, weekly, monthly Grounds Maintenance Schedule showing frequency of all activities for the contract year, including monthly updates.12months$ FORMTEXT ???? ?$ FORMTEXT ???? ?TOTAL 3005$ FORMTEXT ???? ?Turf RenovationVegetation Removal25,000sq-ft$ FORMTEXT ???? ?$ FORMTEXT ???? ?Soil Preparation for Turf25,000sq-ft$ FORMTEXT ???? ?$ FORMTEXT ???? ?Turf Renovation by Sod25,000sq-ft$ FORMTEXT ???? ?$ FORMTEXT ???? ?Turf Renovation by Seed10,000sq-ft$ FORMTEXT ???? ?$ FORMTEXT ???? ?Soil Prep and Sodding of Full Casket Gravesites50each$ FORMTEXT ???? ?$ FORMTEXT ???? ?Soil Prep and Sodding of Cremains Gravesites50each$ FORMTEXT ???? ?$ FORMTEXT ???? ?Overseeding by Slit Seeding25Acres$ FORMTEXT ???? ?$ FORMTEXT ???? ?TOTAL 3006$ FORMTEXT ???? ?Turf Maintenance – FertilizationSoil Testing and Recommendations4each$ FORMTEXT ???? ?$ FORMTEXT ???? ?Fertilizer Applications2jobs$ FORMTEXT ???? ?$ FORMTEXT ???? ?Soil Conditioner 1: (Gypsum) 107 Acres @ 2000#/A1jobs$ FORMTEXT ???? ?$ FORMTEXT ???? ?Soil Conditioner 3: (Humate) 107 Acres @ 750#/A0jobs$ FORMTEXT ???? ?$ FORMTEXT ???? ?TOTAL 3007$ FORMTEXT ???? ?Turf Maintenance – Pest ControlWeed Control – Post Emergent Herbicide (Broadcast & Spot Applications)12months$ FORMTEXT ???? ?$ FORMTEXT ???? ?Weed Control – Pre-Emergent Herbicide(1 job = 2 Split Applications)1jobs$ FORMTEXT ???? ?$ FORMTEXT ???? ?Invertebrate Pest Control12months$ FORMTEXT ???? ?$ FORMTEXT ???? ?Vertebrate Pest Control12months$ FORMTEXT ???? ?$ FORMTEXT ???? ?Repair of Landscape Damaged by Vertebrate Pests12months$ FORMTEXT ???? ?$ FORMTEXT ???? ?Repair and Protection of Irrigation Valve Boxes filled with Soil by Vertebrate Pests25each$ FORMTEXT ???? ?$ FORMTEXT ???? ?TOTAL 3008$ FORMTEXT ???? ?Turf Maintenance – Mowing, Trimming & EdgingCleaning Mowers to remove all Vegetation12months$ FORMTEXT ???? ?$ FORMTEXT ???? ?Mowing –Turf52jobs$ FORMTEXT ???? ?$ FORMTEXT ???? ?Trimming Upright Headstones/Memorial Markers40jobs$ FORMTEXT ???? ?$ FORMTEXT ???? ?Edging Flat Markers & Clipping Removal26jobs$ FORMTEXT ???? ?$ FORMTEXT ???? ?Edging Curbs/Sidewalks/Landscape Borders26jobs$ FORMTEXT ???? ?$ FORMTEXT ???? ?TOTAL 3009$ FORMTEXT ???? ?Turf Maintenance – AerificationAerification by Tine Aeration1job$ FORMTEXT ???? ?$ FORMTEXT ???? ?Aerification by Core Aerator 2jobs$ FORMTEXT ???? ?$ FORMTEXT ???? ?TOTAL 3010$ FORMTEXT ???? ?Turf Maintenance – TopdressingTopdressing (Fill tire ruts)1000lineal feet$ FORMTEXT ???? ?$ FORMTEXT ???? ?TOTAL 3011$ FORMTEXT ???? ?Turf Maintenance – DethatchingDethatching (1/10 cemetery turf)(Includes Kikuyugrass & Bermudagrass)10acres$ FORMTEXT ???? ?$ FORMTEXT ???? ?TOTAL 3012$ FORMTEXT ???? ?Tree, Shrub, Planting Bed MaintenanceShrub and Ground Cover Pruning/Trimming12months$ FORMTEXT ???? ?$ FORMTEXT ???? ?Tree Pruning/Trimming12months$ FORMTEXT ???? ?$ FORMTEXT ???? ?Tree Branch/Limb Disposal12months$ FORMTEXT ???? ?$ FORMTEXT ???? ?Pest Control2jobs$ FORMTEXT ???? ?$ FORMTEXT ???? ?Planting Bed Tilling1job$ FORMTEXT ???? ?$ FORMTEXT ???? ?Planting Bed Weed Control - Pre-Emergent 2jobs$ FORMTEXT ???? ?$ FORMTEXT ???? ?Planting Bed Weed Control - Post-Emergent / Manual Removal12months$ FORMTEXT ???? ?$ FORMTEXT ???? ?Developed Cemetery Vegetation Control12months$ FORMTEXT ???? ?$ FORMTEXT ???? ?Public Right-of-Way Vegetation Control12months$ FORMTEXT ???? ?$ FORMTEXT ???? ?Organic Mulch – Planting Beds, Tree Rings, and Open Ground Areas 2jobs$ FORMTEXT ???? ?$ FORMTEXT ???? ?Inorganic Mulch– Planting Beds, Decorative Rock surrounding Monuments/Flag Pole 1job$ FORMTEXT ???? ?$ FORMTEXT ???? ?Planting Bed Edger Maintenance 1job$ FORMTEXT ???? ?$ FORMTEXT ???? ?Tree Staking and Maintenance 1job$ FORMTEXT ???? ?$ FORMTEXT ???? ?Tree Deep Root Irrigation/Fertilization 1job$ FORMTEXT ???? ?$ FORMTEXT ???? ?Plant Fertilizing 2jobs$ FORMTEXT ???? ?$ FORMTEXT ???? ?Palm Tree Fertilization 1job$ FORMTEXT ???? ?$ FORMTEXT ???? ?TOTAL 3013$ FORMTEXT ???? ?Tree, Shrub & Groundcover PlantingTree Planting (15 gallon)10each$ FORMTEXT ???? ?$ FORMTEXT ???? ?Shrub Planting (5 gallon)20each$ FORMTEXT ???? ?$ FORMTEXT ???? ?Ground Cover Planting (1 gallon)40each$ FORMTEXT ???? ?$ FORMTEXT ???? ?Annual Color Planting (4” pots)128each$ FORMTEXT ???? ?$ FORMTEXT ???? ?TOTAL 3014$ FORMTEXT ???? ?Irrigation System ManagementManage and Maintain Irrigation System including Scheduling and Sprinkler Adjustments12months$ FORMTEXT ???? ?$ FORMTEXT ???? ?Irrigation Audit1job$ FORMTEXT ???? ?$ FORMTEXT ???? ?Turf Rotor Pressure Testing1job$ FORMTEXT ???? ?$ FORMTEXT ???? ?Irrigation Schedule1each$ FORMTEXT ???? ?$ FORMTEXT ???? ?TOTAL 3015$ FORMTEXT ???? ?Irrigation System Scheduled MaintenanceWeather Station Maintenance1job$ FORMTEXT ???? ?$ FORMTEXT ???? ?Backflow Preventer Testing and Certification2each$ FORMTEXT ???? ?$ FORMTEXT ???? ?Master Valve Testing13each$ FORMTEXT ???? ?$ FORMTEXT ???? ?Flow Meter Testing and Calibration13each$ FORMTEXT ???? ?$ FORMTEXT ???? ?Pressure-Regulating Valve Assembly Testing4job$ FORMTEXT ???? ?$ FORMTEXT ???? ?Air & Pressure Relief Valve Testing9each$ FORMTEXT ???? ?$ FORMTEXT ???? ?Isolation Valve Testing1job$ FORMTEXT ???? ?$ FORMTEXT ???? ?Blow-off Valve Testing2eachLeak Detection4jobs$ FORMTEXT ???? ?$ FORMTEXT ???? ?Control System Maintenance1job$ FORMTEXT ???? ?$ FORMTEXT ???? ?Turf Rotor Head Maintenance1job$ FORMTEXT ???? ?$ FORMTEXT ???? ?Spray/MSR/Bubbler Head Maintenance1job$ FORMTEXT ???? ?$ FORMTEXT ???? ?TOTAL 3016$ FORMTEXT ???? ?Irrigation System Maintenance & RepairTurf Rotor Head Repair25each$ FORMTEXT ???? ?$ FORMTEXT ???? ?Turf Rotor Head Replacement50each$ FORMTEXT ???? ?$ FORMTEXT ???? ?Spray/Multi-Stream Rotary Head Repair25each$ FORMTEXT ???? ?$ FORMTEXT ???? ?Spray/Multi-Stream Rotary Replacement25each$ FORMTEXT ???? ?$ FORMTEXT ???? ?Bubbler Repair10each$ FORMTEXT ???? ?$ FORMTEXT ???? ?Deep Root Watering System Replacement10each$ FORMTEXT ???? ?$ FORMTEXT ???? ?Electric Valve Repair5each$ FORMTEXT ???? ?$ FORMTEXT ???? ?Electric Valve Replacement5each$ FORMTEXT ???? ?$ FORMTEXT ???? ?Quick Coupling Valve Replacement2each$ FORMTEXT ???? ?$ FORMTEXT ???? ?Control Wire Fault Location and Repair5each$ FORMTEXT ???? ?$ FORMTEXT ???? ?Communication Cable Fault Location and Repair2each$ FORMTEXT ???? ?$ FORMTEXT ???? ?Lateral Line Repair10each$ FORMTEXT ???? ?$ FORMTEXT ???? ?Mainline Repair5each$ FORMTEXT ???? ?$ FORMTEXT ???? ?Replace Broken Valve Box and Cover5each$ FORMTEXT ???? ?$ FORMTEXT ???? ?Replace Broken Cover on Valve Box 15each$ FORMTEXT ???? ?$ FORMTEXT ???? ?Miscellaneous Parts and Supplies1year$2,000.00$ FORMTEXT 2,000.00TOTAL 3017$ FORMTEXT ???? ?Drainage System MaintenanceRemove Debris from Catch Basins1job$ FORMTEXT ???? ?$ FORMTEXT ???? ?Remove Debris from Culverts/Pipes under Paving1job$ FORMTEXT ???? ?$ FORMTEXT ???? ?Clean Terrace Drains and Concrete Lined Channels12jobs$ FORMTEXT ???? ?$ FORMTEXT ???? ?Clean and Maintain Sump Pump at Wash Station2jobs$ FORMTEXT ???? ?$ FORMTEXT ???? ?TOTAL 3018$ FORMTEXT ???? ?Trash & Debris Removal (Waste Management)Plant Litter Collection and Removal12months$ FORMTEXT ???? ?$ FORMTEXT ???? ?Trash and Debris Collection and Removal0months$ FORMTEXT ???? ?$ FORMTEXT ???? ?Commercial Waste Collection and Disposal12months$ FORMTEXT ???? ?$ FORMTEXT ???? ?TOTAL 3019$ FORMTEXT ???? ?Pavement Sweeping and CleaningPower washing pavement surrounding Admin Bldg. Chapel, Brick and Concrete Entry Drive, and Brick Sidewalks.0jobs$ FORMTEXT ???? ?$ FORMTEXT ???? ?Power sweeping of pavements including walkways, assembly area, columbaria courts, roadways, parking lots, driveways, curb lines and gutters.12months $ FORMTEXT ???? ?$ FORMTEXT ???? ?Power washing of pavements including walkways, assembly area, columbaria courts, roadways, parking lots, driveways, curb lines and gutters.0jobs$ FORMTEXT ???? ?$ FORMTEXT ???? ?TOTAL 3020$ FORMTEXT ???? ?Structure MaintenanceClean Main Entry Walls and Gates0jobs$ FORMTEXT ???? ?$ FORMTEXT ???? ?Clean Perimeter Walls Fences, and Gates0job$ FORMTEXT ???? ?$ FORMTEXT ???? ?Maintain Gate Hinges and Rollers0jobs$ FORMTEXT ???? ?$ FORMTEXT ???? ?Clean Rostrum Structure0jobs$ FORMTEXT ???? ?$ FORMTEXT ???? ?Clean War Memorials0jobs$ FORMTEXT ???? ?$ FORMTEXT ???? ?Clean Signage, Memorial Plaques and Insignia0jobs$ FORMTEXT ???? ?$ FORMTEXT ???? ?Clean and Maintain Flag Poles0jobs$ FORMTEXT ???? ?$ FORMTEXT ???? ?Maintain Exterior and Interior Lighting0months$ FORMTEXT ???? ?$ FORMTEXT ???? ?Clean Buildings Exteriors and Roofs0jobs$ FORMTEXT ???? ?$ FORMTEXT ???? ?Clean and Maintain Site Furnishings: seat walls, benches, trash receptacles, flower vase holders, flower vases, flower watering stations, statuary, bollards, and drinking fountains.0months$ FORMTEXT ???? ?$ FORMTEXT ???? ?Clean Solar Panels0job$ FORMTEXT ???? ?$ FORMTEXT ???? ?Pest Control (Buildings)0jobs$ FORMTEXT ???? ?$ FORMTEXT ???? ?Provide and Maintain Fire Extinguishers0job$ FORMTEXT ???? ?$ FORMTEXT ???? ?TOTAL 3021$ FORMTEXT ???? ?Janitorial ServiceJanitorial Duties: (Admin. Bldg., Chapel, Maintenance Bldg., Employee Break Room and Employee Restrooms) 0jobs$ FORMTEXT ???? ?$ FORMTEXT ???? ?Janitorial Duties: (Daily cleaning of Restrooms open to the Public). 0jobs$ FORMTEXT ???? ?$ FORMTEXT ???? ?Scrub & Wax Floor Tile in Columbarium, Employee Break Room, Maintenance Office and Restrooms.2jobs$ FORMTEXT ???? ?$ FORMTEXT ???? ?Shampoo all Carpets0jobs$ FORMTEXT ???? ?$ FORMTEXT ???? ?Wash all Windows2jobs$ FORMTEXT ???? ?$ FORMTEXT ???? ?TOTAL 3022$ FORMTEXT ???? ?Contractor ResponsibilitiesContractor’s Quality Control Plan (QCP)12months$ FORMTEXT ???? ?$ FORMTEXT ???? ?TOTAL 3023$ FORMTEXT ???? ?Total Cost for Option Year 3: $ FORMTEXT ???? ?OPTION YEAR 4 – APRIL 1, 2021 (or DATE OF AWARD) THROUGH MARCH 31, 2022CLINITEMEST. QTYUNITUNIT PRICETOTAL PRICEHeadstone Setting and AlignmentSetting New or Replacement Upright Headstones/ Upright Memorial Markers50each$ FORMTEXT ???? ?$ FORMTEXT ???? ?Setting New or Replacement Flat Markers50each$ FORMTEXT ???? ?$ FORMTEXT ???? ?Headstone Removal, Break-up and Disposal100each$ FORMTEXT ???? ?$ FORMTEXT ???? ?Upright Headstone “Bump & Run”500each$ FORMTEXT ???? ?$ FORMTEXT ???? ?TOTAL 4001$ FORMTEXT ???? ?Headstone Cleaning and MaintenanceUpright Headstone Cleaning0each$ FORMTEXT ???? ?$ FORMTEXT ???? ?Flat Marker Cleaning0each$ FORMTEXT ???? ?$ FORMTEXT ???? ?Private Monument /Memorial Marker Cleaning0each$ FORMTEXT ???? ?$ FORMTEXT ???? ?Headstone Bird Dropping Removal0each$ FORMTEXT ???? ?$ FORMTEXT ???? ?TOTAL 4002$ FORMTEXT ???? ?Headstone Raise, Lower, Re-align & ResetRaise and Re-align Upright Headstones/Memorial Markers50each$ FORMTEXT ???? ?$ FORMTEXT ???? ?Raise and Re-align Flat Markers200each$ FORMTEXT ???? ?$ FORMTEXT ???? ?TOTAL 4003$ FORMTEXT ???? ?Gravesite MaintenanceSunken Grave Repair– Full Casket Gravesite100each$ FORMTEXT ???? ?$ FORMTEXT ???? ?Sunken Grave Repair – Cremain Gravesite100each$ FORMTEXT ???? ?$ FORMTEXT ???? ?TOTAL 4004$ FORMTEXT ???? ?Cemetery Grounds Management PlanDaily, weekly, monthly Grounds Maintenance Schedule showing frequency of all activities for the contract year, including monthly updates.12months$ FORMTEXT ???? ?$ FORMTEXT ???? ?TOTAL 4005$ FORMTEXT ???? ?Turf RenovationVegetation Removal25,000sq-ft$ FORMTEXT ???? ?$ FORMTEXT ???? ?Soil Preparation for Turf25,000sq-ft$ FORMTEXT ???? ?$ FORMTEXT ???? ?Turf Renovation by Sod25,000sq-ft$ FORMTEXT ???? ?$ FORMTEXT ???? ?Turf Renovation by Seed10,000sq-ft$ FORMTEXT ???? ?$ FORMTEXT ???? ?Soil Prep and Sodding of Full Casket Gravesites50each$ FORMTEXT ???? ?$ FORMTEXT ???? ?Soil Prep and Sodding of Cremains Gravesites50each$ FORMTEXT ???? ?$ FORMTEXT ???? ?Overseeding by Slit Seeding25Acres$ FORMTEXT ???? ?$ FORMTEXT ???? ?TOTAL 4006$ FORMTEXT ???? ?Turf Maintenance – FertilizationSoil Testing and Recommendations4each$ FORMTEXT ???? ?$ FORMTEXT ???? ?Fertilizer Applications2jobs$ FORMTEXT ???? ?$ FORMTEXT ???? ?Soil Conditioner 1: (Gypsum) 107 Acres @ 1000#/A1jobs$ FORMTEXT ???? ?$ FORMTEXT ???? ?Soil Conditioner 3: (Humate) 107 Acres @ 750#/A0jobs$ FORMTEXT ???? ?$ FORMTEXT ???? ?TOTAL 4007$ FORMTEXT ???? ?Turf Maintenance – Pest ControlWeed Control – Post Emergent Herbicide (Broadcast & Spot Applications)12months$ FORMTEXT ???? ?$ FORMTEXT ???? ?Weed Control – Pre-Emergent Herbicide(1 job = 2 Split Applications)1job$ FORMTEXT ???? ?$ FORMTEXT ???? ?Invertebrate Pest Control12months$ FORMTEXT ???? ?$ FORMTEXT ???? ?Vertebrate Pest Control12months$ FORMTEXT ???? ?$ FORMTEXT ???? ?Repair of Landscape Damaged by Vertebrate Pests12months$ FORMTEXT ???? ?$ FORMTEXT ???? ?Repair and Protection of Irrigation Valve Boxes filled with Soil by Vertebrate Pests25each$ FORMTEXT ???? ?$ FORMTEXT ???? ?TOTAL 4008$ FORMTEXT ???? ?Turf Maintenance – Mowing, Trimming & EdgingCleaning Mowers to remove all Vegetation12months$ FORMTEXT ???? ?$ FORMTEXT ???? ?Mowing – Turf52jobs$ FORMTEXT ???? ?$ FORMTEXT ???? ?Trimming Upright Headstones/Memorial Markers40jobs$ FORMTEXT ???? ?$ FORMTEXT ???? ?Edging Flat Markers & Clipping Removal26jobs$ FORMTEXT ???? ?$ FORMTEXT ???? ?Edging Curbs/Sidewalks/Landscape Borders26jobs$ FORMTEXT ???? ?$ FORMTEXT ???? ?TOTAL 4009$ FORMTEXT ???? ?Turf Maintenance – AerificationAerification by Tine Aeration1job$ FORMTEXT ???? ?$ FORMTEXT ???? ?Aerification by Core Aerator 2jobs$ FORMTEXT ???? ?$ FORMTEXT ???? ?TOTAL 4010$ FORMTEXT ???? ?Turf Maintenance – TopdressingTopdressing Type 2 (Fill tire ruts)1000lineal feet$ FORMTEXT ???? ?$ FORMTEXT ???? ?TOTAL 4011$ FORMTEXT ???? ?Turf Maintenance – DethatchingDethatching(Includes Kikuyugrass & Bermudagrass)10acres$ FORMTEXT ???? ?$ FORMTEXT ???? ?TOTAL 4012$ FORMTEXT ???? ?Tree, Shrub, Planting Bed MaintenanceShrub and Ground Cover Pruning/Trimming12months$ FORMTEXT ???? ?$ FORMTEXT ???? ?Tree Pruning/Trimming12months$ FORMTEXT ???? ?$ FORMTEXT ???? ?Tree Branch/Limb Disposal12months$ FORMTEXT ???? ?$ FORMTEXT ???? ?Pest Control2jobs$ FORMTEXT ???? ?$ FORMTEXT ???? ?Planting Bed Tilling1job$ FORMTEXT ???? ?$ FORMTEXT ???? ?Planting Bed Weed Control - Pre-Emergent 2jobs$ FORMTEXT ???? ?$ FORMTEXT ???? ?Planting Bed Weed Control - Post-Emergent / Manual Removal12months$ FORMTEXT ???? ?$ FORMTEXT ???? ?Developed Cemetery Vegetation Control12months$ FORMTEXT ???? ?$ FORMTEXT ???? ?Public Right-of-Way Vegetation Control12months$ FORMTEXT ???? ?$ FORMTEXT ???? ?Organic Mulch – Planting Beds, Tree Rings, and Open Ground Areas 2jobs$ FORMTEXT ???? ?$ FORMTEXT ???? ?Inorganic Mulch– Planting Beds, Decorative Rock surrounding Monuments/Flag Pole 1job$ FORMTEXT ???? ?$ FORMTEXT ???? ?Planting Bed Edger Maintenance 1job$ FORMTEXT ???? ?$ FORMTEXT ???? ?Tree Staking and Maintenance 1job$ FORMTEXT ???? ?$ FORMTEXT ???? ?Tree Deep Root Irrigation/Fertilization 1job$ FORMTEXT ???? ?$ FORMTEXT ???? ?Plant Fertilizing 2jobs$ FORMTEXT ???? ?$ FORMTEXT ???? ?Palm Tree Fertilization 1job$ FORMTEXT ???? ?$ FORMTEXT ???? ?TOTAL 4013$ FORMTEXT ???? ?Tree, Shrub & Groundcover PlantingTree Planting (15 gallon)10each$ FORMTEXT ???? ?$ FORMTEXT ???? ?Shrub Planting (5 gallon)20each$ FORMTEXT ???? ?$ FORMTEXT ???? ?Ground Cover Planting (1 gallon)40each$ FORMTEXT ???? ?$ FORMTEXT ???? ?Annual Color Planting (4” pots)128each$ FORMTEXT ???? ?$ FORMTEXT ???? ?TOTAL 4014$ FORMTEXT ???? ?Irrigation System ManagementManage and Maintain Irrigation System including Scheduling and Sprinkler Adjustments12months$ FORMTEXT ???? ?$ FORMTEXT ???? ?Irrigation Audit1job$ FORMTEXT ???? ?$ FORMTEXT ???? ?Turf Rotor Pressure Testing1job$ FORMTEXT ???? ?$ FORMTEXT ???? ?Irrigation Schedule1each$ FORMTEXT ???? ?$ FORMTEXT ???? ?TOTAL 4015$ FORMTEXT ???? ?Irrigation System Scheduled MaintenanceWeather Station Maintenance1job$ FORMTEXT ???? ?$ FORMTEXT ???? ?Backflow Preventer Testing and Certification2each$ FORMTEXT ???? ?$ FORMTEXT ???? ?Master Valve Testing13each$ FORMTEXT ???? ?$ FORMTEXT ???? ?Flow Meter Testing and Calibration13each$ FORMTEXT ???? ?$ FORMTEXT ???? ?Pressure-Regulating Valve Assembly Testing4job$ FORMTEXT ???? ?$ FORMTEXT ???? ?Air & Pressure Relief Valve Testing9each$ FORMTEXT ???? ?$ FORMTEXT ???? ?Isolation Valve Testing1job$ FORMTEXT ???? ?$ FORMTEXT ???? ?Blow-off Valve Testing2jobs$ FORMTEXT ???? ?$ FORMTEXT ???? ?Leak Detection4jobs$ FORMTEXT ???? ?$ FORMTEXT ???? ?Control System Maintenance1job$ FORMTEXT ???? ?$ FORMTEXT ???? ?Turf Rotor Head Maintenance1job$ FORMTEXT ???? ?$ FORMTEXT ???? ?Spray/MSR/Bubbler Head Maintenance1job$ FORMTEXT ???? ?$ FORMTEXT ???? ?TOTAL 4016$ FORMTEXT ???? ?Irrigation System Maintenance & RepairTurf Rotor Head Repair25each$ FORMTEXT ???? ?$ FORMTEXT ???? ?Turf Rotor Head Replacement50each$ FORMTEXT ???? ?$ FORMTEXT ???? ?Spray/Multi-Stream Rotary Head Repair25each$ FORMTEXT ???? ?$ FORMTEXT ???? ?Spray/Multi-Stream Rotary Replacement25each$ FORMTEXT ???? ?$ FORMTEXT ???? ?Bubbler Repair10each$ FORMTEXT ???? ?$ FORMTEXT ???? ?Deep Root Watering System Replacement10each$ FORMTEXT ???? ?$ FORMTEXT ???? ?Electric Valve Repair5each$ FORMTEXT ???? ?$ FORMTEXT ???? ?Electric Valve Replacement5each$ FORMTEXT ???? ?$ FORMTEXT ???? ?Quick Coupling Valve Replacement2each$ FORMTEXT ???? ?$ FORMTEXT ???? ?Control Wire Fault Location and Repair5each$ FORMTEXT ???? ?$ FORMTEXT ???? ?Communication Cable Fault Location and Repair2each$ FORMTEXT ???? ?$ FORMTEXT ???? ?Lateral Line Repair10each$ FORMTEXT ???? ?$ FORMTEXT ???? ?Mainline Repair5each$ FORMTEXT ???? ?$ FORMTEXT ???? ?Replace Broken Valve Box and Cover5each$ FORMTEXT ???? ?$ FORMTEXT ???? ?Replace Broken Cover on Valve Box 15each$ FORMTEXT ???? ?$ FORMTEXT ???? ?Miscellaneous Parts and Supplies1year$2,000.00$ FORMTEXT 2,000.00TOTAL 4017$ FORMTEXT ???? ?Drainage System MaintenanceRemove debris from Catch Basins1job$ FORMTEXT ???? ?$ FORMTEXT ???? ?Remove Debris from Culverts/Pipes under Paving1job$ FORMTEXT ???? ?$ FORMTEXT ???? ?Clean Terrace Drains and Concrete Lined Channels12jobs$ FORMTEXT ???? ?$ FORMTEXT ???? ?Clean and Maintain Sump Pump at Wash Station2jobs$ FORMTEXT ???? ?$ FORMTEXT ???? ?TOTAL 4018$ FORMTEXT ???? ?Trash & Debris Removal (Waste Management)Plant Litter Collection and Removal12months$ FORMTEXT ???? ?$ FORMTEXT ???? ?Trash and Debris Collection and Removal0months$ FORMTEXT ???? ?$ FORMTEXT ???? ?Commercial Waste Collection and Disposal12months$ FORMTEXT ???? ?$ FORMTEXT ???? ?TOTAL 4019$ FORMTEXT ???? ?Pavement Sweeping and CleaningPower washing pavement surrounding Admin Bldg. Chapel, Brick and Concrete Entry Drive, and Brick Sidewalks0jobs$ FORMTEXT ???? ?$ FORMTEXT ???? ?Power sweeping of pavements including walkways, assembly area, columbaria courts, roadways, parking lots, driveways, curb lines and gutters.12months $ FORMTEXT ???? ?$ FORMTEXT ???? ?Power washing of pavements including walkways, assembly area, columbaria courts, roadways, parking lots, driveways, curb lines and gutters.0jobs$ FORMTEXT ???? ?$ FORMTEXT ???? ?TOTAL 4020$ FORMTEXT ???? ?Structure MaintenanceClean Main Entry Walls and Gates0jobs$ FORMTEXT ???? ?$ FORMTEXT ???? ?Clean Perimeter Walls Fences, and Gates0job$ FORMTEXT ???? ?$ FORMTEXT ???? ?Maintain Gate Hinges and Rollers0jobs$ FORMTEXT ???? ?$ FORMTEXT ???? ?Clean Rostrum Structure0jobs$ FORMTEXT ???? ?$ FORMTEXT ???? ?Clean War Memorials0jobs$ FORMTEXT ???? ?$ FORMTEXT ???? ?Clean Signage, Memorial Plaques and Insignia0jobs$ FORMTEXT ???? ?$ FORMTEXT ???? ?Clean and Maintain Flag Poles0jobs$ FORMTEXT ???? ?$ FORMTEXT ???? ?Maintain Exterior and Interior Lighting0months$ FORMTEXT ???? ?$ FORMTEXT ???? ?Clean Buildings Exteriors and Roofs0jobs$ FORMTEXT ???? ?$ FORMTEXT ???? ?Clean and Maintain Site Furnishings: seat walls, benches, trash receptacles, flower vase holders, flower vases, flower watering stations, statuary, bollards, and drinking fountains.0months$ FORMTEXT ???? ?$ FORMTEXT ???? ?Clean Solar Panels0job$ FORMTEXT ???? ?$ FORMTEXT ???? ?Pest Control (Buildings)0jobs$ FORMTEXT ???? ?$ FORMTEXT ???? ?Provide and Maintain Fire Extinguishers0job$ FORMTEXT ???? ?$ FORMTEXT ???? ?TOTAL 4021$ FORMTEXT ???? ?Janitorial ServiceJanitorial Duties: (Admin. Bldg., Chapel, Maintenance Bldg., Employee Break Room and Employee Restrooms) 0jobs$ FORMTEXT ???? ?$ FORMTEXT ???? ?Janitorial Duties: (Daily cleaning of Restrooms open to the Public). 0jobs$ FORMTEXT ???? ?$ FORMTEXT ???? ?Scrub & Wax Floor Tile in Columbarium, Employee Break Room, Maintenance Office and Restrooms.2jobs$ FORMTEXT ???? ?$ FORMTEXT ???? ?Shampoo all Carpets0jobs$ FORMTEXT ???? ?$ FORMTEXT ???? ?Wash all Windows2jobs$ FORMTEXT ???? ?$ FORMTEXT ???? ?TOTAL 4022$ FORMTEXT ???? ?Contractor ResponsibilitiesContractor’s Quality Control Plan (QCP)12months$ FORMTEXT ???? ?$ FORMTEXT ???? ?TOTAL 4023$ FORMTEXT ???? ?Total Cost for Option Year 4: $ FORMTEXT ???? ?Total Base and all Option Years Estimated Cost: $ FORMTEXT ???? ?NOTE: The quantities given are only estimates of work to be performed. The Contractor shall be paid only for services approved by the COR and actually rendered or performed. The Contactor shall meet with the COR at least weekly to plan the work to be performed as indicated on the Cemetery Grounds Management Plan. The COR will provide the Contractor with the interment schedule on a daily basis. The Contractor shall not be compensated for work unauthorized by the COR.B.3 STATEMENT OF WORKBACKGROUNDThe Department of Veterans Affairs, National Cemetery Administration, honors Veterans with a final resting place and lasting memorials that commemorate their service to our nation. There are approximately 131 National Cemeteries in 39 states that receive visitors, hold ceremonies and conduct committal services on an ongoing basis. Because of the special significance and attention our National Cemeteries receive from the public, strict adherence to the following specifications is essential.PLACE OF PERFORMANCEThe Contractor shall provide all supervision, labor, equipment, materials and supplies necessary to provide Interment and Grounds Maintenance Services at Los Angeles National Cemetery, hereby known as “the Cemetery”. Specific locations, sizes and services required for the cemeteries are as follows:CemeteryAddressAcreageRequired ServicesLos Angeles NC950 S. Sepulveda Blvd., Los Angeles CA 90049115 Developed Acres107 Turf AcresFull Grounds Maintenance ServicesMAINTENANCE AREASThe physical area of the contract includes the cemetery proper, structures, paving, and landscaped grounds, maintenance areas, roadways, perimeter landscaped areas, forested lands, and all of its landscape elements. A portion of the cemetery may be under renovation by another contractor at any time; and specific grounds maintenance activities may be under separate contract with another vendor.CONTRACT OBJECTIVESTo use an innovative and creative technical approach to manage the grounds maintenance operation at the Cemetery in order to maintain the high standards of appearance as a National Shrine, in accordance with the National Cemetery Administration National Shrine Commitment Operational Standards and Measures (Version 5.1 July 2014) and standard commercial practices.GENERAL REQUIREMENTS & SPECIFICATIONSSERVICES PROVIDED: The Contractor shall provide all supervision, labor, equipment, materials and supplies necessary to perform the following Grounds Maintenance Services at the Los Angeles National Cemetery. THE CONTRACTOR SHALL PROVIDE THE MANPOWER & RESOURCES NECESSARY TO PERFORM AND COMPLETE MULTIPLE JOBS SIMULTANEOUSLY. Services to be provided include the following:Headstone Setting and AlignmentHeadstone Cleaning and MaintenanceHeadstone Raise, Lower, Realign & ResetGravesite MaintenanceColumbaria & Memorial Wall MaintenanceCemetery Grounds Management PlanTurf RenovationTurf Maintenance – FertilizationTurf Maintenance – Pest ControlTurf Maintenance – Mowing, Trimming & EdgingTurf Maintenance – AerificationTurf Maintenance – DethatchingTurf Maintenance – TopdressingTree, Shrub & Planting Bed Maintenance Tree, Shrub & Groundcover PlantingIrrigation System ManagementIrrigation System Scheduled MaintenanceIrrigation System Maintenance and RepairDrainage System MaintenanceTrash & Debris Removal (Waste Management)Pavement Sweeping and CleaningStructure MaintenanceJanitorial ServiceContractor ResponsibilitiesSupervision, Work Hours, and TrainingGovernment ContactsHEADSTONE SETTING & ALIGNMENTNCA STANDARDSDefinition: Headstones include upright headstones, flat markers, and columbaria niche covers.Headstones are properly installed.Headstones are aligned in accordance with the section plan or historic pattern.Proper height and alignment of each headstone is maintained.Headstones are clean, free of debris and objectionable accumulations.SCOPEWork consists of setting new or replacement headstones on gravesites and resetting or realigning those already in place that have shifted out of vertical or horizontal alignment. It includes reporting physical defects to the Contracting Officer or his/her authorized representative. Contractor shall align and level-set an estimated 50 upright headstones; and 50 flat markers per year.GENERAL REQUIREMENTSThe type of headstone to be used shall be determined by the Contracting Officer Representative (COR) through direction of the National Cemetery Administration, Central Office (in accordance with the general plan of the cemetery).Headstones shall be installed within seven (7) days of delivery to the Cemetery as weather and soil conditions permit. Headstones shall be cleaned after setting. Cost for cleaning to be included in work for headstone setting.Acceptability. The "Setting & Alignment" of new or replacement headstones is considered "acceptable" when the Contractor clearly evidences compliance in meeting contract requirements.Inspection & Acceptance: Acceptance is defined as the point in time which the COR has determined the work performed is satisfactory. The Government reserves the right to inspect any/all services rendered and either reject or require correction when headstone setting & alignment are not in conformity with contract specifications.Headstones that are set by the Contractor shall maintain the proper height and alignment for a period of 90 days after being initially set. Any settlement or misalignment of headstones during this 90 day period will be corrected by the Contractor at no additional cost to the Government. The Government may require the contractor to re-perform any non-conforming services at no increase in contract price. PROCEDURE: NEW & REPLACEMENT HEADSTONESThe Cemetery is responsible for ordering headstones, checking for proper wording spelling.Headstones are delivered by the vendor to the Cemetery and received by the Cemetery Staff. Cemetery Staff shall inventory and inspect headstones for damage immediately upon receipt. Cemetery Staff shall inventory and inspect headstones for proper wording within two (2) days after receipt. Cemetery Staff shall remove glue or crating material from the headstones that has adhered to the surface.In transporting or storage of headstones, they shall be protected from the weather to avoid damage or staining from crating materials. Each stone shall be placed so as to rest flat. If there is any breakage or damage in any form due to the Contractor's handling or negligence, the cost for replacement shall be borne by the Contractor. The COR shall designate a suitable area for storage of the headstones at the Cemetery. Initial inspection shall be accomplished by COR and contractor’s representative upon receipt. Defective headstones shall not be set. Replacement headstone shall be ordered by the Cemetery.Headstones shall be erected in appropriate places within seven (7) calendar days of receipt, or if weather or soil conditions prohibit this time frame, as soon as practicable after receipt. See “Headstone - Raise, Lower, Realign & Reset” for specific procedures for setting each type of headstone.Trees or shrubs obstructing headstones shall be noted and the COR shall determine remedial action, and any modification needed for installation of a headstone.Headstones shall be lifted and transported or set by at least two (2) people unless special one-person lifting devices are approved. Realignment, when consisting merely of straightening the headstone, may be accomplished by one person.Older markers shall be realigned laterally, transversely and diagonally in the same manner as new headstones.Damaged markers shall be identified and immediately brought to the attention of the COR. Damaged markers and defective/incorrectly inscribed markers on order would be, upon receipt of the new marker, destroyed by the Contractor by means of breaking the marker with a maul or sledge hammer to be totally unreadable. Resultant debris shall be removed from the cemetery grounds in a lawful manner.Replacement marker(s) shall be set within seven (7) days after receipt at the cemetery.The Contractor is responsible for the unloading of headstones from the delivery truck, and the COR is responsible for the initial inspection.The contractor shall report on his/her weekly inspection report to the COR the following:Number of headstones raised and what section _______(Upright, Flat) ________SectionNumber of headstones realigned and section _______(Upright, Flat) ________SectionIf there is a problem with realigning a specific marker, a report shall be sent to the COR providing a detailed explanation, the reasons the marker was not realigned.All headstones set by the Contractor shall be warrantied for a period of 90 days; any realignment of headstones during this warranty period shall be at the Contractor’s expense.Adjustment, raising and realigning newly set headstones due to initial settling, improper compaction or Contractor error will not constitute Headstone Raise, Lower, Realign, Reset, Backfill as described in the Price/Cost Schedule and shall be at the Contractor’s expense.REMOVAL OF HEADSTONESThis process involves the removal of any headstone associated with a second interment or to gain access to an area within an interment area:The COR, or his/her designee, will identify headstone(s) to be removed.The Contractor shall pull headstone(s) to gain access to the location(s) identified.Once removed, headstones shall not leave the gravesite unless the headstone needs additional inscription work.If additional inscription work is required the Contractor shall relocate removed headstones to the maintenance yard for destruction, or transport them to the inscription yard. Once work is completed in the area, the Contractor shall reset the original or replacement headstone(s) and the 90-day warranty period will begin.DISPOSAL OF HEADSTONESOnce the COR or his/her designee has identified a headstone for disposal the Contractor shall take the following actions:Move the headstone to an area of the maintenance yard located out of the view of the general public.Break the headstone into pieces so that the inscriptions are not legible.Bury the broken headstone pieces as directed by the COR.Headstones shall not be used for any purpose other than their intended use.The Contractor shall maintain a log of all disposed headstones. This log shall track the Name, date of disposal and the location of disposed headstone.PRIVATE MARKERS/MONUMENTSThe Contractor shall carefully inspect and document the condition of every private marker/monument. The Contractor shall immediately notify the COR in the event a private marker/monument appears to be a safety hazard to employees and/or the public. Any work needed to correct the safety hazard shall be through separate contract.HEADSTONE “BUMP & RUN”Headstone “Bump & Run” is a minor alignment process that does not require the upright headstone to be removed from the original socket. Approximately 500 upright headstones shall require “Bump & Run” each year. “Bump & Run” shall be accomplished by a two-person team as follows: One person shall use a wood lever (such as a 2x4) or metal pry bar to adjust each upright headstone to align vertically with adjacent headstones in the same row and column. Care shall be taken to wrap the bar or tool to ensure it does not damage or mar the headstone. A second person shall stand in the same row/column approximately 10 headstones distant to instruct which direction the subject headstone should be adjusted. Once the headstone has been satisfactorily adjusted so it is in alignment with the other headstones in the same row and column, a tamping tool shall be used to tamp around the base of the headstone so soil is compacted sufficiently to prevent shifting.HEADSTONE CLEANING AND MAINTENANCENCA STANDARDSUpright markers, flat markers and niche covers are clean, free of debris and objectionable accumulations.Upright markers, flat markers and niche covers are not damaged, marred, or discolored by Contractor operations.SCOPEWork consists of cleaning all markers as specified by the Contracting Officers Representative (COR) to remove objectionable material and discoloration, such as accumulations of bird droppings or mud, tire and hose markings, grass stains, residue from trees, fungus, lichens, and other biological activity. There are approximately 76,583 marked gravesites in the Cemetery with approximately 24,884 upright markers; 46,370 flat markers; 5,329 niche covers; and 25 memorial markers. Headstones shall be cleaned prior to Memorial Day and Veteran’s Day and any other times as determined by the Contracting Officers Representative (COR) with a minimal washing of one (1) time per year. The natural surfaces shall be retained. They shall not be painted, white washed or calcimined. Any headstones that have any dirt splash-up or grass debris from mowing/trimming from the grounds maintenance contractor operations shall be promptly cleaned when found at no additional cost to the Government. Work to clean headstones of grass clippings and/or soil residue resulting from turf mowing, edging, and trimming operations does not constitute “headstone cleaning” under this section and will not be billed for as such.Any headstone that has objectionable accumulations of bird droppings shall be cleaned by dry brushing. Dropping that cannot be removed by the dry brush method shall be removed with a wet brush and rinsed with water. The headstones most affected are those directly beneath trees where birds roost.GENERAL REQUIREMENTSHeadstones that become misaligned during contractor cleaning operations shall be realigned per “Headstone Raise, Lower, Re-align & Reset” at no additional cost to the GovernmentProtect the turf area from any damage with protection boards or rubber mats. Any turf that is damaged shall be restored at no additional cost to the Government per “Turf Renovation”.Abrasive blasting and abrasive cleaning solutions shall not be used.Contractor shall report the condition of all headstones to the COR monthly the using Headstone, Marker and Niche Cover Maintenance Checklist. (See Attachment B.). The COR will train the Contractor in the proper use of this form.UPRIGHT AND FLAT MARKER CLEANINGGovernment-approved cleaning agent and clean water shall be used to clean headstones. Cleaning techniques with water shall include high pressure spraying, scrubbing and rinsing.When pressure washing is utilized, the pressure shall not exceed 800 psi. Excessive soil may be removed with plain water and a stiff brush (no wire brushes), followed by rinsing with clear water.Use a cleaning product specifically designed to clean headstones each year. Acceptable Products: ‘D/2 Biological Solution by D/2 Biological Solutions, Inc.; ‘Weatherzyme’ by United Laboratories, Inc.; or COR-approved equal. Follow manufacturer’s printed instructions for product mixing and application. Protect turf from injury. Avoid contact between cleaning agent and turf exposed to direct sunlight. Initially clean two headstones using the approved cleaning agent as a test area to determine efficacy of cleaning and to observe for damage done to turf. COR will inspect and track results. Discontinue use of cleaning agents that are not producing satisfactory results and/or are damaging turf. Continue with cleaning of headstones when directed by COR.HEADSTONE BIRD DROPPING REMOVALClean headstones soiled by excessive accumulation of bird droppings when directed by the COR.Use a dry medium-stiff bristle brush to remove dried bird droppings. Wire brushes are not allowed.When the dry brush method does not achieve satisfactory results, use a wet brush and clean water to clean headstones by scrubbing and rinsing.HEADSTONE – RAISE, LOWER, REALIGN & RESETNCA STANDARDSProper height and alignment of each headstone is maintained. Older headstones shall be realigned laterally, transversely and diagonally in the same manner as new headstones.All headstone alignments that are not set or reset properly shall be corrected at no additional cost to the Government. SCOPEWork consists of raising, lowering, realigning and resetting existing markers. Standard upright marble headstones are approximately 42 inches long, 13 inches wide, 4 inches thick, and weigh approximately 230 pounds each.Flat markers are 24 inches wide and 12 inches in length and are either granite or marble. There are two thickness and weights of flat markers: 3 inch thick markers weighing approximately 90 pounds and 4 inch thick markers weighing approximately 130 pounds.Approximately 50 upright headstones and 200 flat markers shall require “Raise & Realignment” annually.Acceptability: The "Raise, Lower, Realign & Reset" of existing headstones is considered "acceptable" when the Contractor clearly evidences compliance in meeting contract requirements.Headstones that are set by the Contractor shall maintain the proper height and alignment for a period of 90 days after being initially set. Any settlement or misalignment of headstones during this 90 day time will be corrected by the Contractor at no additional cost to the Government. Inspection & Acceptance: Acceptance is defined as the point in time which the COR or designee has determined the work performed is satisfactory and meets the criteria set forth in the contract. The Government reserves the right to inspect services rendered and either reject or require correction when Raise, Lower, Realign & Reset are not in conformity with contract specifications.The Government may require re-performance of non-conforming services at no increase in contract price.GENERAL REQUIREMENTSRecord Keeping and Reporting: The Contractor’s Site Manager shall provide theCOR with weekly written accurate reports detailing the burial section and range of graves raised and realigned during that specific week. These lists shall be provided on not less than a weekly basis, and shall identify all of the above work that took place within the previous seven calendar days. Upon request, the Contractor shall also provide a plan of action for the upcoming week, indicating headstone/marker locations and specific areas where work is scheduled to occur.All temporary markers, floral, commemorative, or other types of decorations (arrangements) causing interference with the raise and realignment of upright headstone operation shall be carefully, and in an orderly manner moved from, and upon completion of work, moved back to all gravesites by the Contractor. Prior to removal, the contractor shall verify the numbering sequence and location of the headstone and associated decorations.Any headstones broken or damaged by the Contractor shall be reported to the Cemetery Administrator or COR by close of business each working day in order that the grave can be properly marked. The Contractor shall be responsible for the cost of the headstone replacement. All headstone replacements shall be coordinated with the COR. Any grid or sectional monuments disturbed, displaced or broken shall be replaced by the Contractor at his/her cost. All grid or sectional monuments disturbed, shall be properly reset by a licensed land surveyor at Contractor's expense. Curbs, roads, walks, turf, trees, utilities existing above and below the ground that are damaged or disturbed by the Contractor during performance of contract work shall be repaired at the expense of the Contractor. Repairs to the above shall be completed by the Contractor within fourteen (14) workdays, unless otherwise agreed to with the COR.UPRIGHT HEADSTONES RAISE/LOWER/REALIGN & RESETOverview: This section outlines Upright Headstone realignment requirements. Raise, Lower, Realignment, Reset, and Backfill services consist of extracting, resetting, aligning backfilling and tamping/compacting upright headstones that are already in place which have shifted out of vertical and/or horizontal alignment and plumb, as well as inventorying and assuring accurate placement of gravesites. The Contractor shall provide all supervision, professional advice/guidance, labor, parts, materials, equipment, and personnel necessary to provide the services defined herein.Removal/Handling/Storage of Headstones: If headstones are to be removed, prior to their removal they shall be verified by the contractor using grave plot maps provided by the COR. Verify the accuracy of these maps with COR prior to removing any headstones. Headstones shall not be removed from the burial section. Place headstone flat side down on the adjacent row when necessary. Do not lean headstones against any object. Headstones shall be handled and stored in a dignified manner.Headstones shall be removed from their sockets by using wooden and/or metal clamps. If metal clamps are used the area that contacts the headstone shall be protected with a rigid fabric that will prevent damage to, and marking of, the headstone. Clamps may be attached to a Bob Cat or similar machine to extract headstone from socket. Use care not to scratch or damage headstones in any manner. Contractor is responsible for restoring all damages caused to turf and headstones during performance of this work. Headstones are to be raised and/or lowered in the following manner; (Note: In areas where smaller than standard size headstones may occur, coordinate specified measurements and dimensions of required work with COR)Shallow and Correct Depth Headstones Set in Earth: Earthen sockets are to be dug to a depth of 21 inches below finished grade. Place minimum 3-inch deep base of 3/4-inch minus crushed aggregate material and compact to 95 percent relative density such that 24-26 inches of the headstone will extend from the finish grade to the top of the arc on the headstone. Place aggregate base material around all sides of the headstones in 3-inch lifts and compact to 95 percent relative density, leaving the last 6 inches for placement of topsoil. Compact topsoil to 85 percent relative density and sod per “Turf Renovation”.Deep Headstones Set in Earth: Earthen sockets are to be filled to a depth of 18 inches below finished grade. Place minimum 3-inch deep base of 3/4-inch minus crushed aggregate material and compact to 95 percent relative density such that 24-26 inches of the headstone will extend from the finish grade to the top of the arc on the headstone. Place aggregate base material around all sides of the headstones in 3-inch lifts and compact to 95 percent relative density, leaving the last 6 inches for placement of topsoil. Compact topsoil to 85 percent relative density and sod per “Turf Renovation”.Headstones in Concrete Support System: For headstones set in the concrete support system, remove the headstone as per above. Remove and dispose of all materials from the socket of the precast concrete support block. Replace with clean 1/4-inch minus crushed aggregate base to depth to achieve proper headstone height, and compact. Set stone, fill voids with clean 1/4-inch minus crushed aggregate base and compact.Full-casketed upright marker gravesites are either 5’ by 10’ or 5’ by 13’.For Straight Rows: Headstones shall be set vertically plumb in all directions, in all cases in a line vertically and laterally, and where possible transversely (coordinate with COR), with headstones of other graves using a top string, a back of headstone string line, and a side of headstone string line. Maximum vertical, lateral, and transverse tolerance of any headstone off the alignment string lines and/or marks shall be 1/8-inch or less. All measurements and string line set ups shall be taken from established section layout control points, not from previously set headstones or keystones, unless otherwise directed by the COR. In irregular terrain where sloping and uneven ground conditions exist, all headstones shall be set at proper heights and levels to provide a flowing transition through uneven terrain. Raised and realigned headstones in all soil and terrain conditions shall be firmly in place so that the headstones are rigid with no give or play. Headstone vertical alignment shall be further measured by use of an electronic/digital level, with tolerance between 89-90 degrees plumb.In cases where headstone sockets need to be realigned/shifted, and/or re-dug, the headstone sockets (holes) to receive headstones shall be dug by hand and/or mechanical devices to a sufficient depth so that 24-26 inches of the headstone is extending from the soil level to the top of the arc on the headstone. Contractor shall not dig a headstone socket wider than twelve (12) inches, twenty (20) inches in length, or exceed a depth of 21 inches that may cause the headstone to settle below height requirement.The measurements between rows of headstones and headstones within each row may differ from one section to the next due to the use of differing burial patterns; discuss with COR where this is found to occur. These measurements shall be adhered to as closely as possible. Headstones shall be accurately and precisely reinstalled on the correct gravesites with the utilization of grave plot maps.Headstones are chosen to be “key” stones. All headstones determined to be keystones are stones identified by the COR that are set off the burial section’s permanent control markers. All keystones are to be identified at beginning, middle, and the end of 72-feet grids. These keystones are to be aligned by leveling front and back and side-to-side, and raised or lowered to a height of 24-26 inches above topsoil level. Constant quality control is to be maintained and is required on all keys.At the start of work in each burial section, the first row of reset/realigned headstones in each burial section is to be inspected by COR for appearance, spacing, depth, alignment, plumbness, height, accuracy, and smoothness in grade transition. No further setting of headstones shall be done until this first row has been inspected and accepted by the COR. If the first row is rejected by the COR, the contractor shall at no additional cost to the Government reset the rejected stones before proceeding in that section. It is the Contractors responsibility to notify the COR 24 hours in advance of when each of these inspections will be needed.Heavy strings or lines must run along the backs, sides, and tops of these keystones. The string or line is required to be provided by the contractor and must be approved for use before by the COR before used. These lines are to be marked with the proper measurements (size of section) for the section being aligned. All remaining headstones in the row are then aligned along the strings front to back and side-to-side even with the measured marks on the line. Each headstone is leveled and plumbed front to back and side-to-side keeping the back of the headstone along the string and the side of the headstone along the measured mark. Maximum vertical, lateral, and transverse tolerance of any headstone off the alignment string lines and/or marks shall be 1/8 inch, or less. Each headstone is also raised or lowered as necessary to ensure a uniform measurement of 24-26 inches above topsoil level. The headstone is then aligned along the string front to back and side-to-side even with the measured mark on the line. The headstone is leveled and plumbed front to back and side-to-side keeping the back of headstone along the string and the side of the headstone along the measured mark.The alignment of the headstones shall be checked frequently during this process because the tamping may move the headstone out of level or off the mark on the line. This process of raising and realigning is repeated for each row of headstones. Upright headstones in all completed work areas shall be firmly set and anchored in place with no movement from forces subjected by the COR. The Government reserves the right to require the contractor to pull suspect stones to verify that the correct base material and specified depths have been achieved. Any stone pulled under this requirement will be pulled and reset at no additional cost to the Government.FLAT MARKER HEADSTONES RAISE/LOWER/REALIGN & RESETOverview: This section outlines Flat Marker Headstone realignment requirements. Raise, Lower, Realignment, Reset, and Backfill services consist of extracting, resetting, aligning backfilling and tamping/compacting flat markers that are already in place which have shifted out of vertical and/or horizontal alignment and plumb, as well as inventorying and assuring accurate placement of gravesites. The Contractor shall provide all supervision, professional advice/guidance, labor, parts, materials, equipment, and personnel necessary to provide the services defined herein.Marker Locations: Exact marker locations where adjustment, realignment, resetting and backfill will begin will be provided to the Contractor by the COR. The COR will determine the beginning point and ending point in each cemetery section.Work Activity Sequence: In burial sections where work consists of Flat Marker Raise/Realign, Cleaning, and Turf Renovation - The Contractor shall submit proposed sequence of work activities to COR for approval prior to starting work. Turf renovation work may be requested in conjunction with flat marker raise and realign work in order to achieve the uniformity of flat markers with the leveled burial section surface terrain. When flat markers are removed from any row to complete required work, each end of row shall have a temporary control marker placed by a registered surveyor. The contractor shall create a working drawing showing specific locations of each individual flat marker to facilitate precise flat marker reinstallation in the correct location.Raise, Lower, Realign, Reset, Backfill, Flat Granite Markers onto an Existing Marker Grid Support System shall be accomplished as follows:Full-casketed flat marker gravesites are 5’ by 10’; cremation flat marker gravesites are either 2.5’ by 2.5’ or 5’ by 5’; and memorial marker sections are 5' by 5'. Granite and marble markers are 24 inches wide and 12 inches in length. There are two thickness and weights of flat markers: 3 inch thick markers weighing approximately 90 pounds, and 4 inch thick markers weighing approximately 130 pounds.Cemetery Layout Survey Map: The Contractor shall have a temporary control pin marker placed by a registered land surveyor at the ends of each row of the burial section. The Contractor shall create an as-built survey map showing the exact location of each individual flat marker, and annotated by actual gravesite number and decedent name in order to facilitate precise flat marker reinstallation in the correct location.The measurements between rows of flat markers and flat markers within each row may differ from one section to the next; discuss with COR where this is found to occur. These measurements shall be adhered to as closely as possible. Some variances may be allowed in order to keep a uniform appearance of flat markers being aligned. Markers shall be accurately and precisely reinstalled on the correct gravesites with the utilization of temporary grave plotting maps, existing permanent control markers where available and temporary contractor installed control markers accurately and precisely installed at the ends of each gravesite row.Removal/Handling/Storage of Flat Markers: Cemetery Layout Maps shall be verified with the COR prior to removing any flat markers. The Contractor shall pull the flat markers from the flat marker sockets and carefully store the markers on each associated gravesite 2 or 3 feet below the original socket. All markers shall be placed back in the original socket by close of business each day. Flat markers shall be reset to a depth so that the top surface of the flat marker is 1-inch above grade in accordance with Cemetery Master Plan. All measurements and string line set-ups shall be taken from established section control markers and/or from temporary control markers installed by the Contractor around the section and at the end of each grave row, not from previously set flat markers, unless otherwise directed by the COR.All measurements shall be made in ascending grave number order. All markers in flat terrain shall be leveled laterally and transversely using a bubble level. In rolling terrain where sloping ground conditions exist, all flat markers shall be set with top surface at proper heights and levels to provide a uniform flowing transition through the rolling terrain. Markers shall be accurately and precisely reinstalled on the correct gravesites with the utilization of temporary grave plotting maps, existing permanent control markers where available and temporary Contractor-installed control markers accurately and precisely installed at the ends of each gravesite row.Flat markers shall be set in a line laterally, transversely, and diagonally with flat markers of other graves. All measurements and string line set-ups shall be taken from established section layout control markers, not from previously set flat markers, unless otherwise directed by the COR. (See Attachment A – Flat Marker Realignment.)All line set-ups shall be secured to retain proper alignment even in windy conditions.After all work has been completed, the flat markers in all soil and terrain conditions shall be held firmly in place by the compacted soil and crushed aggregate base so that the flat markers are rigid with no give, play, or movement when subjected to forces by the COR.The realign crew starts on a row of flat markers close to the center of the section to be realigned. The contractor shall find the 'key" stones. Keystones are located 7 inches below and 30 inches centered from the control marker. For assistance in finding keystones, the Contractor shall follow the direction of the COR.At the start of work in each burial section, the first row of realigned flat markers in each burial section will be inspected by COR for appearance, spacing, depth, alignment, plumb, height, accuracy, and smoothness in grade transition. No further setting of flat markers shall be done until this first row has been inspected and accepted by the COR. It is the Contractors responsibility to notify the COR 24 hours in advance of when each of these inspections will be needed.Heavy strings or lines shall run along the sides and tops of the keystones. The string or line is required to be provided by the contractor and must be approved for use before by the COR before used. These lines shall be marked with the proper measurements- (size of section) for the section being aligned. All remaining flat markers in the row shall be aligned along the strings front to back and side-to-side even with the measured marks on the line. Each flat marker shall be adjusted front to back and side-to-side keeping the back of the flat marker along the string and the side of the flat marker along the measured mark. Maximum vertical, lateral, and transverse tolerance of any flat marker off the alignment string lines and/or marks shall be 1/8 inch, or less. Each flat marker shall be raised or lowered as necessary to be 1-inch above topsoil level subject to the top string slopes required for the markers to flow with the sloping terrain. The flat marker shall be aligned along the string front to back and side-to-side even with the measured mark on the line. The flat marker shall be leveled and plumbed front to back and side-to-side keeping the back of marker along the string and the side of the marker along the measured mark.Adjustments to marker height and alignment shall be made by placing and compacting 1/4-inch minus crushed aggregate levelling base on top of the existing plastic marker grid support. Submit sample and sieve analysis of 1/4-inch minus aggregate to COR for approval.Turf shall be cut with a sharp knife where proper realignment of the marker requires removal of sod and/or soil.The alignment of the flat markers shall be checked frequently during this process to ensure that the marker is not out of level or off the mark on the line. This process of raising and realigning shall be repeated for each row of markers. Flat markers in all completed work areas shall be firmly set and anchored in place with no movement from forces subjected by the COR.Where sod and/or soil have been removed for realignment of the flat marker, COR-approved amended topsoil shall be compacted in the voids between the marker and sod.GRAVESITE MAINTENANCENCA STANDARDSGravesites have grades which are level and blend with adjacent grave levels.Sunken graves have been identified and a plan of action developed to re-establish the ground level and cover within 15 calendar days of the date identified.Grave re-openers during the mowing season show healthy turf re-established within 20 days of the interment.SCOPE: SUNKEN GRAVE SITESA sunken grave is defined as any gravesite that has subsided two (2) inches or more from the existing adjacent grade. Standard graves excavated and backfilled are approximately five and feet wide and approximately ten feet long. The Contractor shall identify sunken graves requiring repair.Repair of sunken graves shall be accomplished within 15 days of identification. Work consists of removal of existing turf, refilling sunken graves with approved backfill materials to match existing adjacent graves, and establishment of new turf cover.Approximately 200 grave sites shall be in need of repair per year. The cemetery shall be inspected no less than weekly for holes, washouts and sunken graves.GENERAL REQUIREMENTSSUNKEN GRAVE SITES:Cut and remove turf from the area of subsidence surrounding the sunken grave.Backfill with COR approved soil and tamped to within twelve (12) inches of finish grade. Amended topsoil shall then be added to bring the gravesite to final grade. The disturbed area shall then be raked free of stones and any debris larger than one-half (1/2) inch measured in any direction.Replant turf on gravesites by sod per “Turf Renovation”.COLUMBARIUM, MEMORIAL WALL and OSSUARY MAINTENANCE NCA STANDARDSVisually prominent areas shall receive a high level of maintenance.SCOPEProvide regular and routine maintenance to all elements of the columbarium, memorial wall and ossuary garden.GENERAL REQUIREMENTSOne (1) Columbarium Building called “The Cloister”; one (1) Memorial Wall called “The Pergola”; and one (1) Ossuary Garden will require regular maintenance.Clean Columbarium, and memorial wall by pressure washing twice a year to remove efflorescence, stains, and debris. Use low pressure setting on brick veneer. Scheduling cleaning one week before both Memorial Day and Veterans Day. Use lowest possible pressure setting while cleaning brick to prevent reoccurrence of efflorescence.Clean niche covers and memorial markers annually in accordance with “Headstone Cleaning” using Government-approved cleaning agent.Clean and polish bronze columbaria niches and memorial markers with appropriate metals cleaners and wax to remove oxidation and stains following manufacturer’s printed instructions. Protect and clean up surrounding areas.Remove plant litter, trash and other debris daily.Remove objects placed on or attached to niche covers and columbaria walls daily.Remove graffiti daily, including lipstick.Remove efflorescence on brick veneer when evident by brushing with a stiff plastic bristle brush and mild detergent and water.Remove potted plants placed on gravesites more than 5 days before and 5 days after Christmas and other national holidays. (See Floral Regulations.)Remove non-conforming gravesite decorations, (e.g., coins, memorabilia, artificial flowers, Christmas trees, etc.) and deliver to a specified location or dispose thereof as directed by the COR.Remove, clean, and replace flower cones into designated receptacles daily.Remove fresh cut flowers when unsightly.CEMETERY GROUNDS MANAGEMENT PLANNCA STANDARDS All maintenance activities are included in a current Cemetery Grounds Management Plan.SCOPECemetery Grounds Management Plan: A maintenance plan developed by each national cemetery, which identifies required maintenance tasks and schedules for all grounds maintenance activities.Contractor shall develop a Cemetery Grounds Management Plan for the national cemetery based on all required grounds maintenance activities specified herein.Contractor shall update the Cemetery Grounds Management Plan on a monthly basis to reflect actual occurrence of maintenance activities. Submit an updated spread sheet to COR for review and approval.GENERAL REQUIREMENTSWithin 30 days after Notice to Proceed, the Contractor shall submit a Cemetery Grounds Management Plan to the COR and Pacific District Agronomist for review and approval.The plan shall be developed on an electronic spread sheet, listing each task/activity specified herein, represented on a year-long time line beginning with the fiscal year. The spread sheet shall clearly show the frequency of all tasks/activities on a daily, weekly, monthly basis throughout the fiscal year. A sample Grounds Management Plan spreadsheet may be obtained from the Pacific District Agronomist.The plan shall incorporate the activities outlined in the “Turf Application Schedule” and the “Trees, Shrubs, and Groundcover Application Schedule”.The plan shall incorporate a legend to indicate which specific products (i.e., manufacturer and product name) are proposed to be supplied with each application and the application rate in quantity of product and/or active ingredient (ai) per Acre or 1000 square-feet.The Contractor shall complete and maintain the Grounds Maintenance Checklists (Daily, Weekly, Monthly and Annually) The COR will provide training in the proper use of these documents. (See Attachment C.)TURF RENOVATIONNCA STANDARDSTurf used shall be compatible with the geographic region and shall adhere to the Cemetery Master Plan, where applicable. Seek guidance from expert sources (e.g. local county agricultural extension agent or, NCA Pacific District Agronomist, or landscape architects in NCA-CO) is adhered to regarding turf selection.Visually prominent areas have a well-established, healthy stand of turf, generally free of bare areas.Work consists of vegetation removal, soil preparation, and re- planting of turf by sod on areas of the cemetery where no turf has previously been installed; turf has been disturbed, has died, has become infested; or has 25 percent or more visually bare area. Lawn at newly dug or repaired sunken graves shall be re-planted by sod. Both full casket and cremain graves will require re-planting.SCOPEWork consists of ground preparation and sodding of areas of the cemetery where the turf is thin, has died, has become infested, or otherwise is in need of renovation.The Contractor shall be responsible for the removal and disposal of any weeds, dead turf, and shall use quality topsoil and compost in performance of the sodding.All newly dug or refilled graves shall be re-planted with turf by sod. The finished grade of each gravesite shall conform to the height and alignment specifications as expressed in “Headstone Setting and Realignment” section of this contract.DEFINITIONSTurf: Turfgrass, grass, lawn. Any ground cover consisting primary of cultivated turfgrass species, such as perennial ryegrass and fescue.Irrigated Turf: Lawn that has permanent irrigation system installed. RTF: Rhizomatous Tall Fescue. Turf-type tall fescue which produces rhizomes, underground stems that penetrates laterally through the soil to spread the plant while sending shoots up to the soil surface, forming a new plant.TURF RENOVATIONVegetation Removal:Apply herbicide in a minimum of two applications. Do not turn off the irrigation system until just before the first application of the herbicide. Do not mow the area before application of herbicide. This will allow the turf/weeds to absorb the maximum amount of herbicide.While the turf is still actively growing, the entire vegetated area shall be sprayed with a non-selective herbicide (Glyphosate derivative). Application rate shall be at the maximum label recommended rate for the complete elimination of the existing turfgrass and weeds. Product label instructions shall be followed for elapsed time before moving to the next procedure to allow the herbicide to fully affect the plant material (approximately 10 to 14 days).After the elapsed time for burn out, the area shall then be irrigated to encourage growth of any remaining plant material. When there is sufficient re-growth, the area will be retreated with the non-selective herbicide, again following the product label directions for time to elapse for the herbicide to fully affect the plants.Power rake or verticut the entire area to loosen residual plant debris. Remove plant debris and dispose of as indicated for green waste in a legal manner.Soil Testing: (See requirements of “TURF MAINTENANCE – FERTILIZATION”.)Soil Preparation:Soil Amendment: Follow the recommendations on the soils report for the amendment of topsoil through the incorporation of compost, lime, gypsum, and fertilizers (i.e., macro and micro-nutrients). Obtain soils report from COR for the burial section(s) in which the work is to be executed. Where no soils report is available for a specific burial section, follow the recommendations for the nearest section. Fertilizers containing nitrogen shall have minimum of 50% of nitrogen formulated as “slowly available nitrogen” or slow-release form.Prior to supplying the compost, soil amendments and fertilizers, submit the following for the approval of the COR and the Pacific District Agronomist: One-half (1/2) cubic-foot sample of compost, and certification letter from the supplier attesting that compost is U.S. Composting Council Certified.Laboratory analysis of proposed soil amendments per the soils report, (i.e., lime, gypsum, etc.) and rate of application in pounds per 1000 square-position and laboratory analysis of fertilizer (i.e., N:P:K plus micronutrients) and rate of application in pounds per 1000 square-feet.Regardless of the recommendations of the soils report, add 1 cubic-yard of compost per 1000 square-feet to the soil. Incorporate the compost and other soil amendments uniformly to a depth of 6 to 8 inches by roto-tilling.Fine Grading:Restore the soil to an even condition before sodding by rolling in several directions with a standard turfgrass roller filled with water.All irregularities in the finished surface shall be corrected to eliminate depressions and high spots. Fill low spots with high quality topsoil, similar to the soil already present, to eliminate the depressions and achieve the desired finish grade.Finish grades adjacent to paving and curbs shall be 1-1/2 to 1-1/4 inches below the top of paving to allow for the placement of sod.The finished sod bed must be fine in texture and firmly compacted and free of any plant material, rocks or other debris greater than one-half (1/2) inch.Prepared sod bed areas shall be protected from damage by vehicular or pedestrian traffic.Sodding:Sod: Sod shall be produced from stolons and State of California certified. The composition of the grass species in the sod shall be 95 percent Turf Type Tall Fescue and 5 percent Kentucky Bluegrass. The sod shall be certified weed and pest-free. The Turf Type Tall Fescue shall be a blend of three regionally adapted cultivars.Prior to delivery of sod, the COR shall inspect the work area. Any discrepancies in the ground preparation shall be corrected prior to the laying of sod in the work area.Prior to installation of the sod, the COR shall have the right to inspect and to assess the condition and quality of the proposed sod. The COR shall have the right to reject poor quality sod before installation. The Contractor shall warranty the sod for one (1) year from date of Final Acceptance. The sod shall be cut as thinly as possible (1.25 to 1.5 inch) to allow for faster rooting and shall be cut and delivered to the work site the same day of installation. Contractor shall make all necessary arrangements to protect delivered sod from excessive drying and wind damage. Sod shall be laid expeditiously without interruption, until the work area is completely sodded. Sod shall meet elevations of existing adjacent turf, andSod shall be laid perpendicular to the direction of the slope with seams staggered and tightly matched, and then tamped lightly or rolled to ensure firm contact with the soil with no air gaps. Sod placement shall match existing adjacent grades. Sod shall be cut and fitted around all markers, headstones and other objects.Sod shall be kept continually moist until it is well rooted and able to survive with routine irrigation scheduling.Gaps between sod slabs shall be filled with fine, washed, river sand.Any substitution of sod type must be specifically approved by the COR and MSN V Agronomist in writing.Begin mowing new turfgrass when the leaf blades reach one inch above normal recommended mowing height. Mow at desired maintenance height (See “Turf Maintenance—Mowing, Trimming & Edging”). Never remove more than 1/3 of the total foliage length.Continue watering and mowing until the new turfgrass is well-established. If weeds germinate with the turfgrass, do not treat with herbicides until the turfgrass has been mowed at least three times. Then eliminate the weeds by using appropriate post-emergent herbicides in accordance with procedures specified under “Turf Maintenance – Pest Control”, (and as indicated in NCA Handbook 3410–Integrated Pest Management Procedures for VA National Cemeteries).Establishment:Care for turf by watering, mowing, and fertilizing until a healthy stand of turf is established.Hand mow with walk-behind mowers until turf is established to prevent damage from riding mowers.SODDING OF INDIVIDUAL GRAVESITESPrepare sod bed as indicated for “Turf Renovation” beginning with “Soil Preparation,” unless noted otherwise.Finish grade of graves shall be backfilled with topsoil to within 1-1/2 to 1-1/4 inches below the adjacent gravesites to provide required depth for sod to replant gravesite.Apply 18:24:12 (N:P:K) granular starter fertilizer at 5 lbs. per 1000 sq-ft. using a calibrated spreader.Plant areas with Sod. The composition of the grass species in the sod shall be: 95% Dwarf Tall Fescue; and 5% Kentucky Bluegrass. The sod shall be certified weed and pest-free. The tall fescue shall be a blend of three regionally adapted cultivars and shall match surrounding turf variety in color and texture.Thoroughly hand water to maintain moist soil conditions until turf is re-established.Hand mow new turf with walk-behind mowers until established to prevent damage from riding mowers.OVERSEEDING by SLIT SEEDINGGrass Seed: Fresh, clean, dry, new-crop seed complying with "AOSA, Rules for Testing Seed" for purity and germination tolerances. Seed shall be labeled in conformance with U. S. Department of Agriculture rules and regulations under the Federal Seed Act and applicable state seed laws. Wet, moldy, or otherwise damaged seed will not be acceptable.Seed Species: Not less than 95 percent germination, not less 85 percent pure live seed, and not more than 0.5 percent weed seed.Species: Blue Tag certified seed and State of California certified. The composition of the grass seed species shall be 90 percent Rhizomatous Tall Fescue (RTF); 5 percent Kentucky Bluegrass; and 5 percent Fine Fescue. The tall fescue shall be a blend of at least 3 regionally adapted cultivars. Seed Mix ‘A’ (Full Sun): 95 percent Rhizomatous Tall Fescue (RTF); 5 percent Kentucky Bluegrass. Seed Mix ‘B’ (Part Sun): 90% Rhizomatous Tall Fescue (RTF); 5 percent Kentucky Bluegrass 5 percent Fine Fescue with 3 regionally-adapted tall fescue, and 2 regionally-adapted fine fescue seed varieties.Available RTF Turfgrass Seed: ‘Defiance XRE’ Turf Type Tall Fescue (Festuca arundinacea);, or equal.Overseed thin or bare turf, in early fall (late September/early October), and again in early spring (late February/early March) to coincide with annual rainfall. Begin biannual overseeding regime in fall of Base Year and perform in spring and fall every year thereafter as directed by the COR. COR will designate areas of turf to be overseeded.Apply post-emergent herbicide to kill both broadleaf and grass weed species. Wait until herbicide has effectively killed weeds before proceeding to next step. Reapply herbicide as needed to achieve 90% kill of weed species.Mow existing vegetation as short as possible, 1/2 to 1 inch in height, removing clippings from the site with bag attachments.Verticut the areas to be overseeded to loosen surface soil to a depth of 1-inch, and to rake out loose vegetation. Remove loose vegetation from site. Verticut in two directions at 45 degrees angles to each other. (See “Turf Maintenance – Aeration”.) Apply 18:24:12 (N:P:K) granular starter fertilizer at a rate of 5 lbs./1000 sq-ft (200 lbs./Acre).Two surface applications of turf starter fertilizer are required, one immediately prior to seed placement, and another after the first mowing. Split applications such that a maximum of 1 pound of actual Nitrogen is applied per 1000 square-feet of seed bed. Broadcast fertilizers using an accurately calibrated spreader to uniformly apply fertilizer to the designated areas.Overseed by mechanical slit seeder with seed mix at 8 lbs./1000 sq-ft (350 lbs./Acre).Use a slit seeding unit equipped with verticutting blades that cut through existing vegetation and opens up a slit or miniature furrow in the soil. The depth of the slit into the soil shall be no more than 1/2 the length of the grass seed husk.Make two passes with the slit seeder at 45 degree angles to each other leaving a diamond shaped pattern with the seed placed into the soil at 1/2 inch apart.Thoroughly hand water to maintain moist soil conditions until turf is re-established. Keep seed and seedlings moist until turf is established.Do not mow until grass has reached 4 inches in height. Hand mow new turf with walk-behind mowers until established to prevent damage from riding mowers.SATISFACTORY TURFTurf installations shall meet the following criteria as determined by COR:Satisfactory Sodded Turf: At end of 30 days, a healthy, well-rooted, even-colored, viable turf has been established, free of weeds, open joints, bare areas, and surface irregularities, with coverage exceeding 95 percent over any 10 sq. ft. (0.92 sq. m) and bare spots not exceeding 5 by 5 inches (125 by 125 mm).Satisfactory Seeded Turf: At end of 30 days, a healthy, uniform, close stand of grass has been established, free of weeds and surface irregularities, with coverage exceeding 90 percent over any 10 sq. ft. (0.92 sq. m) and bare spots not exceeding 5 by 5 inches (125 by 125 mm).GUARANTEE The Contractor, coordinating with the COR, shall be responsible for mowing, trimming, and ensuring all new turf areas are automatically irrigated, and maintained in a healthy and vigorous condition.The Contractor shall, at his own expense, replace any turf which has died or been damaged within 30 days of being installed. Healthy turf shall be re-established within 30 days on all grave re-openers during the growing season.TURF MAINTENANCE – FERTILIZATIONNCA STANDARDSAll visually prominent areas have a well-established, healthy stand of turf.SCOPEContractors shall be responsible for maintaining the turf area of the cemetery and the immediate area surroundings of the cemetery in a healthy condition by proper application of fertilizers and soil amendments indicated in soil tests for each burial section.GENERAL REQUIREMENTSFertilizer: Fertilizer shall be applied based on the results and recommendations of soil reports. The Contractor shall apply at least 3 pounds of actual Nitrogen per 1,000 square feet per year with 50% of the Nitrogen from controlled-release sources and 40% from organic sources. To avoid salt burn limit single application of Nitrogen to 1.5 pounds per 1000 square-feet with: no more than 1.0 pound water-soluble Nitrogen, and 0.5 to 1.0 pound of controlled-release Nitrogen.The fertilizer shall be split into 2 applications every year April, and October or as determined by the COR. Apply first application after initial heavy flush of spring growth has subsided. (Apply one to two weeks prior to Memorial Day and Veterans Day to “green-up” the lawn.) The fertilizer shall be uniformly applied with an accurately calibrated spreader.Soil pH shall be maintained at optimal level for cool season turfgrass between 6.3 and 6.8.Lime: When pH below 6.5 in soil tests indicates a need for lime, it shall be applied at the rate indicated in those tests. Time of application shall be in fall immediately after soil aerification. Split applications if report requires more than 50 pounds per 1000 square-feet to be applied to correct soil pH. A pelletized product shall be used for ease of application.Gypsum: When soil tests indicate a need for gypsum, it shall be applied at the rate indicated in those tests. Time of application shall be in fall immediately after soil aerification. Split applications if report requires more than 50 pounds per 1000 square-feet to be applied to correct soils. A pelletized product shall be used for ease of application. Product shall be derived from: Calcium Sulfate and consist of: Calcium (Ca) 21.00%; Sulfur (S) 16.00%; and Gypsum (CaSO4 ? 2H2O) 60.00%.Elemental Sulfur: When pH above 7.0 in soil tests indicates a need for elemental sulfur, it shall be applied at the rate indicated in those tests. Limit sulfur applications to 5 pounds per 1000 square-feet every 5 to 6 weeks during the active growing season until the total recommended amount of product has been applied. A pelletized product shall be used for ease of application.Humates: Where soil tests indicate soil organic matter less than 6%, humates shall be applied at the manufacturer rates 750 lbs. per Acre indicated on their printed instructions. Time of application shall be in spring and fall immediately after soil aerification. A pelletized product shall be used for ease of application. Product shall be derived from mined Gypsum and have a guaranteed minimum analysis: Calcium Sulfate dihydrate (CaSO42H20) 35.00%; Calcium (Ca) 7.00%; Sulfur (S) 5.00%, plus Humic Acids 1.5% derived from Leonardite.EQUIPMENT AND SUPPLIESThe Contractor shall provide all required chemicals, fertilizers, soil amendments and any other supplies as indicated in the “Turf Application Schedule”.Contractor shall provide all necessary personnel, applicators, hoses and other equipment. Water will be furnished by the Government at no cost to the Contractor.SOIL TESTINGThe Contractor shall have the soil tested during the base year and every year thereafter before the spring fertilizer application. Soil tests shall be conducted by qualified, independent, soils and plant laboratory, university laboratory, or an Agricultural Extension in the state of California recognized by the State Department of Agriculture, with the experience and capability to conduct the testing indicated and that specializes in types of tests to be performed. Soil laboratories affiliated with vendors are not permitted.The Contractor shall provide three (4) soil reports and recommendations annually. Soil extractions shall be performed in accordance with standard guidelines for agricultural soil sampling and under the observation of the COR. Soil samples shall be taken from areas within the cemetery that will properly represent the soil conditions. The soil tests shall clearly identify the cemetery section(s) from which the samples were taken to assist the contractor in the application of specific soil amendments. For each soil sample submitted to the laboratory, a minimum of 10 soil extractions shall be taken.The Contractor shall provide four (4) soil reports and recommendations annually from representative of regions of the cemetery. Region 1: Northwest quadrant.Region 2: Southwest quadrant.Region 3: Northeast quadrant.Region 4: Southeast quadrant.The Contractor shall provide a copy of each soil test results and recommendations to the COR and Pacific District Agronomist for approval prior to the fertilizer and amendment purchase.Provide soil analyses in the form of a graphical report showing:Soil composition (USDA particle size analysis indicating percentages of sand, silt and clay). Percent organic matter.Macro and micro nutrient fertility tests as determined by pH.Salinity (ECe).Nitrate nitrogen, ammonium nitrogen, phosphate phosphorous, potassium, calcium, magnesium, soluble copper, zinc, manganese, iron saturation extract, boron and sodium analyses.Exchangeable Sodium Percentage (ESP).Cation exchange capacity (CEC).Report suitability of tested soils for plant growth: Based upon the test results, the laboratory shall provide recommendations for fertilizers and soil amendments to be applied for the maintenance of healthy turf. State recommendations for macro and micro nutrients in pounds per 1,000 square foot or tons per acre, as necessary to correct soil nutrient deficiencies.State recommendations for soil amendments to be added in pounds per 1,000 square foot or tons per acre to adjust soil pH to within the range of 6.3-6.8.For Turf Renovation: state recommendations for compost to be added in cubic yards per 1000 square feet to adjust soil organic matter content of the soil to a minimum of 6 percent.VERIFICATIONList dates for fertilizer applications on the Cemetery Grounds Management Plan. The actual date of application shall be reported to the COR no later than 5 working days after completion of work.Submit to the COR and Pacific District Agronomist for approval, laboratory analyses and compositions of each soil amendment and each fertilizer intended for use on the cemetery prior to procuring those products.Submit to the COR and Pacific District Agronomist a spread sheet listing each burial section in the cemetery and indicating each fertilizer composition (i.e., N:P:K plus micronutrients), and soil amendment (i.e., lime, gypsum, elemental sulfur) to be applied in each burial section corresponding to the recommendations of the soils reports. The spread sheet will list each product’s manufacturer, trade name and application rate in pounds of product per Acre or 1000 square feet.Documentation of compliance with the soil test application rate shall be provided to the COR within 5 working days of fertilizer/soil amendment application. Examples of suitable documentation include: purchase order; invoice; or delivery documents.TURF MAINTENANCE – PEST CONTROLNCA STANDARDSTurf in burial areas and visually prominent areas are to be 90 percent weed free.Turf in all other areas is to be generally weed free.SCOPEContractors shall be responsible for maintaining the turf area of the cemetery and the immediate area surroundings of the cemetery in a healthy condition by proper application of fertilizers, and chemicals (to control weeds, diseases, and invertebrate and vertebrate pests). Turf in high visibility areas shall be at least 90 percent pest and disease free.Conduct pest control in accordance with requirements as stated in NCA Handbook 3410 – Integrated Pest Management Procedures for VA National Cemeteries.DEFINITIONS:Pest is defined as any plant or animal detrimental to humans or human concerns including weeds, fungi, molds, vertebrates, and invertebrates.An animal is any living thing that is not a human being or a plant.A pesticide is herbicide, insecticide, fungicide, and poisonous baits.GENERAL REQUIREMENTSPesticides: Contractor shall keep a record of all insecticides, herbicides, etc. applied and submit a copy to COR on the appropriate form within 5 working days of application along with all supporting MSDS sheets for any chemicals used in accordance with the Globally Harmonized System of Classification and Labelling of Chemicals (GHS). (See Attachment E “Pesticide Application Data Sheet”). The COR will train the Contractor in the proper use of this form. Records will show type, amount, application area, and weather conditions. Post signs along the perimeters of treated areas informing the public that a chemical has been applied (Date and Time of Application). Weed Control: Weed growth and disease in turf shall be controlled by means of mowing, trimming and pesticide application or any other method approved by the COR. All personnel using such sprays shall be properly trained, and the person in charge shall be duly licensed by the State of California to use pesticides. Broadcast applications of pesticides for weeds shall be accomplished in the spring and the fall as specified in the “Turf Application Schedule”. Spot treatments of pesticides for weed control shall occur monthly.Grass Weed Pre-Emergent: Contractor shall apply grass pre-emergent herbicide in granular form when treating for kikuyugrass, bermudagrass, annual bluegrass, crabgrass, dallisgrass, goosegrass, johnsongrass, etc. at manufactures recommended rate allowable for the west coast region and cool season turf grasses. Apply pre-emergent one to two weeks prior to the anticipated seed germination when soil temperatures register between 50 to 55°F for 3 consecutive days. Apply a second sequential application of the same product 8 to 10 weeks following the first application. Pre-emergent must be applied with calibrated spreading equipment. The Contractor is solely responsible for damage to headstones or any other structures caused as a result of any pre-emergent application or herbicidal treatment. Apply products containing benefin, bensulide, dithiopyr, oryzalin, oxadiazon, pendimethalin, and prodiamine and their combinations such as benefin/oryzalin. Alternate between chemical classes of herbicide products to reduce herbicide resistance.Annual Bluegrass (Poa annua) Control: To limit annual bluegrass germination during winter, apply pre-emergent herbicides listed above in late summer or early fall when soil temperatures drop below 70°F. Repeat application in early spring. In addition to the pre-emergent herbicide application, the Contractor shall apply post-emergent herbicide spot applications of ethofumesate, foramsulfuron, pronamide, sulfosulfuron, and trifloxysulfuron to young plants. Successful control will be measured as cemetery turf with less than 10 percent annual bluegrass weeds. Broadleaf Weed Control: Broadleaf herbicides shall be applied with calibrated measured spraying equipment (not a hose end sprayer). The chemical must address issues of various broadleaf weed types which include dandelion, white clover, bristly oxtongue, speedwell, little mallow, California burclover, filaree, chickweed, curly dock, yellow wood-sorrel, black medic, plantain, spurge, prickly lettuce, purslane, shepherd’s purse, etc.. Applications shall be timely and at the proper dosage so that perennial weeds do not go to seed. Chemicals shall be broadcast and spot-applied to turf areas throughout the cemetery as appropriate for the degree of weed pressure. Use three-way herbicide products containing triclopyr; 2,4-D; and dicamba. Tank mix with MCPP or MCPA to increase spectrum of control.Grass Weed Control: Grass weed herbicides shall be applied with calibrated measured spraying equipment (not a hose end sprayer). Applications shall be timely and at the proper dosage so that grass weeds do not go to seed. Chemicals shall be broadcast and spot-applied to grass weeds in turf areas throughout the cemetery as appropriate for the degree of weed pressure. Alternate between herbicides products containing dithiopyr in the spring and pronamide in summer to reduce herbicide resistance. Tank mix with MSMA or fenoxapropto increase spectrum of control.Sedge Weed Control: Sedge weed herbicides shall be applied with calibrated measured spraying equipment (not a hose end sprayer). The chemical must address issues of various weeds which include green kyllinga, annual sedge, purple nutsedge, yellow nutsedge, and aquatic sedges. Applications shall be timely and at the proper dosage so that grass weeds do not go to seed. Chemicals shall be spot-applied throughout the cemetery where infestations are evident, particularly in moist and low-lying areas prone to poor drainage. Tank mix with adjuvant per manufacturer’s printed instructions. Reapply 4 to 6 weeks per manufacturer’s printed instructions. Alternate between herbicides products containing halosulfuron, imazosulfuron, and sulfosulfuron to reduce herbicide resistance.Fungi: Employ IPM methods for reduction and treatment of fungi such as improving drainage through aeration and thatch removal; and proper mowing, fertilization and irrigation techniques to eliminate the conditions favorable for the growth of fungus. Application of fungicides is generally not required.Vertebrate Pest Control: Pests that include, but are not limited to: gophers, moles, voles, mice, rats, skunks, raccoons, and snakes shall be controlled by trapping, elimination of their food source, or other effective methods. Trapping shall be performed by licensed professionals permitted to trap the target pest. Shooting of animals will not be authorized. Comply with U.S. Fish and Wildlife laws and regulations, and state Fish and Game Code with regard to baiting and trapping of animal pests. All animals shall be disposed of or relocated in accordance with federal, state and local laws.If soil is disturbed by these pests, the Contractor shall ensure that all holes/ruts be filled with soil or other COR-approved material, tamped and re-graded. Areas of repair include both turf and planting beds. When applicable, damage to turf areas shall be sodded. When mowing, the Contractor shall mark off and avoid newly sodded areas until the turf is established.The Contractor shall: within 10 calendar days from start of the contract period conduct a complete inspection of the cemetery grounds and document all vertebrate pest damage using Attachment F “Vertebrate Pest Inspection Sheet” or other COR-approved document. The Contractor shall provide this document to the COR. Within 15 calendar days from the start of the contract period the Contractor shall have treated with bait, and/or set traps to eliminate the pests. With 20 calendar days from the start of the contract period the Contractor shall have correctly repaired the areas damaged from pest activity with matching turf.Approximately 30 days after the start of the contract period, and every 15 days thereafter as required, the COR will inspect the cemetery grounds to determine if the vertebrate pest damage has been reduced to an acceptable level. Also at that time, the COR will determine if the damaged turf has been repaired to an acceptable level. (Acceptable is defined as 90% of vertebrate pests are eliminated).The Contractor shall inspect for pest damage daily. If any additional signs of pest damage are found the Contractor shall set baits and/or traps the day of discovery. The inspections shall be documented and reported to the COR on a weekly basis.The Contractor shall inspect each irrigation equipment valve box for soil spoils form pest activity. Remove soil from irrigation valve boxes, and install 1/4-inch by 10 gauge galvanized steel mesh under and up sides of box to prevent pest intrusion. Secure mesh to sides of box with galvanized steel fasteners.Invertebrate Pest Control: Pests that include but are not limited to: insects (all life cycle stages), and spiders shall be controlled by insecticides, biological controls or other effective methods.Bees shall be live trapped and relocated by a specialist in bee keeping.Keep buildings free of wasps and their nests with particular attention given to the skylights on the Cloister, and entries to the Admin. Bldg. and Chapel.Fertilizer and Pesticide Application:Complete each turf application within the “Annual Application Date” specified in the “Turf Application Schedule”, (weather permitting). Applications shall be provided in accordance with manufacturers label instructions to ensure proper rate of active ingredient (ai) and timing.Coordinate Turf Application Schedule below with Kikuyugrass and Bermudagrass Control Plan (See Attachment D.)All application methods of shall be in strict accordance with manufacturer, Department of Environmental Protection and all federal, state and local laws.All applications shall be made in accordance with manufactures label instructions to ensure proper rate and timing of application. Prior to any application, the Contractor shall provide to COR, a copy of product label for each chemical used and appropriate supporting MSDS sheets. The Contractor shall provide the COR with MSDS sheets one (1) week in advance of any application.Contractor personnel applying turf applications shall possess a current, valid State of California commercial pesticide/herbicide application license. A copy of the license will be provided to the COR. The Contractor shall be responsible for any damage resulting from the application of any fertilizer, herbicide or pesticide treatments.Train employees on environmental issues such as ground water contamination, wetland protection, 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.Post appropriate flags or markers in all treated areas for a period of 24 hours after a fertilizer and/or pesticide treatment has been applied accompanied by a sign informing the public of the time and date of the chemical application. Remove all flags and signs upon expiration of the 24-hour period.Turf applications shall be applied with appropriate calibrated spreading and spraying equipment. Liquid and pellet surface applications shall be uniformly distributed within the cemetery’s defined area of coverage. Surface applications shall not be made where surface run-off is likely to occur or near a water source.Spot applications of herbicide shall be made with an appropriate non-staining marker dye compatible with the herbicide being applied.Use surfactants and adjuvants with herbicides to improve herbicidal activity or application characteristics when recommended by herbicide manufacturer.Thirty (30) days after completion of the application, jointly inspect the pesticide application with the COR and assess results. In areas where results are less than acceptable* re-perform the application at no additional cost to the Government. (*Acceptable is defined as 90% of target pest species are eliminated).Take precautions to prevent damage to the cemetery, in any manner, including headstones, monuments, shrub and flower beds, trees and other structures during maintenance operations. Current replacement costs for headstones, other cemetery structures or property damaged by the work under this contract will be deducted from the contract price.Do not use any pesticide or fertilizer in either granular or liquid form that will stain or discolor any headstones. Notify the COR of all materials scheduled for use on turf before beginning any turf application. Clean cemetery structures, headstones, monuments, and roadways that are soiled or stained as a result of the application.Wash-down with water all soiled or stained structures, headstones, and monuments at the end of each workday. Do not use hazardous chemicals at any time on Government property. Bear all costs associated with washing and cleaning. Notify the COR of any such soiling or staining of structures prior to washing/pensated Worker Therapy: At the pleasure of the Government, Compensated Worker Therapy (CWT) employees of the Government may be directed by the COR to engage in manual removal of weeds; and turf renovation activities to supplement the contracted work. Coordinate contract maintenance to renovate the turf in a timely fashion where CWT workers have removed weeds.TURF APPLICATION SCHEDULE: Apply Fertilizers, Herbicides, and Soil Conditioners in accordance with NCA Turf standards. Any deviation from this Schedule must be approved by the COR and the Pacific District Agronomist. Provide fertilization, pre-emergent weed control, post-emergent weed control, aerification, soil conditioning and overseeding services to turf areas in strict accordance with the following: Cool Season Turf Infested with Kikuyugrass and Bermudagrass TURFAPPLICATIONANNUAL APPLICATION DATEDESCRIPTION#1October 1st - 15th (or upon Award of Contract) if weed pressure is highApplication #1a: Post-emergent weed control broadcast in liquid form to control grass and broadleaf weeds.#2October 15st - 20thApplication #2: Overseeding of thin turf/bare areas and other COR-designated turf by slit-seeding.#3November 15th – 30thApplication #3a: Granular, minimum 75% slow release ‘Winterizer’ fertilizer with a guaranteed analysis of 21-2-15 applied at a rate of 5 lbs. /1000 sq. ft. using a properly calibrated broadcast spreader. Application #3b: Post-emergent weed control spot-applied in liquid form, to control grass and broadleaf weeds.#4December 15th – 20thApplication #4: Post-emergent weed control spot-applied in liquid form, to control grass, broadleaf weeds, and sedges.#5January 15th – 20thApplication #5: Post-emergent weed control spot-applied in liquid form, to control grass, broadleaf weeds, and sedges.#6February 15th – 28th Application #6a: Post-emergent weed control spot-applied in liquid form, to control grass, broadleaf weeds, and sedges.Application #6c: Overseeding of thin turf/bare areas and other COR-designated turf by slit-seeding.#7March 1ST – 15TH Application #7a: Granular, minimum 50% slow release fertilizer applied at rate of 1.5 lb. of Nitrogen/1000 sq.-ft. (1.0 lb. water-soluble Nitrogen) using a properly calibrated broadcast spreader. Base Phosphorus and Potassium percentages on recommendations of the soils report.Application #7b: Pre-Emergent herbicide applied in granular form for control of grass and broadleaf weeds. (Adjust timing with Soil Temperature at 50-55F.) (Split Application #1)#8March 15th – 31stApplication #8: Post-emergent weed control spot-applied in liquid form, to control grass and broadleaf weeds.#9April 15th – 20thApplication #8a: Post-emergent weed control broadcast in liquid form, to control grass and broadleaf weeds.Application #8b: Tine aeration of all weekly mowed cemetery turf areas. #10May 1th – 31thApplication #7b: Pre-Emergent herbicide applied in granular form for control of grass and broadleaf weeds. (Split Application #2)Application #9: Post-emergent weed control spot-applied in liquid form, to control grass, broadleaf weeds, and sedges.#11June 1th – 15thApplication #10b: Core aeration of all weekly mowed cemetery turf areas.Application #10c: Humate derived from Gypsum and Humic Acid applied at a rate of 750 lbs. / acre using a properly calibrated broadcast spreader. #12June 15th – 30thApplication #10a: Post-emergent weed control broadcast in liquid form, to control grass and broadleaf weeds.Application #10d: Dethatch weekly mowed cemetery turf areas showing thatch build-up greater than 1/2 inch (including kikuyugrass and bermudagrass). Limit thatch removal to 1/4 of the cemetery per year.#13July 15th – 20thApplication #11: Post-emergent weed control spot-applied in liquid form, to control grass and broadleaf weeds.#14August 1th – 31th Application #12: Post-emergent weed control spot-applied in liquid form, to control grass and broadleaf weeds.#15September 6th – 15thApplication #13c: Core aeration of all weekly mown cemetery turf areas. Application #12c: Pelletized agricultural Gypsum (20% Calcium; 16% Sulfur and 60% CaSO4·2H2O) derived from Calcium Sulfate applied at a rate of 10 lbs. / 1000 sq. ft. using a properly calibrated broadcast spreader#16September 15th – 30th Application #13a: Post-emergent weed control spot-applied in liquid form, to control grass and broadleaf weeds.Application #13b: Granular, minimum 50% slow release fertilizer applied at rate of 2.0 lb. of Nitrogen/1000 sq.-ft. (1.0 lb. water-soluble Nitrogen) using a properly calibrated broadcast spreader. Base Phosphorus and Potassium percentages on recommendations of the soils report.TURF MAINTENANCE – MOWING, TRIMMING & EDGINGNCA STANDARDSVisually prominent areas in the cemetery are properly trimmed and edged.SCOPETurf shall be maintained at a height within one-inch range of that which is professionally recommended for the turfgrass type appropriate for the geographic region. Optimally, the height is no more than half an inch above that range. Turf surrounding a headstone shall be trimmed to the recommended height. There shall be no signs of “grass burns” caused by mowers. There shall be no signs of turf being “scalped” by string trimmers.The Contractor shall be responsible for mowing, trimming and edging all grass within the cemetery and any vegetation outside perimeter enclosure walls and fences. This encompasses approximately 107 acres of irrigated turf grass within the developed area of the cemetery.EQUIPMENTRiding mowers may be used if they are not operated within 2 inches of headstones, monuments, tree trunks or other vertical elements unless directed to do so by the COR.Thirty-inch (30”) deck or smaller commercial walk-behind mowers shall be used to mow along curb edges, small spaces, and areas too steep to mow with riding mowers.Sixty-inch (60”) minimum and Seventy-two-inch (72”) maximum deck mowers shall be used to mow aisles between upright headstones within burial sections. Wheel paths of mowers shall not align on return passes within aisles to avoid creating ruts in the turf area.Mowers with decks larger than Seventy-two inches (72”) must be comprised of multiple “contour” cutting units.Brush mowers with rotary cutters, or flail crop shredders used to clear vegetation in buffer areas and undeveloped areas of the cemetery. Deck size as required to perform mercial-grade power trimmers and power edgers will be used to trim grass from around headstones, monuments, curblines, walkways, etc. Power trimmers shall be equipped with scalp-protectors.Cutting blades on mowing and trimming equipment must be sharpened every 20 hours of use, at the minimum so that grass tips are cleanly cut, and not torn or damaged. Cutting heights of all mowing equipment shall be set according to heights specified below. The height of grass is what is measured to get correct cutting height.GENERAL REQUIREMENTSTurf shall be cut to maintain heights as set forth below:Cutting Height - InchesTurf Grass Species3.0 to 3.5Cool Season TurfgrassMaintain turf in burial and public areas at a height within one inch range of that which is professionally recommended for the grass type by the California State University Agricultural Extension. Optimally, the height should be no more than half an inch above that range. For example, the height of Dwarf Turf Type Tall Fescue should be between 2.0 and 3.5 inches. In no circumstances shall the turf be allowed to grow taller than 4.0 inches or to be cut lower than 3.0 inches. Turf that is cut lower than 2.0 inches shall be repaired by Turf Renovation at no additional cost to the Government.Maintain non-irrigated vegetation in visually prominent areas of the cemetery by mowing. Maintain vegetation height at 4 to 6 inches. In no circumstances shall the vegetation be allowed to grow taller than 6 inches.Do not remove more than 1/3 of the grass leaf surface at any one mowing. Be familiar with and utilize different mowing patterns. Changing direction and patterns reduces turf wear providing a cleaner cut, and avoids creating tire ruts in the turf areas. Clean mowing and trimming equipment prior to entering the cemetery grounds. This will minimize the possibility of introducing weed contaminates to cemetery turf from areas outside the cemetery grounds. Contact the COR to inspect the equipment prior to unloading.Provide one or more commercial-grade mowers that will be dedicated to mowing areas known to be infested with Kikuyugrass and/or Bermuda grass. The mower(s) shall be able to professionally mow all areas within the infested cemetery sections. These mowers shall be marked with a 12-inch wide painted white stripe or decal from bumper to bumper to distinguish these mowers from the other mowers used on the rest of the cemetery.Clean mowing and trimming equipment prior to moving equipment from a turf area known to contain Kikuyugrass and Bermudagrass weeds to a turf area relatively free of those weed infestations. This will minimize the spreading the weed infestations within the cemetery grounds. Contact the COR to inspect the equipment prior to proceeding from one turf area to the next.Take the utmost care not to damage headstones, floral or commemorative items, structures, survey monuments, irrigation equipment, etc., while performing mowing, trimming and edging services. Repair or replace all damaged items caused by the Contractor to the satisfaction of the COR at no additional cost to the Government.Remove and replace all floral and commemorative items, such as fresh cut flowers, wreaths, (and artificial flowers, and potted plants when allowed), to their proper gravesite during the course of performing mowing and trimming services. Remove floral and commemorative items in accordance with the Floral Policy. (See “Trash and Debris Removal”.)Newly sodded turf will be present at newly interred gravesites, second interment gravesites, and renovated gravesite locations. New sod must be hand mowed until it is fully established to the point where riding mowers will not cause damage to the turf.Mow around trees in a manner that prevents “ringing pattern” around the tree and associated damage to turf.Vary mower wheel width patterns and mowing patterns after each mowing to prevent and avoid wheel rutting from occurring.Trim un-mowed grass around headstones, monuments, and other vertical surfaces to keep the grass at the height standard for mown turf without scalping between stones or around stones. Scalped turf between headstones shall be repaired as per “Turf Renovation” at no additional cost the Government.Clean headstones, walkways, curbs, concrete bases, and roads of grass clippings and leaves after mowing, weed-eating, edging, and trimming. Do not use leaf-blowers to move grass clippings into planting beds and rock gardens.PROCEDUREFrequency of Mowing, Trimming, & Debris Removal: Mow, trim and remove clippings once every seven (7) days for all turf in the developed cemetery. During periods of active growth, and after dethatching operations, mowing may be required twice weekly as directed by the COR. Complete trimming around headstones and debris removal in conjunction with each mowing cycle.Mowing Timing: Do not mow wet turf. Coordinate irrigation schedule so irrigation does not occur during the evening or morning prior to mowing. Mowing cycle shall be completed by Friday of each week.Mowing Patterns: Cross-cut, the turf between headstones every other mowing cycle. Cut turf aisles between headstones in the opposite direction from the preceding mowing cycle.Mowing Speed: Do not operate mowers at speeds that will leave tire marks when making sharp turns. In no case shall mowers be operated at speeds exceeding the manufacturer’s indicated speed for safe operation, or at speeds which cause damage to cemetery property.Mower/Trimmer Maintenance: Mower and trimmer maintenance shall be conducted in the designated maintenance yard, including refueling of equipment. Do not refuel equipment in cemetery burial sections.Mowing & Trimming: Cut turf within the cemetery burial sections at recommended height unless otherwise specified by the COR. Use rotary mowers with rear discharge mulching decks for mowing. The design of the mowing decks and speed of the mowing shall be such that scalping is avoided. Use bicycle-handled “stick” string trimmers for mowing around all headstones and other structures. Trim turf around flat markers at a minimum of 90 degrees (perpendicular to the base/marker). Scalping of the turf around a marker/headstone is unacceptable. Edging: Edge turf at streets, curbs, walkways inside and outside cemetery grounds. The COR shall conduct random inspections of edging weekly. Edging shall provide a clear zone 1/2-inch wide by 1-inch deep with all vegetation removed from joints and cracks. Avoid damaging pavement. Remove debris from edging from the site on the same day as the edging event. Use “stick” edgers with metal blades.Removal of Turf Clippings: Immediately remove or disperse windrows and mats of grass clipping deposited on the turf to avoid turf damage. Remove clippings deposited on headstones and other monuments, roads, walks, plazas, beds, tree basins, or other non-turf grass areas the same day as the mowing event that produced them. Remove clippings deposited on sidewalks or at public visitor areas including around the Chapel at same time mowing work is occurring. In specialty areas, collect clippings in bag attachments to the mowers, when directed by the COR.Removal of Grass Clippings and Soil: Immediately remove grass and/or soil splatter deposited onto headstones and other structures the same day as the mowing and/or trimming event that produced them. Cleaning of headstones and structures soiled by mowing and trimming activities is incidental to the work and shall not be considered as “Headstone Cleaning and Maintenance” or “Structure Maintenance”, nor billed as such.Memorial Day: Complete mowing, trimming, edging & debris removal work no later than close of business on the Thursday prior to Memorial Day to allow sufficient time for the placement of personal floral arrangements on individual graves and for the preparation of Memorial Day services at the cemetery.Veterans Day: Complete mowing, trimming, edging & debris removal work for Veterans Day no later than two (2) work days prior to the scheduled holiday.Inspection: The COR will inspect mowing, trimming and edging a minimum of once a week.TURF MAINTENANCE – AERIFICATIONNCA STANDARDS Visually prominent areas have a well-established, healthy stand of turf.Turf areas have adequate drainage.SCOPESoil compacted by heavy foot or vehicle traffic shall be relieved by aerification to improve air, water, and nutrient penetration into the turfgrass canopy and root zone. The procedure is generally necessary only once per growing season on national cemetery grounds not subject to continual heavy traffic. Core aerification uses specialized equipment to remove numerous soil cores (from 4 to 6 inches long) as it passes across the turfgrass surface. The cores are to be removed from the site or left on the turfgrass surface as directed by the COR.The turf is to be aerated in early spring, summer and late fall as provided in the “Turf Application Schedule”. Approximately 107 acres of turf will be treated in each application.Verticutting uses specialized equipment to cut straight lines or rows into the turf and soil with closely spaced blades attached to a rotating drum to a depth of 1 to 2 inches.In preparation for over-seeding bare or thin turf, areas are to be aerated by verticutting to create a loose texture soil suitable for placing seed into the ground. The blades are to be spaced at 1/2-inch apart and set to slice into the soil to a depth of 1-inch.PROCEDURECore Aeration: Use core aeration equipment to extract minimum 4-inch and maximum 6-inch core plugs at not less than 6-inch square spacing over all cemetery turf. Flag sprinkler heads, control markers, valve boxes and other appurtenances which are not readily visible. Do not damage surrounding vegetation or structures, including but not limited to, sprinkler heads, valve boxes, control markers, etc.Soil Amending: Immediately after completion of the aeration, apply soil amendments (e.g., lime, gypsum, or topdressing) to burial sections requiring these soil amendments as identified in the soils reports per “Turf Maintenance – Fertilization”.Verticutting: Verticut turf areas in preparation for overseeding. (See “Turf Renovation”.)Overseeding: After completion of the verti-cutting, and removal of loose vegetation, mechanically slit-seed bare or thin areas of irrigated turf per “Turf Renovation – Overseeding by Slit-Seeding”.TURF MAINTENANCE – TOPDRESSINGTopdressing: (To Fill Ruts and Depressions)Topdress depressions in turf such as ruts created by maintenance equipment when directed by the COR with 40:30:30 mixture of sandy loam topsoil, peat humus, and compost formulated for topdressing turfgrass. Submit topdressing composition test analysis to COR for approval. Apply topdressing using approved equipment to apply no more than 1/2-inch of material in a single application. Use brushes to move the topdressing into the turf. After brushing, irrigate thoroughly to move topdressing into turf. Repeat applications over the course of several weeks as required to eliminate depressions. Submit product data sheets to COR for approval.TURF MAINTENANCE – DETHATCHINGNCA STANDARDSVisually prominent areas have a well-established, healthy stand of turf. SCOPENo more than 1/2-inch thatch layer shall exist at any time throughout the growing season.The turf is to be dethatched in March as provided in the “Turf Application Schedule”. Approximately 10 acres of turf will be treated per year. Dethatch areas as directed by the COR.Dethatching includes invasive grass species (i.e., Kikuyugrass and Bermuda grass) as well as the specified cemetery turf.PROCEDUREUse a vertical mower with steel blades mounted solidly to an axle to dethatch all turf area with more than 1/2-inch of thatch build-up. Adjust the blades of the device so that they barely scratch the soil surface. Flag sprinkler heads, control markers, valve boxes and other appurtenances which are not readily visible. Do not damage surrounding vegetation or structures, including but not limited to, sprinkler heads, vases, valve boxes, control markers, etc.Remove thatch material immediately from the site in a lawful manner.Schedule additional mowing and trimming operations in response to major growth surge that accompanies thatch removal.TREE, SHRUB & PLANTING BED MAINTENANCENCA STANDARDSCemetery planting beds are well maintained, attractive, and compatible with the geographic region.Planting beds are generally weed free.Trees and shrubs are healthy, and free of pests and disease.Ornamental trees and shrubs are maintained so that they enhance and do not detract from the appearance of public areas.Damaged trees and shrubs that pose a safety hazard to staff and visitors shall have corrective action taken within one day of hazard identification.Branches that could pose a safety hazard in visually prominent areas are removed daily.SCOPEWork consists of, but is not limited to, planting and maintaining shrubs, trees and groundcovers, in a healthy and attractive condition by proper watering, pruning, cultivation, fertilization, weed control and mulching techniques. Notify the COR within 48 hours of discovery of dead, diseased or insect infested trees or shrubs. Remove dead and diseased shrubs as directed by the COR.Pruning should focus on maintaining tree structure, form, health and appearance through crown-thinning and general pruning. All tree and shrub pruning and hedge trimming shall comply with ANSI A300 (Part 1) – 200 Pruning and companion publication “Best Management Practices” (2002 ISA).Pruning and trimming shall be limited to cuts that can be executed within 15 feet from the ground directly below the cut location. Pruning and trimming above that height shall be provided by others under a separate contract..Trees shall be kept free of sucker growth, water sprouts, broken/dead limbs, and low hanging limbs/branches. Remove fallen limbs/branches of all sizes immediately. Remove fallen palm fronds. Remove fallen, cones and leaves from Araucaria bidwillii (Bunya Pine) daily.Young trees shall be training pruned annually to provide scaffold development, suppression, thinning and perimeter reduction.Tree removal will be provided by others under a separate contract to remove dead, diseased or wind-thrown and storm-damaged trees.Maintain the cemetery and the immediate surroundings of the cemetery in a healthy, visually pleasing condition with proper application of fertilizers, pesticides for the control of diseases and insect pests, herbicides and mulch to control weeds.Personnel shall be properly trained in the operations they are to perform. If pesticide sprays are used, the person in direct charge shall be licensed by the State.Control weeds year round in all landscape beds, areas of mineral mulch, areas of organic mulch, tree wells, areas around all buildings, areas between fence lines/walls and curblines of public streets within the public right-of-way, and weeds growing in walkways, city sidewalks, roadways, and other paving. Contractor shall dispose of all dead and dying weeds.Maintain planting bed edging materials in sound, stable condition, and in proper relationship to finish grade.DEFINITIONSLandscape Bed: Any non-turf area planted with trees, shrubs, and/or ground cover plants.Ground cover: Low growing plants growing over an area of ground. Ground covers include grasses, shrubs, and herbaceous plants.Wildflowers: Annual and perennial flowering ground cover plants grown by sowing seeds.Vegetation: All plant material including weeds.Weed: Any non-desirable plant material, including escaped and invasive ornamental plants.Pesticide: Includes herbicides, insecticides, fungicides, poisonous baits, etc.SHRUBS and GROUND COVER PRUNINGShrub pruning and hedge trimming shall comply with ANSI A300 (Part 1) – 200 Pruning and companion publication “Best Management Practices” (2002 ISA).At the direction of the COR, prune shrubs/hedges monthly during summer months/growing season to conform to the current pattern of growth. Do not trim shrubs into “ball” shapes. Remove shrub trimmings immediately from the site.Prune hedges and shrubs to promote a healthy and attractive appearance and uniform growth over all parts of the plant. “Limb-up” lower branches of shrubs to promote air circulation at the ground level. Selectively trim internal stems of hedge shrubs to encourage branching and dense growth.Keep hedges and shrubs free of dead branches, leaves, and all weed growth. Remove weeds and their root systems.Deadhead spent flowers on shrubs, groundcovers, and annual plants after flowers have faded and wilted. Remove flowers by pruning the flower stems. Do not cut fresh blooms or flower buds. Do not shear plants to deadhead flowers unless directed by the COR.Prune groundcover plants to keep clear of walkways and lawns. Do not apply herbicides to control ground covers plants.Trim shrubs, groundcovers, vegetation outside the existing turf along the perimeter of the cemetery as necessary to maintain a 5-foot wide easement between 1 and 6 inches in height. Remove vines growing up tree trunks and into tree canopies. Trim vine plants back in a 3-feet circumference around tree trunks to prevent regrowth of vines into trees.TREE PRUNINGEquipment: Furnish necessary equipment for tree pruning.Pruning: Pruning, cutting, trimming and shaping of trees shall be accomplished in accordance with accordance with ANSI A300 Standards under the direction of the Contractor’s certified Arborist, hereinafter known as the Arborist.The Arborist must be certified by International Society of Arboriculture, and this certificate must be current. The Arborist shall serve as the “Contractor’s Site Manager” for tree work and will be provided by the Contractor for not less than eight (8) hours a day whenever work is being performed - other than trash and debris pick-up. The Arborist must have not less than five (5) years’ experience as a direct supervisor of a commercial tree maintenance operation that included removal, trimming, and stump removal in industrial, commercial or public sites.The Arborist 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.The Arborist shall submit photo-documentation of the condition of each tree prior to work on the tree and after the work has been completed. The electronic images shall be copied onto electronic media and delivered, or emailed to the MSN V Agronomist within 14 (fourteen) days of completion of the work.At the direction of the COR, trees shall have major structural pruning when the trees are coming out of winter dormancy in February. Trees shall have minor pruning such as Crown Thinning monthly during summer/fall months. Deadwood pruning shall occur year-round. All pruning tools shall be kept sharp and properly functioning. When trees known to be diseased or susceptible to diseases are pruned, disinfect tools with alcohol after each cut and before moving to the next tree, to prevent the transmission of disease.When reducing the tree height and spread, retain the natural shape of the tree by removing the entire lateral branches back to their point of origin also known as drop crouching or thinning. In reducing overall size, attention is to be given to symmetrical appearance. The top is to be higher and the sides reduced in order to maintain a tree-like form.Do not “top” trees. Retain the trees natural shape as much as possible. Do not remove more than 20 percent of the total mass of the tree in a single pruning operation. Cuts should not be made so large that they will prevent normal sap flow.Take care to retain symmetrical appearance when lifting the bottom branches of mature trees for under clearance. Trim the tree high enough to allow sunlight to penetrate the trunk sometime during the day which should be in the range of 10 to 15 feet above ground level. Do not limb up a tree more than 1/4 of the tree’s overall height. Do not limb up conifers.Provide adequate warning devices, barricades, guards, flagmen and other necessary precautions for the protection, safety, and warning of pedestrians and vehicular traffic within the work area.Do not operate trucks, tractors, and other heavy equipment on any turf area except when authorized in writing by the COR.Tree limbs and branches from pruning operations shall be transported to the spoils area, chipped and deposited onto the compost pile as directed by the COR; or hauled off site and disposed of in a legal manner.TREEWORK DESCRIPTIONDeadwood Pruning: Pruning to remove deadwood and/or broken branches that pose a potential risk that could result in personal injury or property damage. This category is used for any tree with broken, hanging, dead, or otherwise potentially dangerous limbs or those trees with a significant number of dead branches that require removal. This category also includes palm frond and palm seed head removal.Routine Pruning: Regular maintenance to reduce the development of future problems or correct minor problems that could increase if not corrected. This primarily includes trees with minor amounts of deadwood less than two inches in diameter or with correctable structural problems. Trees with growth patterns that will eventually obstruct or interfere with turf growth and health, pedestrian or vehicular traffic clearance, and, lines of sight are also included in this category. Examples of Routine Pruning include: Training Pruning: Prune young or small trees less than 20 feet in height in order to reduce the development of future structural problems. Trees with growth patterns that will eventually obstruct or interfere with turf growth and health, pedestrian or vehicular traffic clearance, and lines-of-sight are also included in this category.Crown Raising: The removal of the lower branches of a tree to provide clearance for buildings, signs, vehicles, pedestrians and vistas, also known as “limbing up” and “lifting”. Do not “limb up” coniferous trees.Crown Thinning: The selective removal of dead, diseased, broken or weakly attached branches (Crown Cleaning) and: the removal of branches to increase light penetration and air movement through the crown; thinning towards the branch tip to reduce the wind-sail effect of foliar clumps in the crown; and thinning to relieve the weight of heavy limbs. Only 25 percent of a tree’s leaf area can be removed at any one timeCrown Cleaning: The selective removal of dead, diseased, broken or weakly attached branches. This constitutes regular landscape maintenance pruning that will correct small growth problems before they become larger, more costly problems.Crown Reduction: Pruning to reduce the size of the tree.TREE LIMB AND BRANCH DISPOSALRemove tree limbs and branches of all sizes that have fallen from trees and transport to the spoils yard for green waste disposal. Cut to sizes that will fit inside of containers, or chip and spread as mulch where directed by COR.PEST CONTROLApply pesticide soil drench to infested plants once yearly and more frequently if insect infestation is evident to control target pest.Apply pesticide with soil injection equipment at rate, depth and spacing indicated in the manufacturer’s printed instructions for control of the target insect. Use products containing imidacloprid or clothianidin for soil injection.Apply soil drench to Eucalyptus trees for the control of eucalyptus tortoise beetle (Trachymela sloanei). Time application for late winter to early spring, just before or soon after new leaves emerge and before the end of California’s rainy season. Make an application before rainfall, or follow the application with irrigation. See UC Davis IPM website: horticultural oil to branches and leaves of plants infested with aphids, scale, thrips and other insects which pupate over the winter. Apply oils in February before insect eggs hatch, and every 30 days until early summer. Use horticultural oils to control scale on Camphor Trees. Supplement horticultural oils with insecticides and/or biological controls.Control ants at trees infested with aphids, scale, and thrips. Ants disrupt activities of natural predators.See UC Davis IPM website: appropriate pesticides for control of aphids, scale, thrips and other insects when insect is present. In the spring prior to insect emergence, wrap transparent double-sided sticky tape around insect-infested branches or twigs use to catch insects. Use presence of insects to time foliar application of insecticides. Time application of pesticides to coincide with lifecycle of insects emerging from and entering into the plants.Submit pesticide manufacturer’s data sheets and MSDS sheets for approval of COR prior to application.WEED CONTROLPlanting beds shall be kept attractive and free of weeds. Weeds and their root system will be removed.Non-planting beds such as storage and maintenance yards, areas of open earth, pavements, bark mulch beds, etc. shall be kept free of weeds. Weeds and their root system will be removed.Areas with mineral mulch such as rock-lined swales, rock borders, and other areas mulched with decorative rock shall be kept free of weeds. Weeds and their root system shall be removed. Mineral mulch includes: decomposed granite, gravel, pebbles, cobblestones, rip-rap, boulders, etc.Twice yearly, cultivate planting beds by spading fork or approved equipment to loosen compacted soils to a depth of 6 inches. Avoid any damage to the roots. Cultivate soils immediately prior to fresh mulch replacement.Apply pre-emergent weed control twice yearly as indicated in the “Tree, Shrub and Planting Bed Application Schedule” prior to mulch placement. In April and September of each year an application of granular ‘Snapshot TG’ (or approved equal) herbicide shall be applied to all mulched beds. This herbicide is for the control of weed grasses and broadleaf weeds in planting beds, open earth areas, and mineral mulch areas, and should be applied following the label directions. Apply herbicide before the application of fresh mulch.Apply monthly spot applications of post-emergent weed control, or manually remove weeds by cultivating soil and completely removing weeds.DEVELOPED CEMETERY VEGETATION CONTROLNon-irrigated areas of the developed cemetery shall be mowed to control excessive weed growth, reduce any fire hazard, and provide a properly maintained appearance.Maintain vegetation height at no more than 6 inches throughout the year. Mowing frequency varies throughout the year corresponding with active plant growth. Mowing shall be performed twice per month in the wet season; and once per month in the dry season.PUBLIC RIGHT-OF-WAY VEGETATION CONTROLThe area between fence lines/walls and the curbline of public roadways shall be mowed to control excessive weed growth, reduce any fire hazard, and provide a properly maintained appearance.Maintain vegetation height at no more than 6 inches throughout the year. Mowing frequency varies throughout the year corresponding with active plant growth. Mowing shall be performed twice per month in the wet season; and once per month in the dry season.Provide traffic control for safety of workers along public roadways. Obtain and pay for permits from the city as required to perform lane closures necessary to complete the work.Remove sucker growth on street trees. Remove weeds growing in tree wells. ORGANIC MULCHTwo times per year, apply a 3-inch deep layer of Contractor-provided, COR-approved mulch material to planting beds, tree mulch rings, and open earth areas. Mulch material must be aesthetically pleasing, hardwood bark, dark brown, free of any weeds or pests, similar in color and texture to the existing mulch, and shall be approved by the COR prior to installation. Mulch shall not be a chipped wood product, and shall not contain dyes, resins, or other colorants.Maintain mulch in a uniform depth throughout the planting beds and areas of open earth.Hand weed and/or use appropriate chemical controls for weed control in mulch beds.Apply fresh mulch after application of pre-emergent herbicide.Construct 4-foot diameter bark mulch rings around trees in turf as directed by the COR. Cut and remove circular shape from the sod, and apply bark mulch. Keep bark mulch 3-inches away from the tree trunk.Place bark mulch underneath fence lines to prevent cemetery turf from growing beyond the defined edge. Place bark mulch adjacent to walls to reduce the need for trimming along walls.Place bark mulch on level areas within the public right-of-way for weed control as directed by the COR.INORGANIC MULCHMineral Mulch: Hand weed and/or use appropriate chemical controls for weed control in mulch beds. Remove weeds from mineral mulch, (e.g., rip-rap, river rock, pea gravel, decomposed granite, etc.). Rake mineral mulch to remove depressions, foot prints, erosion of all types, and other irregularities when the surface becomes unsightly and after storm events.Supplement with matching mulch when directed by the COR.PLANTING BED EDGING MAINTENANCEExamine planting bed edging material and repair, reset, or replace edging material that has been broken, become loose, and become higher that surrounding grade.Reset edging material so that the top of the edge is flush with adjacent turf or 1-inch above finish grade of the planting bed. Stake edging material with stakes as supplied by the original manufacturer of the edging material.Construct machine-cut divot edges to separate planting beds from turf areas as directed by the COR.Fill divot cut edges with specified bark mulch to match existing.TREE STAKING AND MAINTENANCESet two tree stakes per tree in the direction of prevailing winds. Provide new tree stakes for newly planted trees to match existing metal tree stakes. Provide tree stakes on young trees requiring support with trunk caliper less than 3 inches. Re-set tree stakes on existing trees that are loose or leaning. Provide replacement tree stakes where stakes are broken or missing to match existing tree stakes. Remove tree stakes on trees with 3-inch caliper and larger, or as directed by the COR. Completely remove stakes; do not saw stakes leaving embedded portion in the ground.Provide two tree ties per stake. Locate the ties to provide support for upper and lower 1/3 of the tree. Adjust tree ties to be loosely fitted around the tree trunk. Remove tree ties before they become embedded in the tree bark. Remove tree ties that have become embedded in the tree bark without injuring the tree.PLANTING IRRIGATIONIrrigate planting beds during the growing season to the degree needed to maintain an attractive appearance and optimal plant growth.DEEP ROOT TREE IRRIGATIONIrrigate planting beds during the growing season to the degree needed to maintain an attractive appearance and optimal plant growth.Deep root irrigate all established trees showing stress from drought.Irrigate trees once a month in the dry season. Do not deep root irrigate California native Oak trees June through August.Inject water using a 200 PSI pressurized tank equipped with a hydraulic sprayer fitted with shut-off valve and root feeder wand attachment designed for injecting water and/or liquid fertilizer into the root system of trees.Inject water underneath the drip line of the trees to thoroughly irrigate the root zone of trees. Liquid fertilizer may be applied at the same time of the irrigation. (See paragraph 5.15.N. Liquid Fertilizing.)Inject water into the top 4 to 8 inches of soil with a distance of 2.5 - 3.0 feet between injection points. Start near the trunk and work out to the dripline of the branches. In clay soil extend injection sites beyond the branch tips.PLANT FERTILIZINGGENERALFertilize trees, shrubs and ground covers growing in planting beds during the active growing season. Provide either dry or liquid slow-release fertilizers specially formulated for the type of plant being fertilized.Follow fertilizer manufacturer’s printed instructions for each type of fertilizer applied.Broadcast fertilizers onto moist soil; thoroughly water-in fertilizers immediately after application.If soil is dry, follow applications of dry fertilizer with thorough watering. Watering will make the fertilizer immediately available to the tree and will help prevent burning of grass around the holes by fertilizer that may have been spilled. Some soluble fertilizer solutions may burn the grass unless washed in following applications.In fertilizing trees that have roots extending into shrub beds, care shall be taken not to punch holes closer than 24-inches to the crowns of small plants.DRY FERTILIZING (Established Trees 6-inch DBH and Larger):Formula: A 10-6-4 or similar formula. Any complete fertilizer containing 6-10% available nitrogen is acceptable. High amounts of phosphorus and potash are unnecessary.Methods: Punch-hole with power drives or hand bar; and drilled-hole with power-driven or hand auger. When holes are drilled, the soil brought to the surface by the auger shall be removed from the turf when the job is completed.Location of Holes: Start holes 2-1/2 feet or more from base of trunk. Keep far enough away to prevent injury to base of the trunk or root flare. Stagger holes about 2 feet apart; and locate then in circular patterns underneath the crown-spread to the outer tips of the branches.Depth of Holes: 10 to 15 inches.Amount of Fertilizer per Tree: 3-5 pounds for each inch of trunk diameter measured 4-1/2 feet above ground. In determining the amount of fertilizer to use per tree, consider the soil area in which fertilizer can be applied. If the area beneath spread of the branches is restricted, reduce the application in proportion to the number of holes that cannot be made. Trees growing between the sidewalk and a paved street should rarely receive over one-half the amount of fertilizer indicated by measuring the trunk diameter at 4-1/2 feet above ground level.Method of Application: Start inside, near trunk, and work out toward the drip line of the branches; until the prescribed amount of fertilizer is used. Trees with spreading roots systems, such as Elms and Maples growing in clay soil, often will have roots beyond the drip line of the branches. In such cases it is good to extend the area fertilized, especially of all the fertilizer has not been used under the branch spread. Located holes as previously described, or if trees are in groups the fertilizer may be applied in holes arranged in square patterns to five more; uniform spacing.Filling of Holes: Place one cup of fertilizer in each hole. A metal orange juice can (2 inches in diameter by 3 inches tall) is a convenient measure--one can full to each hole. Finish filling holes with humus, Michigan peat or native soil. If native soil is heavy clay, the holes shall be filled with sand to improve aeration and to enable water to penetrate more readily. Fertilizer shall be immediately watered-in after application.Closing of Holes: In turf areas, the holes may be closed by pressing from different angles with the heel of the worker's shoe.‘Aero-Fertil’ Method: This is a good method for aerating the soil and distributing fertilizer, especially in case of trees growing in heavy soil. Holes are drilled in much the same pattern as described previously, except that they are usually placed 3-4 feet apart and 15-18 inches deep. By use of a special piece of equipment (‘Aero-Fertil’ Gun) a charge of compressed air from a compressor is injected from the drilled hole. This blast of air fractures to soil for some distance from the point of entry. Fertilizer and humus, if desired, is then blown into the hole and through the fractures in the soil by a second blast of air.DRY FERTILIZING (Established Trees Less than 6-Inch DBH): For trees less than 6 inches in trunk diameter use the same methods described for larger trees, but use less fertilizer. One and one-half to 3 pounds per inch of trunk diameter measured 4-1/2 feet above ground is recommended for trees of this size; 1-1/2 pounds per inch for 2-3 inch trees; and 2 to 3 pounds per inch for 4-5 inch trees.DRY FERTILIZING (Shrubbery): Apply one cup of fertilizer per every two feet of spread of the plant by sprinkling onto the surface of the soil. The fertilizer shall not be closer than one foot from base of shrub and extend to the perimeter of the branches.LIQUID FERTILIZINGLiquid fertilizing of establish tress may be substituted for dry fertilizing with COR approval.Inject liquid fertilizers under driplines of trees during the active growing season in spring. Fertilize all trees except Eucalyptus.Liquid feeding when heavy soils are excessively wet will further exclude the soil's air and may be detrimental to the tree. Liquid feeding is most beneficial when the soil is on the dry side.Formula: Soluble fertilizers are available on the market with analyses, such as 15-8-4, 15-15-15, 20-20-20, 24-12-12, and others. Brand names of some soluble fertilizers used for feeding trees are Arbor Care, Heller-Gro, Fermel, Millers, Ra-Pid Gro, Kapco. These materials are used at dilutions of 2-10 pounds per 100 gallons of water, and 5-7 gallons of solution is used per inch of trunk diameter of the tree being fertilized. With any brand of soluble fertilizer used in liquid feeding, follow the manufacturer’s printed directions.Inject fertilizer using a 200 PSI pressurized tank equipped with a hydraulic sprayer fitted with shut-off valve and root feeder wand attachment designed for injecting water and liquid fertilizer into the root system of trees.Inject fertilizer into the top 4 to 8 inches of soil with a distance of 2.5 - 3.0 feet between injection points or as indicated in the fertilizer manufacturer’s printed instructions. Start near the trunk and work out to the dripline of the branches. In clay soil extend injection site beyond the branch tips.PALM TREE FERTILIZING: Apply specially formulated fertilizer spikes for palm trees in both turf and planting beds in spring. Number of spikes per tree will be determined by the trunk diameter. Drive spikes into the earth in accordance with the manufacturer’s printed instructions.PLANTING BED APPLICATION SCHEDULE:Apply Fertilizers, Herbicides and Mulch as indicated in the Schedule below. Any deviation from this Schedule must be approved by the CO, COR and the Pacific District Agronomist. Provide fertilization, mulching, and grass & broadleaf weed control services for planting beds and open earth areas in strict accordance with the following:TREE & SHRUBAPPLICATIONANNUAL APPLICATION DATEDESCRIPTION#1February 1st to April 1st (Time application per SOW.)Application #1: Apply pesticide soil drench to Eucalyptus trees for the control of eucalyptus tortoise beetle (Trachymela sloanei). #2February 1st – 28th Application #2: Apply Horticultural Oils to susceptible trees particularly Camphor Trees, for control of scale, aphids, thrips, mites, and other insects that pupate over the winter months. Follow up treatment every 30 days until early summer to prevent reinfestation.#3March 1st – 31st Application #3: Apply Horticultural Oils to susceptible trees particularly Camphor Trees, for control of scale, aphids, thrips, mites, and other insects that pupate over the winter months. Follow up treatment every 30 days until early summer to prevent reinfestation.#4April 1st – 30thApplication #4a: Apply Horticultural Oils to susceptible trees particularly Camphor Trees, for control of scale, aphids, thrips, mites, other insects that pupate over the winter months. Follow up treatment every 30 days until early summer to prevent reinfestation.Application #4b Pre-emergent control of weed grasses and broadleaf weeds for all mulched planting beds, tree rings, and open earth areas using ‘Snapshot TG’ in granular form.#5May 1th – 15thApplication #5a: Apply Horticultural Oils to susceptible trees particularly Camphor Trees, for control of scale, aphids, thrips, mites, and other insects that pupate over the winter months. Follow up treatment every 30 days until early summer to prevent reinfestation.Application #5b: Apply fresh layer of bark mulch to all planting beds, tree rings, and open earth areas to provide 3-inch deep mulch bed.#6May 20th – 25thApplication #6a: Granular, slow release, organic fertilizer with a guaranteed analysis of 10-6-4 plus micronutrients. Apply to plants per manufacturers printed instructions employing the techniques described in the statement of work.Application #6b: Palm Tree Fertilization. Specially formulated fertilizer “spikes” containing macro- and micronutrients including Nitrogen, Potassium, Manganese, Calcium, and Iron.#7June 1 through August 31Application #7: Deep Root Irrigate all trees. Fertilize all trees (except Eucalyptus). Begin with trees with insect infestations (Camphor Trees) and those showing stress from drought.#8September 15th –20thApplication #8a: Pre-emergent control of weed grasses and broadleaf weeds for all mulched planting beds, tree rings, and open earth areas using ‘Snapshot TG’ in granular form.#9September 20th – 25thApplication #9: Apply fresh layer of bark mulch to all planting beds, tree rings, and open earth areas, to provide 3-inch deep mulch bed. TREE, SHRUB & GROUNDCOVER PLANTINGNCA STANDARDSPlants are healthy, vigorous, and free of pests and disease.Ornamental trees and shrubs are maintained so that they enhance and do not detract from the appearance of public areas.SCOPEDead or dying plant material shall be reported to the COR.Replacement plants shall be supplied and planted by the Contractor under the direction of the COR and from plans provided by the Pacific District Agronomist.Contractor to prepare planting beds for planting. Work includes plant removal, soil preparation, stump grinding/removal, and other operations to create a suitable growth medium for the establishment of new plants.PLANTINGPlant material is to be furnished and installed by the Contractor when directed by the COR. The Pacific District Agronomist will provide a plan showing the location, species and size of plants to be planted. Any donated plant material offered for installation shall be approved by the COR prior to acceptance of the donation. Install donated plant material as determined by the COR.Prepare soil of the planting bed as indicated for “Turf Renovation”. In the case of tree planting, the Contractor shall remove all obstructions including tree stumps and roots to a depth of 1-1/2 times the depth of the rootball.Conform to the tree planting procedure shown in: University of California Agriculture and Natural Resources Publication 8046 “Planting Landscape Trees” unless noted otherwise herein. new trees. Triple-stake with 2-inch diameter lodge pole tree stakes and cross-brace stakes with 1x4 dimensional lumber where adverse effects from high winds are evident. Secure trunk loosely to stakes with rubber tree ties. Stain tree stakes and braces with dark brown, low-gloss, wood stain.Provide mulch tree ring around new trees. Mulch rings shall be 4 feet in diameter centered on the tree trunk forming a circle. Remove sod within the area of the mulch ring.Report trees which have been damaged in any way to the COR without delay. Plant material damaged by the Contractor shall be replaced at the Contractor's expense at no additional cost to the Government using the ISA Tree Valuation Guide.IRRIGATION SYSTEM MANAGEMENTNCA STANDARDSIrrigation should be used to avoid the occurrence of permanent turfgrass injury.Set irrigation controllers to irrigate between the hours of 5:30 PM and 7:00 AM.Water should not be applied at a rate faster than it can be absorbed by the soil. “Cycle and Soak” features of irrigation controllers shall be used to prevent irrigation water runoff.Implement water use reduction strategies to reduce annual water use by 2 percent per year in accordance with Executive Order 13514.SCOPEIrrigate all turf, tree, shrub and planting bed areas to ensure plant growth and health with no more than 10 percent “brown” areas due to water stress. The frequency and duration of irrigations shall be approved by the COR and the Pacific District Agronomist.Irrigation systems that are programmed to activate based on the measurement of evapotranspiration at the site must maintain the equipment in accordance with manufacturer’s instructions.Programming automated system irrigation frequency and quantity based upon the theoretical evapotranspiration will require fine-tuning based on visual observation of turfgrass health.Operate manually controlled sprinklers to assure even watering with no more than 10 percent brown area due to water stress.Provide one water audit for each turf irrigation zone that employs different head or nozzle sizes using the “catch can” technique. Provide water audits for no less than ten (10) turf rotor zones as directed by the COR. Water audits shall be conducted by a Certified Landscape Irrigation Auditor accredited by the Irrigation Association. Present a certificate of course completion to COR as evidence of credentials. Make adjustments to irrigation system based on written recommendations of water audit, such as pressure regulation settings and nozzle exchanges. Calculate actual precipitation rate(s) and Distribution Uniformity Low Quarter (DULQ) for each irrigation zone audited and use this information to develop the irrigation schedule.If Distribution Uniformity Low Quarter (DULQ) for any zone is less than 0.71, change nozzles sets of the turf rotors and re-audit.Exchange nozzles sets and re-audit until highest possible DULQ is achieved.Do not perform water audits when wind conditions exceed 5 mph.The Contractor’s Irrigation Manager shall be Certified Irrigation Technician (CIT) certified by the Irrigation Association or the Landscape Contractors Association. Submit a certificate of completion as evidence that the irrigation manager has completed the required training. All subsequent irrigation managers are required to complete the same training.The Contractor’s Irrigation Manager shall be trained by the irrigation control system manufacturer or an authorized representative, in information gathering, data entry, programming, scheduling, and trouble-shooting of the central irrigation control system. Provide the irrigation manager with a minimum of 16-hours of on-site training. Submit a certificate of completion as evidence that the irrigation manager has completed the required training. All subsequent irrigation managers are required to complete the same training.Gather site data (i.e., planting type, percent slope, soil type, soil infiltration rate, geographic location, etc.), weather data, (i.e., solar exposure, evapotranspiration rates, wind speed, temperature, rainfall, etc.) and sprinkler head output data (i.e., head type, nozzle GPM, zone GPM’s, PSI, precipitation rate (PR) and Distribution Uniformity Low Quarter (DULQ)), and enter data into the central control system program as often as required to update system parameters.Contact Irrigation District/Water Purveyor at the beginning of each water year to obtain written directives regarding voluntary and mandated water use restrictions. Present a copy of the directive to the COR and the District Agronomist. Upon the direction of the COR, make necessary adjustments to the irrigation schedule to comply with water use restrictions imposed by water suppliers, federal, state, and/or city mandates. The scheduling adjustments shall be made zone by zone according to a hierarchy of lowest to highest visually prominent areas designated by the National Cemetery Administration’s “Drought Response Contingency Plan”. Provide a modified irrigation schedule to the COR and Pacific District Agronomist demonstrating compliance with water use reduction mandates.GENERAL REQUIREMENTSIrrigate turf infrequently in a quantity sufficient to wet the entire root zone (usually a minimum 6 inch depth). Do not irrigate again until turf shows signs of wilt. Test water infiltration depths with a soil sampler, soil moisture meter or similar device.Submit a baseline irrigation schedule in electronic format for approval of COR and Pacific District Agronomist. The schedule shall show each zone on the irrigation system and display total daily run times in minutes, total cycles per day, and frequency of watering days per week for the month of July. Determine run times based on the results of the water audit and infiltration rate of the soils. For each zone indicate in a spread sheet:Distribution Uniformity Low Quarter (DULQ).Irrigation head type, manufacturer, model number.Nozzle size, and nozzle precipitation rate (PR) in inches per hour. Total zone gallons per minute.Show monthly adjustments for each zone as total run times in minutes, or a percentage reduction in peak water application for the month of July. List historical evapotranspiration (ET) rates for each month of the year for the cemetery. List official source(s) of ET data.Program irrigation controller to apply water to match the water infiltration rate of the site soils. Use several start times (or “cycle and soak” feature of the controller) to allow irrigation water to infiltrate soils and avoid water waste through run-off.Program a syringe cycle to remove morning dew from turf to control fungal pathogens where present.Make adjustments and repairs to sprinkler heads and irrigation/water control equipment weekly as required to assure even distribution of water to all irrigated areas. Tasks include but are not limited to: adjust height of sprinklers to be flush with grade; adjust arc and radius to minimize overspray onto pavement; align heads perpendicular to grade; unclog sprinkler nozzles; clean internal screens; relocate heads or add heads to avoid impediments which inhibit proper distribution; replace non-matching sprinkler heads and nozzles; and provide new nozzles sets for entire zones to increase Distribution Uniformity Low Quarter (DULQ) as determined by the Irrigation Audit.IRRIGATION SYSTEM SCHEDULED MAINTENANCESCOPEProvide regularly scheduled preventative maintenance to irrigation equipment before failures occur. Follow instructions in Operations and Maintenance (O&M) Manuals for routine maintenance unless indicated otherwise. Obtain a copy of the O&M manuals from the COR.Service calls reports shall be accompanied by a quote for parts and labor needed to make any necessary repairs.WEATHER STATION MAINTENANCEProvide routine maintenance for the one (1) on-site weather station per the Operations and Maintenance (O&M) Manual. Obtain a copy of the O&M Manual from the COR.General Weather Station Maintenance: Check sensor leads and cables for cracking, deterioration, proper routing, and strain relief. Replace sensor cables if required.Check the tripod or tower for structural damage, proper alignment, and for level/plumb.Desiccant – Enclosure humidity is monitored in the enclosure by an RH chip incorporated into the connector board. Change the desiccant packs when the enclosure RH exceeds 35%.Monitor data values collected by the Weather Reach Server. Abnormal or out of range sensor values may indicate problems with the station.Weekly visual inspection of the station to observe any apparent problems.An occasional cleaning of the glass on the solar panel will improve its efficiency, if applicableSensor Maintenance – monthlyCheck the Pyranometer for level and contamination. Gently clean, if needed.Visually inspect the wind sensors and radiation shield.Check the rain gauge for debris and level. Remove debris.Do a visual/audio inspection of the anemometer at low wind speeds.Check the filter cap of the temperature/humidity sensor for contamination. Gently clean, if needed.6 monthsClean the temperature/humidity sensor filter cap.Clean the Gill Radiation Shield.Battery test.Inspect the enclosure seal.1 yearReplace anemometer bearings, in some areas the bearings may be good for 2 years.Calibrate the rain gauge.Calibrate the HMP45C/HMP35C temperature / RH probe. Or check calibration of CS500 RH Probe; replace RH chip if necessary but at least every 2 years.Check internal RH chip (MetData1 and ET101/106 only). Replace if >5% off or every 3 years.Change the desiccant packs.2 yearsCalibrate the solar radiation sensor.Calibrate the temperature sensor.Replace the wind vane potentiometer and bearings.4 – 5 yearsCalibrate the datalogger; this must be done by the Manufacturer.BACKFLOW PREVENTION DEVICEProvide yearly backflow testing and certification by a certified backflow prevention assembly tester for each backflow prevention device serving the site. Affix a service record tag to each backflow serviced. Flush and clean wye-strainers screens on backflow assemblies yearly.Do not test backflows that are being used as test sites by USC Foundation for Cross-Connection Control and Hydraulic Research Laboratory since they will test and certify the backflows during the test period.Check backflow enclosure for structural soundness. Tighten bolts connecting enclosure panels together, and bolts mounting the enclosure to the foundation. Replace missing hardware.MASTER VALVESExercise master valves and submaster valves quarterly to check for proper functioning. Check that pilot valve manually closes and opens the valve. Provide a report to the COR in tabular form showing date of inspection and results for each master valve in the system as “pass” or “fail”.A passing grade is a valve that is capable of being actuated from the irrigation controllers and closes and opens flow completely. Advise COR of any recommended repairs and provide quotes for parts and labor.FLOW METERSCheck flow meters for communication of real time flow at satellite irrigation controllers and central irrigation computer. Provide a report to the COR in tabular form showing date of inspection and results for each flow meter to measure flow in the system as “pass” or “fail”. Advise COR of any recommended repairs and provide quotes for parts and labor.Recalibrate flow meters annually. Provide a service report to the COR.AUTOMATIC CONTROL VALVESExercise Automatic Control Valves (ACV) as part of submain pressure regulating assemblies quarterly to check for proper functioning. Provide a report to the COR in tabular form showing date of inspection and results for ACV in the system as “pass” or “fail”. A passing score is a valve that is capable of opening and closing in response to flow demand, and/or opens and closes completely when actuated from an irrigation controller.PRESSURE REGULATING VALVESExercise pressure-regulating valves (PRV) quarterly to check for proper functioning. PRV’s include valves which are part of irrigation mainline pressure regulating assemblies found in vaults in the roadways. Report upstream and downstream static and dynamic pressure readings. Provide a report to the COR in tabular form showing date of inspection and results of pressure readings for each PRV assembly.Pressure wash pressure regulating valve assemblies to remove dirt and debris, annually. Check vaults for standing water after rain events. Pump standing water from vaults. Bolt down steel vault covers using all bolt points. Replace missing and sheared off bolts with Type 316 Stainless Steel bolts and washers.Exercise pressure-regulating modules which are components of master valves. Turn pressure adjustment screw until pressure reduction is visible either from pressure gauge or noticeable drop in radius of sprinkler heads. Provide a report to the COR in tabular form showing date of inspection and results for each PRV in the system as “pass” or “fail”. Advise COR of any recommended repairs and provide quotes for parts and labor.AIR AND PRESSURE RELEASE VALVESCheck Air and Pressure Release Valves quarterly for proper functioning and leaks. A properly operating air release valve will allow air trapped in pipes to escape, eject a small amount of water and then form a water-tight seal. A properly functioning pressure relief valve, will emit excess pressure from mainlines. Use pressure release lever to check for proper functioning. Provide a report to the COR in tabular form showing date of inspection and results for each air and pressure release valve in the system as “pass” or “fail”. Advise COR of any recommended repairs and provide quotes for parts and labor.ISOLATION VALVESExercise isolation valves (Gate and Ball Valves) quarterly to check for proper functioning. Close valve completely and check for complete isolation of the mainline by attempting to obtain water from a downstream outlet such as a quick coupling valve or sprinkler. Provide a report to the COR in tabular form showing date of inspection and results for each isolation valve in the system as “pass” or “fail”. Advise COR of any recommended repairs and provide quotes for parts and labor.Exercise ball valves on pressure regulating assemblies annually. Spray valve stems with lubricant to prevent valves from seizing.Spray paint cast iron covers on gate valve risers blue, annually.LEAK DETECTIONAt least quarterly monitor flow meters to detect water flow when the system is not in use. This method will be used to detect leaks that may not be visible on the surface level. Isolate mainlines and submains until leak(s) is detected. Repair leak(s). This method is a strategy for water use reduction.Create a map of the actual irrigation mainline routing and actual locations of isolation/shut-off valves so irrigation mainline can be isolated for leak detection, and shut down during mainline breaks, and segments isolated for repairs. Obtain an electronic file of the irrigation drawings from the District Agronomist for this purpose. Verify actual field locations of mainline and isolation valves; and adjust line work on drawings accordingly. Provide dimensions on drawing showing location of isolation valves from two fixed points (e.g., face of curb, wall, etc.). Plot a color coded drawing with different colors for mainline and isolation valves onto 30 by 42 inch sheets. Laminate and post drawing in a convenient location for staff’s use.CONTROL SYSTEMProvide updates to existing control system software downloadable from manufacturer’s website as soon as new updates are made available. Install updates on central irrigation computer. Make a backup of historical data prior to new software install. Upload historical data into updated program.Inspect central irrigation computer and eleven (11) satellite irrigation controllers annually. Check hard wire communication links between central irrigation computer and satellite irrigation controllers for proper functioning; inspect wire connections, electrical connectivity and grounding. Locate and make hard wire repairs to re-establish connectivity.Clean interior of controller cabinets annually. Inspect weather stripping inside controller cabinet doors. Replace worn and broken weather stripping to provide a water-tight seal.Verify that the irrigation controllers are capable of actuating all remote control valves and master valves automatically.Remove and replace Government-provided controller panels and associated electrical components when panels are determined to be in need of repair or are no longer functional. Remove stainless steel guard from rain shut-off device. Clean rain shut-off device of any debris that has collected on the unit. Following a normally scheduled irrigation cycle, turn on an irrigation station and pour water on the device to terminate irrigation. If irrigation does not terminate, trouble-shoot the device per manufacturer’s printed instructions. Polish stainless steel guard, and reinstall onto exterior of controller enclosure.Polish stainless steel cabinets for irrigation controllers annually using stainless steel polish per manufacturer’s printed instructions. Inspect and tighten mounting hardware.TURF ROTOR SPRINKLER HEADSAnnually, test pressure at turf rotor sprinkler heads with a pitot tube. Test a minimum of 3 heads for each irrigation zone. Adjust pressure at the master valve pressure regulator for system design pressure.SPRAY/MULTI-STREAM ROTARY HEADS and BUBBLERSProvide regular quarterly maintenance to inspect sprinkler heads for proper functioning. Inspect that pop-up risers fully extend and retract, and that wiper seals are not deteriorated. Remove nozzles, unclog orifices, inspect for cracks and clean filter screens. Inspect caps for leaks. Make needed repairs/replacements.IRRIGATION SYSTEM MAINTENANCE & REPAIRNCA STANDARDSPlant material is watered to the appropriate root depth resulting in plant material health and growth, without overwatering.Any irrigation method used should deliver a uniform amount of water over the target area.GENERAL REQUIREMENTSIrrigation system repair and maintenance shall be performed by or under the direct supervision of a certified Landscape Technician by (PLANET), or be a Certified Irrigation Contractor by the Irrigation Association. Submit evidence of certification to COR.All repairs and maintenance shall be made using new materials to match the existing system components unless directed otherwise by the COR.SCOPEInspect the entire irrigation system and report the system’s condition to the COR once each week on Friday. Provide maintenance and repairs to valves, valve boxes, valve wiring, lateral and mainline piping, and sprinkler heads. All irrigation materials and supplies are Government-provided and Contractor-installed. Monitor and manage the entire irrigation system, up to and including the point-of-connection, the City water meters, backflow prevention devices, mainline, and immediately report any leaks, breaks and irregularities to the COR. Immediately control leaks and/or breaks to ensure that no flooding or washouts occur.Repair or replace missing, defective, damaged, broken, malfunctioning and inoperative sprinkler heads, tree bubblers, remote control valves, control wires, broken irrigation pipe and fittings, as often as necessary to properly maintain the health, quality appearance and vigor of all irrigated plant material. All replacement parts and materials are Contractor-provided and Contractor-installed.Repair of mainline 3 inches and larger shall be provided using ductile iron fittings, repair couplings, and mechanical joints and/or self-restrained joints. Repair of mainline 6 inches and larger shall also include concrete thrust blocks in addition to restrained joints.Where broken pipe, fittings, and irrigation valves require removal of hardscape elements (e.g., pavements, walls, footings, etc.), to make the repairs, the Contractor shall obtain three quotes from companies specializing in the required work for the removal and replacement of the hardscape element(s). Quotes shall include pricing for replacement materials to match the existing materials and finishes. The customary and reasonable excavation and backfill associated with the repair of the irrigation equipment shall not be included in the quote for hardscape element removal and replacement. Submit the quotes for repair work for approval of COR prior to beginning any work.Flush mainlines and lateral lines after repair of line breaks to the satisfaction of the COR. Direct water flow onto landscape areas or into approved storm drainage structures. Remove all heads on ends of lateral lines for lateral line flushing. Flush mainlines through blow-off valves and quick coupling valves. Check air release valves for proper functioning during recharge of the mainline. Witness air and water being expelled through the device.In the event of the failure of any portion of the irrigation system, provide a temporary means of irrigating the affected area until the system is restored to normal.Maintain an inventory of commonly needed parts, supplies and equipment to enable timely repair and replacement of critical components as approved by the COR. Maintain a quarterly inventory log for review of the COR. Store parts, supplies and equipment in a secure location. Replace stolen and missing parts, supplies and equipment at no additional cost to the Government.Exclusion: For repairs involving any single part in excess of $500 at contractor’s discounted cost, the Government will provide the part or reimburse the Contractor for the part. For parts costing over $500, provide the COR a list and a quote for part(s) and/or supplies required to complete irrigation repair and replacement work prior to commencing work.DRAINAGE SYSTEM MAINTENANCENCA STANDARDSCemetery facilities and infrastructure are maintained to avoid safety hazards for visitors and staff.Visually prominent areas do not show evidence of standing water.SCOPEMaintain the surface/street drainage system by inspecting monthly and after every rainstorm, and clearing and cleaning the grates and catch basins as required for proper drainage at onsite and offsite locations.Clear drainage structures of any debris obstructing drainage flow.Remove standing water from gravesites and memorial areas.Place and maintain erosion control measure (e.g., straw wattles) in strategic locations to keep soil and bark mulch from washing onto roadways during rain events.GENERAL REQUIREMENTSDrainage Structure MaintenanceClear debris from grates at drop inlets of city storm drain system on Sepulveda at entrance to cemetery; and at corner of Veterans and Wilshire Blvd.Clear culverts and drain lines of debris annually.Remove covers and clean catch basins and trench drains of debris annually. Re-secure covers.Clean concrete gutters of dirt and debris weekly after mowing.Clear concrete lined drainage channels of dirt and debris monthly after mowing.Clear County flood control spillway of debris obstructing drainage flow.Vehicle Wash Station Drain MaintenancePerform routine maintenance on the submersible sump pump in the catch basin at the vehicle wash station.Provide two yearly service calls. Schedule one service call in the late fall prior to winter storms.Test for proper operation and provide written service report to COR after each visit and alert COR of any recommended repairs. Submit quote for repair work for approval of COR prior to beginning any work.Add enzymes/bacteria to tank monthly to digest grass clippings.TRASH & DEBRIS REMOVAL (Waste Management)NCA STANDARDSAll turf is free of debris, (i.e., leaves, fallen branches, trash).Green (organic) waste is disposed of and does not detract from the cemetery appearance.Trash is collected, disposed of and does not detract from the cemetery appearance.SCOPEMaintain all the cemetery grounds and turf free of trash and debris.Work consists of collecting and removing all trash, debris, fallen leaves, seed pods, cones, and branches, dead and unsightly flowers from the cemetery grounds, driveways, parking areas, and areas within the public right-of-way between the cemetery proper and edge of pavement on a daily basis. Work includes emptying cemetery trash receptacles on a daily basis, and regular floral pickup at gravesites and columbaria daily. Floral arrangement shall be treated in accordance with National Cemetery Administration Floral Regulations. Random inspections shall be conducted by the COR.Debris piles, equipment, tools and supplies shall be removed at the conclusion of each task or at the end of each workday.All roads, driveways, walkways, shelters and burial sections are free of grounds maintenance debris by the end of the workday.All trash collection points are screened from the public view.Provide a commercial waste collection and removal contract with licensed waste management company for weekly emptying of contractor-provided dumpsters.Any items collected from gravesites that may be deemed of monetary or clear sentimental value will be placed in bags, tagged with date and location found and stored in a cemetery approved holding location for 30 days. Visitors inquiring about items of value left on graves will be directed to this holding site.GENERAL REQUIREMENTSCemetery area includes all of land within the property lines, areas outside the walls and fences, including the areas within the public rights-of way to the edge of public roads, and any debris collecting within the gutters of public roads.Definitions: Trash & Debris are defined as any item, material or foreign object not permanently attached to or planted within cemetery grounds and boundaries. Items include plant liter and non-plant liter. Plant liter includes, but are not limited to floral arrangements, leaves, needles, flowers, seed-pods, cones, twigs, branches of all sizes. For the purposes of this contract plant liter includes all types of gravesite decorations, plant and non-plant alike.Non-plant liter includes, but is not limited to paper products, cigarette butts, gum, glass and metal products, plastic and any other synthetic items, gravel, asphalt, concrete, loose rock and stones over two inches (2”) in diameter, and soils that are a result of interment operations.Plant Litter Collection and Removal: In addition to daily plant litter colletion and removal, plant liter shall be removed from all areas in conjunction with each mowing cycle. Plant liter removal shall also include clearing of all roads/walks with a power leaf blower as necessary to clean the street / walkways of clippings, small debris and leaves.Trash & Debris Collection and Removal: In addition to daily trash and debris removal, non-plant trash & debris shall be removed from all areas in conjunction with each mowing cycle. Also included is trash & debris found within the trash receptacles located throughout Cemetery grounds which will be collected daily throughout the year.Green Waste Removal: The Contractor shall be responsible for the proper collection, removal and disposal of all debris resulting from tree and shrub pruning operations. All tree limbs, branches, wood chips, bush/shrub/hedge clippings and other debris shall be removed from cemetery grounds the same day the work is performed and be disposed of in a legal manner.PROCEDURESOn a daily basis inspect all areas of the cemetery and ensure that there is no accumulation of debris in any area.Provide the necessary labor and suitable conveyance each workday for pickup of debris from cemetery grounds.On a daily basis, leaves/needles and twigs shall be hand raked, vacuumed or blown by walk-behind push type machines from interment areas into the roadways, and then collected and properly deposited into dumpsters. Do not move debris into planting beds and rock mulch beds.In addition to daily plant liter removal, all dead or unsightly flowers, gravesite decorations, and fallen tree limbs shall be removed from cemetery areas in conjunction with each mowing cycle.In addition to daily trash and debris removal, all trash, debris, and contents of trash cans shall be removed from cemetery areas in conjunction with each mowing cycle.Walkways, driveways, roads, and parking areas shall be swept following mowing activities.Remove unsightly cut flowers weekly. Remove, clean and replace flower cones into designated receptacles. Lay cones flat inside receptacles so they do not collect water and debris.Remove potted plants and artificial flowers placed on gravesites more than 5 days before and 5 days after Christmas and Easter.Remove non-conforming gravesite decorations, (e.g., coins, memorabilia, artificial flowers, Christmas trees, etc.) and deliver to location as directed by the COR.Annual Ceremonies Clean-up: Clean-up trash and gravesite decorations after special memorial ceremonies. Remove wreaths and American flags placed on gravesites when directed by the COR.On a bi-monthly basis, collect and dispose of all grave decorations, and, clean and re-stock all flower cones. Schedule general floral pickup from gravesites on the first and third Wednesdays of each Month. Post the pickup date on the sign located on the entry drive.Storm Clean-Up (wind, rain, hail, snow, ice): Check and clean up the cemetery on the next working day following a storm event unless the extent of the storm prompts civil defense authorities to declare emergency movement only. Should this occur, clean-up should be done as soon as emergency restrictions are lifted.In conjunction with each mowing cycle, all trash, debris, contents of trash cans, grave decorations, dead or unsightly flowers and fallen tree limbs shall be removed from cemetery areas.Removal, segregation, containment, and disposal of waste off of the cemetery grounds shall be the responsibility of the Contractor. This includes soil removal left over from interment operations.Provide dumpster delivery and pickup services for waste segregation and removal. Dumpster sizes shall be suitable for the available storage space and frequency of pick-up.Separate all recyclable and non-recyclable waste as follows:Non-recyclable waste shall be deposited in a trash receptacle/dumpster provided by the Contractor.Recyclable waste shall be deposited in a trash receptacle/dumpster provided by the Contractor.Green waste (i.e., dead flowers, grass clippings, plant trimmings, etc.) will be deposited in a trash receptacle/dumpster provided by the Contractor.PAVEMENT CLEANING & SWEEPINGNCA STANDARDSRoads, curbs, sidewalks, paths, parking lots, entry features and perimeter walls/fences are clean and well-maintained.SCOPEClean roads, curbs, gutters, sidewalks, stairs, paths, and parking lots.Parking lots are accessible and well maintained.Entry drive into cemetery on Sepulveda is free from accumulated rock, dirt and debris. Gutters are free of debris, and catch basin cleared.Sidewalks along Sepulveda and Wilshire Blvd. are fee of debris.REQUIREMENTSOn a weekly basis sweep roads, curbs, gutters, sidewalks, stairs, paths, parking lots, and other paved surfaces. Collect and dispose of debris.During the rainy season use power sweepers and power brooms to remove difficult-to-remove debris, and debris stuck to paving on a weekly basis. During other times of the year, reduce use of power sweepers and power brooms to once a month.On a weekly basis sweep the entry drive on Sepulveda Blvd. to remove trash, dirt, rock, gravel and other debris. Include any debris that has spilled out onto the travel lane in Sepulveda Blvd. Clear gutters of any debris; maintain flow of water in gutters to catch basin; clear catch basin inlets. Collect and dispose of debris. Provide traffic control as required to perform the work.On a weekly basis sweep the pavement at the corner of Wilshire Blvd. and Veterans Ave. and the sidewalk along Wilshire Blvd. to remove trash, dirt, rock, gravel and other debris. Clear gutters of any debris; maintain flow of water in gutters to catch basin; clear catch basin inlets. Collect and dispose of debris. Provide traffic control as required to perform the work.Two (2) times per year (once per semester at the direction of the COR), pressure wash pavement including cemetery walkways, columbaria courts, courtyards, plazas, overlooks, roadways, parking lots, driveways and curb lines to remove dirt and stains, including tire marks. Following pressure washing use a high powered sweeper to sweep all cemetery roadways of any remaining dirt or debris.STRUCTURE MAINTENANCENCA STANDARDS:Entry features and perimeter walls/fences are clean and well-maintained.Structures have a clean and well maintained appearance.The National Cemetery Administration’s floral policy is posted where the largest number of visitors will see the information.SCOPEClean and provide minor repairs to buildings, rostrum, entry features, war memorials, statues, signage, lighting, perimeter walls, fences and gates, and site furnishings.GENERAL REQUIREMENTSMain Entry Walls and GatesThree times a year (one week prior to Memorial Day and Veterans Day) and at the direction of the COR, pressure wash the entry sign, entry monument, pilasters, railings, fences and gates to remove efflorescence, stains and debris. Apply non-toxic efflorescence and bronze stain remover to concrete walls following manufacturer’s printed instructions when pressure washing alone does not remove deposits. Clean and polish lettering, seals, plaques, and lighting fixtures with appropriate metal cleaners and polish with wax. Mask walls during cleaning and polishing procedures to protect from damage.Maintain Rolling GateTwice annually (once per semester) maintain gate, including lubrication of rollers. Tighten tension bars on gate track frame as needed for proper alignment. Clean track and lubricate hinges on track over plates in sidewalk. Clean dirt and debris from recessed concrete gutter.Clean Rostrum Structure at Assembly AreaThree times a year (one week prior to Memorial Day and Veterans Day) and at the direction of the COR, pressure wash Rostrum structure to remove efflorescence, stains and debris. Apply non-toxic efflorescence remover to concrete following manufacturer’s printed instructions when pressure washing alone does not remove deposits. Pressure wash metal railings to remove dirt and debris.Clean Spanish-American War MemorialThree times a year (one week prior to Memorial Day and Veterans Day) and at the direction of the COR, pressure wash Spanish-American War Memorial structure at the intersection of Wilshire Blvd. and Veterans Ave. to remove efflorescence, stains and debris. Apply non-toxic biological stain remover to stonework following manufacturer’s printed instructions when pressure washing alone does not remove deposits. Pressure wash paving to remove dirt and debris.Clean Obelisk War MemorialThree times a year (one week prior to Memorial Day and Veterans Day) and at the direction of the COR, pressure wash stone obelisk and two-tier stone bases to remove dirt and debris.Rake white gravel to evenly distribute throughout area.Clean “Sentry” (Civil War Soldier) StatueThree times a year (one week prior to Memorial Day and Veterans Day) and at the direction of the COR, pressure wash the statue to remove dirt and debris.Remove bird droppings from statue weekly. Apply ‘Bird-Be-Gone’ gel to discourage birds from perching on statue.Clean Signage, Memorial Plaques and InsigniaThree times a year (one week prior to Memorial Day and Veterans Day) and at the direction of the COR, clean, the Floral Regulation Sign and frame, memorial plaques/signs, informational signage, Blue Star Memorial sign, Spanish-American War Memorial Signage, and site directional signage including traffic signs. Clean and polish bronze plaques, signage and letters with appropriate metals cleaners and wax to remove grease, oxidation and stains following manufacturer’s printed instructions. Clean sign posts & frames.Three times a year (one week prior to Memorial Day and Veterans Day) and at the direction of the COR, clean and polish bronze medallions of the military service insignia inside the Committal Shelters with appropriate metals cleaners and wax to remove grease, oxidation and stains following manufacturer’s printed instructions.Clean and Maintain Flag PolesOnce per year (prior to Memorial Day) at the direction of the COR, pressure wash flag poles. Polish aluminum base trim and anodized aluminum gold finial at top of flag poles with appropriate metal polish to remove oxidation and stains following manufacturer’s printed instructions.Maintain Exterior and Interior LightingMaintain all interior and exterior lighting including the Flag Pole and entry sign lighting. At no time shall the flag be allowed to fly unlit except in the event of unplanned power failures. The Contractor shall furnish all replacement lamps.Clean Buildings Exteriors and RoofsThree times a year (one week prior to Memorial Day and Veterans Day) and at the direction of the COR, pressure wash the exterior of all buildings (Administration Bldg., Cloister, the Pergola Memorial Wall, Remnants of a second Pergola, Maintenance Bldgs.) and their roofs. Remove efflorescence, stains and debris from building faces. Use lowest possible pressure setting while cleaning brick, concrete, and stone to prevent reoccurrence of efflorescence. Apply non-toxic efflorescence remover to brick, concrete, and stone following manufacturer’s printed instructions when pressure washing alone does not remove deposits. Special care must be taken to preserve the integrity of the existing roof panels. Clean the roof tiles, standing-seam metal roof, skylight, fascia, and gutters. Demonstrate in the presence of the COR that the existing roofs do not leak. Any leaks that develop due to Contractor negligence shall be repaired at the Contractor’s expense by a professional licensed roofing Contractor approved by the Government including replacing damaged roof panels, and skylight panes.Clean and Maintain Site FurnishingsMonthly clean and maintain site furnishings including benches, memorial benches, trash receptacles, flower vase holders, flower vases, flower watering stations, bollards, fire hydrants, etc.Tighten mounting bolts on site furnishings.Maintain faucets on flower watering stations. Repair leaks and check anti-siphon valve for proper functioning.Replace drinking fountains water filters semi-annually or sooner if indicator on filter indicates a need for replacement.Clean Solar PanelsClean solar panels annually in June. Use professional-grade cleaning equipment to clean surface of solar panels with a mild detergent and warm water to remove dust, soil, bird droppings, and other debris. Rinse thoroughly with clean water. Use a long handle squeegee to remove water. Keep the panels clear of large leaf litter monthly.Provide and Maintain Fire Extinguishers.JANITORIAL SERVICESNCA STANDARDSRestrooms are inspected daily and determined to be clean and supplied accordance with a Restroom Checklist.Structures have a clean and well maintained appearance.SCOPEThe Contractor shall furnish all supplies, materials, personnel, equipment, tools, and supervision necessary to provide complete Janitorial Services.PERSONNELContractor personnel shall adhere to established training criteria (such as OSHA, JCAHO), and shall be able to demonstrate a documented employee initial and refresher training program that includes Universal Precautions, basic bacteriological concepts, infection control, safety, fire protection, Personal Protective Equipment (PPE), and laundry operating procedures and policies.PHYSICAL SECURITYThe contractor shall, at all times, exercise care and caution in performing the duties described in the statement of work so as not to cause injury to themselves or other persons. The contractor shall perform the assigned tasks and duties in a safe manner in accordance with VA, NCA, and OSHA regulations and policies. The contractor shall indemnify to protect it, and render the United States Government, its employees, agents and representatives, harmless from any liability resulting from personal injury arising out of performance of the work contained herein.Contractor shall provide all safety warning devices at worksite to warn visitors and cemetery employees of potential hazards, (e.g., Caution – Wet Floors).QUALITY CONTROLThe Contractor shall establish and maintain a complete Quality Control Plan to ensure that the requirements of the contract are provided as specified. One copy of the contractor’s Quality Control Plan shall be provided to the contracting officer not later than the Post Award Conference. An updated copy must be provided to the Contracting Officer and COR on the contract start date and as changes occur.The plan shall describe the methods for identifying and preventing defects before the level of performance becomes unacceptable. QUALITY ASSURANCEThe Government will evaluate the contractor’s performance under this contract in accordance with the work statement and the enclosed Janitorial and Restroom Checklist’s. The checklist’s shall be initialed and dated each day by contractor personnel signifying that the work was completed. All surveillance observations will be recorded by the Government. When an observation indicates defective performance, the COR will complete a discrepancy report and send it to the contracting officer and the contractor by e-mail and or fax. The discrepancy reports will be used to establish documentation for Non-performance or tasks not satisfactorily completed in accordance with the Work Statement which will result in a reduction of the monthly amount in the Schedule.Performance Evaluation Meetings: The contract manager may be required to meet with the COR and contracting officer at the beginning of each month to evaluate contract performance.Quarterly meetings will be scheduled with the Cemetery Director, COR and/or Contracting Officer. The contractor may request meetings whenever a Contract Discrepancy Report is issued. The written minutes of these meetings shall be signed by the contractor’s manager, contracting officer and COR. If the contractor does not concur with the minutes he/she shall state any areas of non-concurrence within 5 business days of receipt of the signed minutes.ADMINISTRATIVE ISSUESBased upon satisfactory completion and final inspection and acceptance of all work performed in accordance with the Statement of Work, the Contractor shall be paid monthly in arrears by Government Purchase Order and after receipt of a properly prepared invoice.Notwithstanding the provisions of the contract covering inspection and acceptance, any items found to be unsatisfactorily cleaned shall be re-cleaned at no additional cost to the Government.Contracted services are to be accomplished subject to emergency situations-as defined by VA-which may require alteration of schedules. In the event that the VA declares a facility emergency or disaster, or participates in a federal and/or DOD drill, the contractor shall perform services as required by the facility COR per the Emergency Preparedness Plan.Contractor shall specify a point of contact (with phone number) as the designated contact for Government and the parties shall meet as needed. The point of contact can be reached during normal business hours and off-duty hours, and be able to respond within one hour of notification by the Government and take prompt action on matters pertaining to the contract.EQUIPMENT, MATERIALS and SUPPLIESContractor Supplied Items. Unless otherwise note all equipment, such as step ladders, water hose, mops, vacuum, brushes, etc., and expendable items such as hand soap, plastic garbage bags, air freshener and paper products, (i.e. toilet paper and hand towels), as well as all cleaning chemicals will be furnished by the contractor. (Cleaning chemicals must meet “The Farm Security and Rural Investment Act (FSRIA) of 2002, E.O. 13423, and Part 23 of the FAR” which requires Federal agencies to purchase USDA-designated bio-based products, also known as Bio-Preferred products.) Contractor will provide employees with a binder and training for all cleaning materials with a copy of all material safety data sheets (MSDS), and provide the COR with copies of the MSDS’s for all chemicals stored at the cemetery.Proper and Safe use of Equipment and Chemicals: Contractor shall use all equipment, disinfectants, detergents, and other chemical agents in accordance with OSHA and manufactures instructions. Contractor shall take extreme care while performing cleaning services to insure that corrosive or abrasive chemicals do not mar, discolor, remove or harm the finish in any way on any facility or fixture. Contractor may be liable for damages to private or Government property caused by misuse.Reasonable Cleaning Effort. Contractor shall advise the COR of any stains or markings that cannot be removed by reasonable cleaning efforts.CUSTODIAL SERVICES, DAYS AND HOURS OF PERFORMANCEAreas to be serviced are located in the Administrative Building (Admin Bldg.), Bob Hope Chapel; The Cloister (Columbarium), and Maintenance Shop. The Administration Building consist of 12 areas, they are: 1. Reception Lobby; 2. Operations Center; 3. Multi-Purpose Room; 4. Director’s Office; 5. Cemetery Representatives Office/Storage; 6. Office/Reception; 7. IT Closet; 8. Staff Restroom; 9. Janitors Closet; 10. Kitchen; 11. Hallways; and 12. Entrance Corridor.The Bob Hope Chapel consists of 5 areas, they are: 1. Chancel, 2. Chapel, 3. Men’s restroom; 4. Women’s restroom; and 5. Chancel corridor..The Cloister consist of 5 areas, they are: 1. Foyer; 2. South Columbarium Wing; 3. North Columbarium Wing; 4. Store/Janitorial Closets; 5. Vestibule.The Cloister Restroom consists of 3 areas; they are: 1. Men’s restroom; 2. Women’s restroom; and 3. Janitor’s closet.The Maintenance Shop consists of 2 buildings. The Historic Building consists of 4 areas: 1. Two Equipment Bays; 2. Storage Area; and 3.) Toilet room. The new building consists of 8 areas: 1. Foreman’s Office; 2. Employee Lunch/Break Room; 3. Locker Rooms; 4. Rest Rooms; 5. Office; 6. Equipment Bay; 7. Service Bay; and 8. Storage Closets.Janitorial services shall be performed and completed Monday through Friday for all areas.The cemetery will be open every HOLIDAY/three day weekend. These dates will be provided to the janitorial contractor in January of each year and will require service of all areas.Janitorial services are also required on Saturday, Sunday and Holiday’s for restrooms open to the public only.Janitorial services are also required in all areas on Saturday, Sunday and Monday for the Memorial Day Weekend (The last weekend in May), and on November 11th for the Veterans Day Holiday, and other days designated by COR.Work shall be accomplished between the hours of 7:00 A.M. and 12:00 P.M. during normal business hours as directed by the COR.Approximate Square FootagesAdministration Building2,000Bob Hope Chapel1,300Cloister (Columbarium Building)1,500Cloister Restroom400Maintenance Shop - New2,800Maintenance Shop - Historic1,000RESPONSIBILITIESTILE AND VINYL FLOORSDaily sweep and wet mop all tile and vinyl floor surfaces (moving tables, chairs, waste cans, mats, etc.) and remove stains, dirt, mud, grime and markings as needed. Cleaning solution shall be monitored and must be changed whenever the solution is dirty. Pour all mop and/or cleaning water down the designated floor drains. Sinks shall not be used as a drain. Floors will be checked for cleanliness using a damp paper towel each morning by COR to check for residual dirt.Grime, dirt and debris which accumulate in corners must be removed at least weekly.On Friday of each week the tile floors in the restrooms will be cleaned with a brush or machine to remove dirt and grime build up in the grout lines.CARPETED AREAS / FLOOR MATSDaily vacuum all carpet and rug areas (including floor mats and carpet runners), ensuring removal of debris; moving light furniture and floor items as needed. Carpet areas include all carpeted areas within the administrative office areas, to include all offices and cubicles.Clean all carpets in accordance with standard commercial practices. A heavy duty spot remover may be required in heavily soiled areas. Chairs, trash receptacles, and other items shall be moved to clean carpets underneath, and returned to their original location. Clean floor mats located in the at front entrance(s) to the Admin. Building, Bob Hope Chapel, and Cloister weekly.The COR will notify the contractor of the need to complete carpet cleaning that falls under the optional items list. All carpet and rug areas shall be vacuumed, shampooed and thoroughly dried. After shampooing, the carpeted area will be uniform in appearance and free of stains and discoloration. All cleaning solutions shall be removed from baseboards, furniture, trash receptacles, chairs and other similar items.DOORS/WALLS/PARTITIONS/ all areasDaily clean doors at the Admin. Building, Chapel, and Maintenance Bldg. front entrances. Clean window panes with glass cleaner, inside and outside surfaces, and door hardware. Spot clean daily all other glass surfaces from floor to a height not to exceed eight feet. Weekly clean all glass surfaces in the Admin. Building and Maintenance building from floor level to a height not to exceed 8 feet.Daily spot clean doors, walls, and partitions in office spaces and restrooms. Weekly dust and clean all doors, doorframes, walls and partitions, ensuring all corners are free of dust and cobwebs.Weekly dust and clean all window ledges, window sills, niches, handrails, church pews cabinets, table, desk and counter tops, lecterns, light fixtures, lamp shades, pictures and baseboards.RESTROOMS/LOCKER ROOMS (All Buildings)Daily clean toilets/urinals & sinks with germicide disinfectant.Daily remove dirt, debris, urine, feces and water from floor surfaces. Daily clean and polish all glass, mirrored and stainless steel areas with appropriate cleaners, ensuring no streaks.Daily clean counters, tables, benches and sinks.Daily fill all soap dispensers, paper towels, toilet paper and toilet seat protectors.Weekly clean & disinfect Toilet & Urinal partitions, lockers and walls.LUNCH/BREAK ROOM (All Buildings)Daily clean counters, tables and sinks (move small appliance and items as needed)Daily clean and polish all glass, mirrored and stainless steel areas with appropriate cleaners, ensuring no streaks.Daily clean exterior of the refrigerator and microwave’s.Weekly remove trash container and clean the two trash receptacle closets in lunchroom.JANITOR CLOSETS, STORAGE ROOMS, SHOPS and BAYS (All Buildings)Daily sweep and mop floor of the maintenance shop after removing all interferences. Replace all items after floor dries.Weekly clean storage rooms and equipment bays. Sweep and wet mop floor after removing all interferences. Replace all items after floor dries.Daily ensure the janitorial closet is clean and neat in appearance. All chemicals stored in locker are below eye level and a MSDS is on hand. Weekly remove all interference from Janitors Closet and scrub and clean floor drain. Sweep and wet mop floor. Replace all items after floor dries.GENERALDaily empty, clean and line all waste cans, including all trash receptacles inside the buildings and outside of the administration building and public information center entrances. A commercial dumpster is located at the far end of the administration parking lot for the disposal of trash.Daily empty and damp wipe ashtrays at entrances and exits of the administration and public information buildings. The receptacle should be free of litter associated with cigarette smoking, as well as gum, wrappers, etc. Ashtrays with sand will be cleaned out also.Daily empty paper shredder canisters into the Blue recycling containers, change the Blue recycling container bags and place the removed materials into the recycling dumpster located next to the regular trash dumpster. Dispose of all empty cardboard boxes located around trash containers into the recycling dumpster.Daily, clean and sanitize gravesite locator kiosk.Daily, clean, polish and sanitize drinking fountains.Weekly, clean, polish and sanitize vending machines.Weekly clean and damp wipe chairs, wall clocks and wall pictures.Weekly clean and polish light switches, door handles and push plates in all areas.Weekly clean (vacuum or dust) vents, louvers, light fixtures, ceiling fans, mini blinds, windowsills, tube heat radiators, water supply piping, ceiling structural framing braces and HVAC supply registers. A treated cloth should be used when necessary.Weekly dust and polish all wood surfaces and countertops.Daily clean, organize and maintain the janitors closets at Administration Bldg., Maintenance Bldg. and Cloister.Prior to departing each evening, Contractor shall ensure all interior lights are turned off; all doors are secured and locked and the security alarm is activated at the Administration Building and Maintenance Building. SEMI-ANNUAL SERVICES (Twice Yearly)Machine clean, strip and refinish (wax) all vinyl floors in Admin Bldg., Cloister, and Maintenance Bldg.Machine clean, strip and refinish (wax) all tile floors in Cloister to provide non-slip surface.Wash all windows on the Admin Bldg., Chapel, Cloister and Maintenance Bldg. twice yearly, once per semester or as directed by the COR, beginning one week prior to Memorial Day, immediately after cleaning the exteriors of the buildings. Shampoo all carpeted areas in the Admin. Bldg., and Chapel.Inside the Cloister: Clean and polish granite veneer, and tile wainscot. Clean walls, doors, glass block, skylights, painted wood trim, plaster ornamentation, uniform display cases, chandeliers, flag pole stands, and ornamental ironwork. Remove cob webs from ceilings. Dust bronze niche covers. Remove coins and other memorabilia placed on ledges.Inside the Chapel: Clean and polish church pews. Clean walls, plaster ornamentation, doors, railings, handrails, VA insignia medallion, bell, flag pole stands. Remove cob webs from ceilings. *NOTE: same standards apply as indicated under section titled “responsibilities” Contractor shall provide all supplies needed for these optional services.CONTRACTOR RESPONSIBILITIESSTANDARDS OF EMPLOYEE CONDUCTContractor and contractor personnel shall be required to adhere to the following standards of dress and conduct while performing work in the National Cemetery. These standards and regulations are enforceable under Title 38, U.S.C. Section 218.Contractor's employees shall be required to wear uniforms displaying the name of the company and the employee's name. Contractor’s employees shall be fully clothed at all times, to include long slacks or pants and shirt, buttoned up from neck to waist. Clothing shall be clean each day. Any soiled clothing should be cemetery work-related that day. T-shirts and/or tank tops as outer garments are prohibited. Garments displaying a “message” or “slogan” other than the Contractor’s business attire are prohibited. Other clothing in question shall require the Director’s written approval.Contractor employees will maintain personal hygiene. Shoes/boots will have no holes or loose soles. Steel-toed shoes will be required in accordance with OSHA. Contractor personnel shall show proper reverence during committal service.Contractor personnel shall not engage in loud or boisterous behavior, use profane or abusive language nor use personal radios.Due to the sensitive mission of the Cemetery, Contractor employees shall exercise courtesy and respect while within the cemetery. If inquiries are received from visitors they are to assist visitor to the best of their ability.Public restrooms at NCA are for visitors only.Breaks and lunch periods shall be taken at areas designated by the COR, not in the field.Contractor personnel shall neither eat nor drink beverages, except water or non-alcoholic drinks, while in work area, nor in site of committal shelter during a service. Use of intoxicating beverages and/or drugs is strictly prohibited.The only designated smoking area for the Cemetery is located by the storage yard of the maintenance building. All other areas are designated as NO SMOKING.HANDLING OF MARKERS AND HEADSTONESEvery action by contractor personnel at a national cemetery must be performed with the special care, reverence, dignity, and respect that acknowledge the cemetery as the final resting place that commemorates the service and sacrifice that service members, Veterans and their families made for our Nation. Critically important is the awareness required of the Contractor employees of the remains buried in the grounds where the work is performed. The utmost care must be given to these remains and the headstones and flat grave markers that mark those gravesites and memorialize the service of individuals. Contractor personnel cannot walk, stand, lean, sit or jump on headstones or markers, nor shall the wheels/tracks of any Contractor vehicle ever drive over them. No tools, equipment or other items will be placed or leaned on headstones or markers. Once headstones/markers are removed from the socket, do not place the headstones on dirt piles or mud; they should be carefully placed on each associated gravesite and protected in such a way as to prevent any soiling and be out of the way of any other work. Headstones shall be removed from their sockets using wooden and/or metal clamps. If metal clamps are used, the area that contacts the headstone must be protected with a rigid fabric that will prevent damage to and marking of the headstone. Clamps may be attached to a skid steer loader (i.e. Bobcat?) or similar machine to extract the headstone from the socket.Contractor personnel should use tools approved by the Contracting Officer Representative (COR), such as shovels, pry bars or pinch bars to lift flat markers out of the ground; pick axes are not an acceptable tool.When headstones are removed from their sockets, they shall be carefully stored on each associated gravesite; do not lean headstones against each other. Use care not to scratch or damage headstones in any manner. The headstones shall be laid with front inscription side up while the headstone is lying horizontally on the ground. The headstone shall be protected from direct ground contact while lying horizontally. The protection method shall be as approved by the COR and shall be free of deterioration in weather. An approved method is to support each headstone with two (2) wood 4x4’s. Alternate methods can be approved. Cardboard shall not be used. Wood or other suitable appropriate and attractive material shall be used to keep the headstones from contact with the soil while lying horizontally during the construction period. This also shows respect towards the families visiting the gravesites and the remains that are buried. Contractor shall be responsible for replacing damaged headstones and markers and for restoring turf damaged during performance of this work. Additionally, should any activity result in the exposure and/or damage to any remains, container for remains (i.e., casket or urn), or outer burial container, the Contractor must contact the COR, Director/Assistant Director, or Contracting Officer (CO) for guidance. Any doubts as to proper procedures shall be brought to the attention of the COR, Director/Assistant Director, or CO for guidance or resolution.The Contractor is required to discuss this guidance with their employees and have each employee sign a statement of compliance and deliver the signed statement to the COR before work may begin.USE OF CEMETERY FACILITIESThe Government will not be responsible for any loss, damage, or theft of contractor items.Contractor shall be responsible for acceptable standards of housekeeping and custodial maintenance of Department of Veterans Affairs' facilities used by contractor's employees that are acceptable to the COR and in accordance with National Cemetery Administration Operational Standards and Measures (Version 4.0, October 2009 or the most current version).All contractor personnel operating vehicles on government property must possess a valid state driver's license. Contractor employees may park privately owned vehicles in the area designated for parking by the COR. It is the responsibility of the Contractor to ensure his employees park in the appropriate designated parking areas. The Government is not responsible for any damage, theft of vandalism to privately owned vehicles parked on cemetery property. All Contractor employees park on cemetery property at their own risk. The Contractor shall observe all traffic, parking, directional signs and regulations when using the cemetery’s roadways. The Cemetery will not invalidate or make reimbursement for parking violations of the Contractor’s employees under any conditions.Smoking is prohibited inside any buildings at the Cemetery. 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.Storage Facilities: The Government will provide the Contractor with a fenced storage yard to store supplies, tools and equipment directly related to the implementation of this contract. However, the Government will not be responsible for any damage to or loss of the Contractor's equipment and supplies stored on the Government's premises. The Contractor shall provide any storage buildings/lockers at their own expense.Spoils Area: The Government will provide the Contractor an area of land (approx. 25’ x 100’) where the cemetery places spoils, for storage of landscape materials (e.g., topsoil, compost, mulch, sand and gravel.) The contractor is responsible for SWPP and erosion prevention control measures related to the stockpiling of these materials in accordance with local, state and federal regulations.The Contractor shall provide, as part of their offer, a list of tools and equipment to be used during the course of the contract, for the approval of the Government. Ten (10) days after contract award, and every year thereafter, the Contractor shall verify in writing that this equipment is in safe operating condition. The Contractor shall comply with all Federal, State, City, County, regarding the use of Personal Protective Equipment for all contract personnel. All Personal Protective Equipment is provided by the Contractor.The Contractor shall request the approval of the COR if the Contractor desires to store any hazardous materials at the Cemetery. If approval is granted the Contractor is responsible for safely storing any chemicals, pesticides, herbicides, cleaning solutions, flammable materials, etc. on site in properly ventilated hazardous materials lockers in accordance with all federal, state and county laws and regulations and manufacturers recommendations.The Contractor shall be responsible for maintaining fire extinguishers and other safety equipment.MSDS (Material Safety Data Sheets) are required for all chemicals, pesticides, herbicides and cleaning solutions. The Contractor shall provide master file of MSDS sheets to the COR.Should the storage yard should become unusable, the Contractor will be given a minimum of 60 days to find storage off the cemetery grounds. The Contractor shall then be responsible for delivering and removing all necessary equipment and supplies on a daily basis. Inability to use the storage yard will in no way alter the contract.Phone service, electricity or water will NOT be furnished by the Government for the contractor's work area. Water will be furnished by the Government.Any Fax/Telephone service will be Contractor-provided as approved by the COR.INSPECTION OF CEMETERY FACILITIES:The Contractor will perform a daily inspection. During this inspection, any deficiencies noted within the scope of the contract will be corrected as soon as practicable. Items that need correcting outside the scope of the contract will be reported to the Contracting Officer or COR. The Contractor will be required to submit inspection reports and work accomplished to the COR weekly. The inspection forms will be provided to the Contractor.SAFETY AND TRAININGThe Contractor shall also be responsible for training and safety precautions for Contractor employees performing work under these specifications. OSHA standards shall be observed by the Contractor in all work performed. Appropriate safety equipment shall be furnished by the Contractor to Contractor personnel and shall be used as prescribed by OSHA standards, including hard hats, safety shoes, safety glasses, gloves and hearing protection devices. The following OSHA and NFPA standards and codes are to be adhered to: National Fire Protection Association (NFPA): 10-1998 Standard for Portable Fire Extinguishers Occupational Safety and Health Administration (OSHA) 29 CFR 1910 Safety and Health Regulations for Personal Protection, Safety Color Codes, Portable Power Tools, Electrical Safety and Portable Electric Equipment. 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. The Contractor shall be fully licensed to purchase and apply pesticides as required by Federal, State, City, and County, laws and regulations.The Contractor shall fully comply with all applicable Federal, State, City, and County, laws and regulations.The Contractor shall provide, as part of their offer, a list of tools and equipment to be used during the course of the contract. The Contractor shall verify in writing that this equipment is in safe operating condition.The Contractor shall comply with all Federal, State, City, and County regulations regarding the use of Personal Protective Equipment for all contract personnel. All Personal Protective Equipment is provided by the Contractor. Contractor’s employees shall wear all required safety equipment such as goggles or face shield, hearing protection, hard hats, respirators, if required, and uniforms identifying them as an employee of the Contractor.The Contractor shall be responsible for maintaining fire extinguishers and other safety equipment for SPPC.Contractor shall be responsible for maintaining a hazardous chemical list for all chemicals entering the Cemetery. The Contractor must keep all employee training records on site and available for review by the COR.MSDS (Material Safety Data Sheet) are required on-site for all chemicals, pesticides, herbicides and cleaning solutions.Contractor shall be responsible for maintaining monthly fuel tank inspection reports and shall have records available for review by local authorities during site safety inspections.Contractor shall have a Spill Control and Countermeasure Plan (SCCP).The Contractor shall be responsible for training and safety precautions prescribed by OSHA standards.The Contractor shall be responsible for safely storing any chemicals, pesticides, herbicides, cleaning solutions, and other hazardous materials in accordance with manufacturers printed instructions. Contractor shall maintain a binder with MSDS (Material Safety Data Sheets) for all chemicals, pesticides, herbicides and cleaning solutions stored and used on site stored in the maintenance area with telephone numbers of poison control centers to call in case of an accident.The Governments Environmental Management System Coordinator will make periodic inspection on the storage of hazardous chemicals, etc. Contractor shall take corrective action immediately to remedy any deficiencies with safeguards to protect personnel and the environment.All applicators of restricted use pesticides are certified by the state.Certified applicators are aware of any special conditions at the cemetery sites.Each pesticide applied by the contractor is reviewed to ensure it is used in accordance with the label.A written inventory of all pesticides used on the cemetery grounds is available.Each pesticide product stored on the cemetery grounds has a label with the following:The Name or trademark and which the product is sold.The name and address of the producer, registrant or person for whom it was produced.The net contents.The product registration number.The producing establishment number.An ingredient statement.Warning or precautionary statements.Directions for use.A current copy of the MSDS/GHS for each pesticide used or stored on-site is in the MSDS manual. Pesticide application logs are prepared within 14 days of application with the following information:Name of certified applicator.Date.Weather conditions.Name of pesticide applied.Amount of pesticide applied.PROTECTION AND CLEAN-UPThe Contractor shall leave all work areas free of debris and in the same condition as before the work commenced.The Contractor shall take all necessary precautions to protect monuments, headstones, markers, vegetation, and structures as appropriate, in the immediate work area(s).The Contractor shall not use any herbicide or fertilizer in either granular or liquid form that will stain or discolor any headstones and will notify the COR of all materials scheduled for use on turf before beginning any turf application.Contractor 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.No unapproved 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 Representative (COR) prior to washing/cleaning.MAINTENANCE DURING CEMETERY FUNCTIONSContractor personnel shall not operate motorized equipment or conduct other commercial activities within the designated area during interment services. The COR will set the designated area. The COR or his/her representative shall furnish the Contractor with a schedule of all interments and/or ceremonies no later than the close of business of the day prior to the scheduled interment, and a minimum of three (3) days before any ceremonial events.HISTORIC PRESERVATION: Where the Contractor or any of the Contractor's employees, prior to, or during the service work, are advised of or discover any possible archeological, historical and/or cultural resources, the Contractor shall immediately notify the COR verbally, and then with a written follow up.PERFORMANCE EVALUATION MEETINGThe issuance of a Contract Discrepancy Report (CDR) may be cause for the scheduling of a meeting among the Contractor, Contracting Officer, and the COR to evaluate Contractor performance of the contract. A mutual effort will be made to resolve all problems identified. The Government will prepare written minutes of the meeting. The Contractor, Contracting Officer, and the COR will sign minutes of the meeting(s).Should the Contractor not concur with the meeting minutes, he will state in writing to the Contracting Officer within ten calendar days any areas he does not concur and explain the reasons for non-concurrence. The Contracting Officer will review and consider the reasons submitted for the Contractor's non-concurrence and make a decision. The Contracting Officer will notify the Contractor of the decision in writing within ten calendar days.ACTIONSNormally, the COR will verbally advise or give a written inspection report to the Contractor of discrepancies the first time they occur and ask the Contractor to correct the problem. A notation will be made on the COR checklist of the date and the time the deficiency was discovered and the date and time the Contractor was notified.If the Government created any of the discrepancies, these will not be counted against the Contractor's performance. When the Government has caused the Contractor to perform in an unsatisfactory manner, the COR will forward a written notice to the responsible organizational element requesting corrective action be taken.When the Contractor is not meeting the limits of satisfactory performance, a CDR will be issued to the Contractor. The seriousness of the failures should govern whether to issue CDR at the end of the period, or as soon as the limits of satisfactory performance are exceeded. When a CDR is issued for a service, the Contracting Officer (CO) must deduct from the periodic payment, a percentage of that payment as indicated in the Performance of Work Requirements Summary as attached hereto. If the Contractor does not achieve satisfactory performance by the end of the next period or agreed suspense date, another CDR will be issued and the appropriate amount deducted from the periodic payment in accordance with the disincentive rate listed in the attached Performance Requirements Summary. A third CDR will be the cause for a Cure Notice. However, the Contracting Officer may issue a Cure Notice at any time he/she deems appropriate. Depending on the overall performance of the Contractor, an unsatisfactory reply to the Cure Notice should require a Show Cause letter to be issued, followed by consideration of termination of the contract. CONTRACTOR’S QUALITY CONTROL PLAN (QCP):The Contractor shall establish and maintain a complete Quality Control Plan (QCP) to ensure that the requirements of this contract are met as specified. This QCP will be forwarded to the Contracting Officer (CO) along with the requested initial quotation. The CO will review the QCP and list any needed clarifications, and return to Contractor for response, if necessary.The Contractor’s QCP shall include at a minimum: An inspection plan covering all services required by this contract. The inspection plan must specify the areas to be inspected on either a scheduled or unscheduled basis, how often inspections will be accomplished and documented, or the title of the individual(s) who will perform the inspections.An example of an on-site inspection record. Inspections are conducted by the Contractor, with any necessary corrective actions notated on this record. The Government reserves the right to request copies of any and/or each inspection. A description of either active or established internal policy and procedures for updating equipment, and any procedures that may affect performance of this contract. The methods for identifying and preventing deficiencies in the quality of service performed, before the level of performance becomes unacceptable and organizational functions noting intermediate supervisory responsibilities and overall management responsibilities for ensuring total acceptable performance. On-site records identifying the character, physical capabilities, certifications and ongoing training of each employee performing services under this contract.A log to account for all requests for immediate service. The log shall indicate the date and time of services, and description of results and completion of these services. On-site records of any complaints or problems, with procedures taken to allow for corrections and/or elimination before effects caused interruption of performance of contract.ADDITIONAL REGULATIONS:The Contractor shall comply with all Federal, State, City, and County ordinances and regulations including, but not limited to Cal-OSHA standards, applicable to the work being performed.CONTRACTOR SUPERVISION, WORK HOURS, AND TRAININGSUPERVISIONThe Contractor shall provide a superintendent and a crew foreman who shall each have a minimum of two (2) years’ experience as a direct supervisor of commercial Landscape Maintenance/Construction operations. Both the superintendent and the crew foreman shall speak fluent English. The superintendent and/or the crew foreman shall be on-site at all times. The Contractor shall provide the superintendent and crew foreman with mobile phones so that the COR can contact them when needed. When the superintendent is not on site, the crew foreman shall be delegated to fulfill the superintendent’s duties. The superintendent shall immediately communicate to the COR when the crew foreman has been placed in charge.The superintendent will be responsible for the following:Directing, overseeing and coordinating the work involved on a daily basis in accordance with this Statement of Work, the daily Interment Schedule, and the Cemetery Grounds Management Plan.Staying abreast of all upcoming cemetery functions including special holiday events, burial activities and floral regulations.Ensuring that grounds maintenance work does not cause any burial, committal service, ceremony, funeral 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.The Contractor shall be responsible for maintaining satisfactory standards of personnel conduct and work performance and shall administer disciplinary action as required. The Contractor shall remove employees for cause, to include, but not limited to, misconduct in performance of duty under these specifications and/or conduct contrary to the best interests of the Government.The Contractor shall be 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.The Contractor shall phase all work in such a manner, as not to impact on or interfere with cemetery operations.The Contractor shall advise the COR of work accomplished at the end of each work day and coordinate the following day’s schedule of work.Note: To cause the least possible interference with cemetery activities, contract personnel will stop (cease) all grounds maintenance work in areas where burials are taking place. As a general "rule-of-thumb", work shall not take place within 1,000 feet of an ongoing committal service or ceremony. The Site Manager shall re-direct work 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 may then do so.WORK HOURS:Federal Holidays: Unless otherwise specified, work required under this contract shall be accomplished during normal business days and daylight hours (Monday through Friday / 8:00am to 4:30pm). Work is normally not conducted on Federal holidays unless otherwise directed by the COR. At the Contractor’s request, and with the written permission of the COR, work may also be permitted to be scheduled for weekends and Holidays. 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 (8:00 a.m. to 4:30 p.m. Monday through Friday), the Contractor shall request for a deviation in writing to the COR at least 24 hours in advance. The following is a list of the Federal holidays:OctoberColumbus DayNovemberVeterans DayNovemberThanksgiving DayDecemberChristmasJanuaryNew Year’s DayJanuaryMartin Luther King Jr.’s BirthdayFebruaryWashington’s BirthdayMayMemorial DayJulyIndependence DaySeptemberLabor DayWhen a holiday falls on Sunday, the following Monday shall be observed as a Federal Holiday. When a holiday falls on a Saturday, the preceding Friday shall be observed as a Federal Holiday by U.S. Government Agencies. Also included would be any day specifically declared by the President of the United States of America as a Federal Holiday.TRAINING:At the beginning of the contract, the Cemetery will provide a 2 to 3 day training session at no cost to the contractor, to train contractor personnel in safety requirements; quality assurance; duties and responsibilities; the layout and setting of headstones; and use of attached check lists and data sheets.The superintendent and crew foreman shall both be Landscape Industry Certified Technicians accredited by the California Landscape Contractors Association (CLCA), or equivalent accreditation program. Submit certificates of completion as evidence that they have completed the required training. All subsequent superintendents and crew foremen are required to complete the same training. Submit proof of active status every two years at the beginning of the fiscal year.The Contractor shall have an employee or consultant schedule and manage the irrigation system. The Contractor’s Irrigation Manager shall be Certified Irrigation Technician (CIT) certified by the Irrigation Association or the Landscape Contractors Association. Submit a certificate of completion as evidence that the irrigation manager has completed the required training. All subsequent irrigation managers are required to complete the same training.The Contractor’s Irrigation Manager shall be trained by the irrigation control system manufacturer or an authorized representative, in information gathering, data entry, programming, scheduling, water-budgeting, and trouble-shooting of the central irrigation control system. Provide the irrigation manager with a minimum of 16-hours of on-site training. Submit a certificate of completion as evidence that the irrigation manager has completed the required training. All subsequent irrigation managers are required to complete the same training.The Contractor shall have a consultant or employee who is a certified arborist in good standing with the International Society of Arboriculture to supervise the pruning of all trees and ERNMENT CONTACTSDEPARTMENT OF VETERANS AFFAIRS RESPONSIBILITIESThe Pacific District Director's Office, Department of Veterans Affairs, National Cemetery Area Office, 1301 Clay Street, 12th Floor North Tower, Room 1230, Oakland, California, 94612-5209, has the responsibility for the National Cemeteries. The administration of this contract will be by the Contracting Officer, Department of Veterans Affairs, National Cemetery Administration, Centralized Contracting Division (41D3A), 5105 Russell Road, Quantico, VA 22134-3903. The Contracting Officer’s Representative (COR) for the contract will be designated in a separate letter under the direction of the Director, Tom Ruck, Los Angeles National Cemetery, 950 S. Sepulveda Blvd, Los Angeles CA 90049.CONTRACTING OFFICER’S REPRESENTATIVEThe VA Contracting Officer will delegate one (or more) representatives to serve as the Contracting Officer’s Representative (COR). The COR may direct and arrange the Contractor’s work schedule in specific areas of the cemetery to coordinate with daily cemetery activities and operations. Duties and responsibilities of the COR include day-to-day monitoring of the contract as follows:Providing contract oversight and technical guidance to the Contractor.Placing orders for services provided under the contract.Inspection and acceptance of services provided under the contract.Verification / certification of payments to the Contractor for services rendered.Assuring that any changes effecting work involved, price, terms and/or conditions under the contract are not implemented before written authorization is issued by the Contracting Officer.Note: All administrative functions remain with the VA Contracting Officer. Any modifications to the contract, including those involving no-cost changes, increases and decreases in cost or level of services provided, termination or extension of the contract (in part or in whole) and decisions concerning claims or disputes, must be authorized in writing by the VA Contracting MUNICATION & COORDINATION OF WORK WITH COR:Communication with the COR is strongly encouraged. Burial activities shall take precedence over grounds maintenance activities. Work activity and noise other than that required for the interment services cannot disturb burial ceremony. Trucks and workmen are prohibited from passing through the service area during this period.During the turf application and/or mowing process, the crew foreman shall communicate daily with COR, to ask questions and ensure he/she understands the off-limit areas, which will vary depending upon event.SITE MANAGERThe Contractor shall provide a “Site Manager” who will be responsible for the following:Directing, overseeing and coordinating the work involved.Staying abreast of all upcoming cemetery functions including special holiday events, burial activities and floral regulations.Ensuring that contract work does not cause 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.Note: To cause the least possible interference with cemetery activities, contract personnel will stop (cease) all work in areas where burials are taking place. As a general "rule-of-thumb", work shall not take place within 1,000 feet of an ongoing committal service or ceremony. The Site Manager shall re-direct work 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 may then do so.SITE SUMMARYClassificationApproximate Area/QuantityTotal Site Area114.5 AcresTotal Developed Cemetery 114.5 AcresBurial Section Area105 AcresThe Administration Building 2,000 Square-FeetThe Bob Hope Chapel1,300 Square-FeetThe “Cloister” Columbarium Building1,500 Square-FeetCloister Restroom400 Square-FeetMaintenance Buildings3,800 Square-FeetMaintenance Yard10,000 Square-FeetWalkways/Hardscape 10,000 Square-FeetAsphalt Roads/Parking Lots11 AcresGravel Roads 10,000 Square-FeetHeadstones (Uprights)24,884Headstones (Flats)46,370Headstones (Niches)5,329Memorial Markers30Irrigated Turf107 AcresIrrigated Landscape Beds1 AcreNon-Irrigated Landscape Buffer Areas2 AcresMulched Only Areas (No Plantings) 1/2 AcreWoodland/Forest3 AcresSpoils Area1/2 Acre (End of Work Statement)LIST OF ATTACHMENTSAttachments Number of PagesAttachment A – Flat Marker Realignment1Attachment B – Headstone, Marker and Niche Cover Maintenance Checklist1Attachment C – Grounds Maintenance Check Lists4Attachment D – Kikuyugrass and Bermudagrass Control Plan1Attachment E – Pesticide Application Data Sheet1Attachment F – Vertebrate Pest Inspection Sheet1Attachment G – Site Plan of Los Angeles National Cemetery1ATTACHMENT AFLAT MARKER REALIGNMENTATTACHMENT BHEADSTONE, MARKER AND NICHE COVER MAINTENANCE CHECKLIST (MONTHLY)Area/Section Inspected:OKNeeds Attention/#N/ACommentsOAI MeasureDescription????Cleaning4.1Headstones are clean, free of debris and objectionable accumulations?????Markers are clean, free of debris and objectionable accumulations.?????Niche covers are clean, free of debris and objectionable accumulations.????Height and Alignment4.2Upright headstones are at the proper height and alignment?????Flat markers are at the proper height and alignment?????Niche covers are at the proper height and alignment.????Condition4.4Headstone, marker and niche cover inscriptions are visible and legible as appropriate for the age and historic significance of the marker.????4.5Damaged and defaced headstones markers, and niche covers have been identified and action taken to replace or repair them.????4.6Headstones, markers, and niche covers that are no longer useable are disposed of in a manner that is respectful and prevents unacceptable use.????Signature of Inspector:Title:ATTACHMENT CATTACHMENT E:PESTICIDE APPLICATION DATA SHEETDate:Applicator:APPLICATION SITELocation:Size of Treatment Area:Plant Age and Condition:Description (Turf, Bed etc.):Soil Conditions:Surrounding Sensitive Areas:Previous Pesticides Used:PEST PROBLEMPrimary Pest:Damage Observed:Other Pests Present:Location of Damage:Beneficials Present:Severity of Pest Problem:PESTICIDE(S) USEDPesticide(s):Formulation:(1)Rate:Total Amount Used:(2)(3)Adjuvants Type:Amount:Total Gallons of Diluted Spray Used:Surfactant Type:Amount:APPLICATIONDate(s) of Application:Weather ConditionsTemperature:Equipment used:Cloud Cover:Wind Speed:Equipment Calibrated By:Wind Direction:Rain:Travel Speed:Total Hours for Application:Persons Notified or Spoken to Regarding Application:(1)(2)(3)FOLLOW UPEffectiveness of Application:Beneficials Present:Pest Resurgence Noted:Injury to Non-Target Plants or Surfaces:COMMENTSSignature & DateATTACHMENT FVERTEBRATE PEST INSPECTION SHEETGophers, Moles, Voles, Raccoons, Skunks, SnakesLocation of Service: Los Angeles National CemeteryDate of Service: ______________________NO.CEMETERY SECTIONID# OF NEAREST HEADSTONEANIMAL PEST TYPEOLD OR NEW DAMAGE?DATE OF DISCOVERYCHEMICAL OR TRAP TREATMENTDATE OF TREATMENTDATE OF TURF REPAIRCONTRACTOR SIGNATURECOMMENTS12345678???????????SECTION C - CONTRACT CLAUSESC.1 52.219-14 LIMITATIONS ON SUBCONTRACTING (NOV 2011) (a) This clause does not apply to the unrestricted portion of a partial set-aside. (b) Applicability. This clause applies only to— (1) Contracts that have been set aside or reserved for small business concerns or 8(a) concerns; (2) Part or parts of a multiple-award contract that have been set aside for small business concerns or 8(a) concerns; and (3) Orders set aside for small business or 8(a) concerns under multiple-award contracts as described in 8.405-5 and 16.505(b)(2)(i)(F). (c) By submission of an offer and execution of a contract, the Offeror/Contractor agrees that in performance of the contract in the case of a contract for— (1) Services (except construction). At least 50 percent of the cost of contract performance incurred for personnel shall be expended for employees of the concern. (2) Supplies (other than procurement from a nonmanufacturer of such supplies). The concern shall perform work for at least 50 percent of the cost of manufacturing the supplies, not including the cost of materials. (3) General construction. The concern will perform at least 15 percent of the cost of the contract, not including the cost of materials, with its own employees. (4) Construction by special trade contractors. The concern will perform at least 25 percent of the cost of the contract, not including the cost of materials, with its own employees.(End of Clause)C.2 SBA ACT 8 (d) (13) (B)(B) NOTICE.— IN GENERAL.—A prime contractor for a covered contract shall notify in writing the contracting officer for the covered contract if the prime contractor pays a reduced price to a subcontractor for goods and services upon completion of the responsibilities of the subcontractor or the payment to a subcontractor is more than 90 days past due for goods or services provided for the covered contract for which the Federal agency has paid the prime contractor. (ii) CONTENTS.—A prime contractor shall include the reason for the reduction in a payment to or failure to pay a subcontractor in any notice made under clause (i). C.3 DIGNITY CLAUSE FOR NCA CONTRACTSEvery action by contractor personnel at a National Cemetery must be performed with the special care, reverence, dignity, and respect that acknowledge the cemetery as the final resting place that commemorates the service and sacrifice those service members, Veterans, and their families made for our Nation. Critically important is the awareness, required of the contractor employees, of the remains buried in the grounds where the work is performed. The utmost care must be given to these remains and the headstones and flat grave markers that mark those gravesites and memorialize the service of individuals.a. Contractors cannot walk, stand, lean, sit or jump on headstones or markers. Nor can they drive over them. Contractor personnel should use tools approved by the Contracting Officer Representative (COR), such as shovels, pry bars or pinch bars to lift flat markers out of the ground; pick axes are not an acceptable tool.b. No tools, equipment or other items will be placed or leaned on headstones or markers. Once headstones/markers are removed from the socket, do not place on dirt piles or mud; they should be carefully placed on each associated gravesite and protected in such a way as to prevent any soiling and be out of the way of any other work.c. Headstones shall be removed from their sockets using wooden and/or metal clamps. If metal clamps are used, the area that contacts the headstone must be protected with a rigid fabric that will prevent damage to and marking of the headstone. Clamps may be attached to a skid steer loader (i.e., Bobcat?) or similar machine to extract the headstone from the socket. When headstones are removed from their sockets, they shall be carefully stored on each associated gravesite; do not lean headstones against each other. Use care not to scratch or damage headstones in any manner. The headstones shall be laid with front inscription side up while the headstone is lying horizontally on the ground. The headstone shall be protected from direct ground contact while lying horizontally. The protection method shall be as approved by the COR and shall be free of deterioration in weather. An approved method is to support each headstone with two wood 4X4’s. Alternate methods can be approved. Cardboard shall not be used. Wood or other suitable appropriate and attractive material shall be used to keep the headstones from contact with the soil while lying horizontally during the construction period. This also shows respect towards the families visiting the gravesites and the remains that are buried.d. Contractor shall be responsible for replacing damaged headstones and markers and for restoring turf damaged during performance of this work.e. Additionally, should any activity result in the exposure and/or damage to any remains, container for remains (i.e., casket or urn), or outer burial container, the Contractor must contact the COR, Director/Assistant Director, and Contracting Officer (CO) for guidance.Any doubts as to proper procedures shall be brought to the attention of the COR, Director/Assistant Director, and CO for guidance or resolution.The Contractor is required to discuss the guidance with their employees and have each employee sign a statement of compliance and deliver the signed statement to the COR before work may begin.C.4 52.212-4 CONTRACT TERMS AND CONDITIONS—COMMERCIAL ITEMS (MAY 2015) (a) Inspection/Acceptance. The Contractor shall only tender for acceptance those items that conform to the requirements of this contract. The Government reserves the right to inspect or test any supplies or services that have been tendered for acceptance. The Government may require repair or replacement of nonconforming supplies or reperformance of nonconforming services at no increase in contract price. If repair/replacement or reperformance will not correct the defects or is not possible, the Government may seek an equitable price reduction or adequate consideration for acceptance of nonconforming supplies or services. The Government must exercise its post-acceptance rights— (1) Within a reasonable time after the defect was discovered or should have been discovered; and (2) Before any substantial change occurs in the condition of the item, unless the change is due to the defect in the item. (b) Assignment. The Contractor or its assignee may assign its rights to receive payment due as a result of performance of this contract to a bank, trust company, or other financing institution, including any Federal lending agency in accordance with the Assignment of Claims Act (31 U.S.C. 3727). However, when a third party makes payment (e.g., use of the Governmentwide commercial purchase card), the Contractor may not assign its rights to receive payment under this contract. (c) Changes. Changes in the terms and conditions of this contract may be made only by written agreement of the parties. (d) Disputes. This contract is subject to 41 U.S.C. chapter 71, Contract Disputes. Failure of the parties to this contract to reach agreement on any request for equitable adjustment, claim, appeal or action arising under or relating to this contract shall be a dispute to be resolved in accordance with the clause at FAR 52.233-1, Disputes, which is incorporated herein by reference. The Contractor shall proceed diligently with performance of this contract, pending final resolution of any dispute arising under the contract. (e) Definitions. The clause at FAR 52.202-1, Definitions, is incorporated herein by reference. (f) Excusable delays. The Contractor shall be liable for default unless nonperformance is caused by an occurrence beyond the reasonable control of the Contractor and without its fault or negligence such as, acts of God or the public enemy, acts of the Government in either its sovereign or contractual capacity, fires, floods, epidemics, quarantine restrictions, strikes, unusually severe weather, and delays of common carriers. The Contractor shall notify the Contracting Officer in writing as soon as it is reasonably possible after the commencement of any excusable delay, setting forth the full particulars in connection therewith, shall remedy such occurrence with all reasonable dispatch, and shall promptly give written notice to the Contracting Officer of the cessation of such occurrence. (g) Invoice. (1) The Contractor shall submit an original invoice and three copies (or electronic invoice, if authorized) to the address designated in the contract to receive invoices. An invoice must include— (i) Name and address of the Contractor; (ii) Invoice date and number; (iii) Contract number, contract line item number and, if applicable, the order number; (iv) Description, quantity, unit of measure, unit price and extended price of the items delivered; (v) Shipping number and date of shipment, including the bill of lading number and weight of shipment if shipped on Government bill of lading; (vi) Terms of any discount for prompt payment offered; (vii) Name and address of official to whom payment is to be sent; (viii) Name, title, and phone number of person to notify in event of defective invoice; and (ix) Taxpayer Identification Number (TIN). The Contractor shall include its TIN on the invoice only if required elsewhere in this contract. (x) Electronic funds transfer (EFT) banking information. (A) The Contractor shall include EFT banking information on the invoice only if required elsewhere in this contract. (B) If EFT banking information is not required to be on the invoice, in order for the invoice to be a proper invoice, the Contractor shall have submitted correct EFT banking information in accordance with the applicable solicitation provision, contract clause (e.g., 52.232-33, Payment by Electronic Funds Transfer—System for Award Management, or 52.232-34, Payment by Electronic Funds Transfer—Other Than System for Award Management), or applicable agency procedures. (C) EFT banking information is not required if the Government waived the requirement to pay by EFT. (2) Invoices will be handled in accordance with the Prompt Payment Act (31 U.S.C. 3903) and Office of Management and Budget (OMB) prompt payment regulations at 5 CFR part 1315. (h) Patent indemnity. The Contractor shall indemnify the Government and its officers, employees and agents against liability, including costs, for actual or alleged direct or contributory infringement of, or inducement to infringe, any United States or foreign patent, trademark or copyright, arising out of the performance of this contract, provided the Contractor is reasonably notified of such claims and proceedings. (i) Payment.— (1) Items accepted. Payment shall be made for items accepted by the Government that have been delivered to the delivery destinations set forth in this contract. (2) Prompt payment. The Government will make payment in accordance with the Prompt Payment Act (31 U.S.C. 3903) and prompt payment regulations at 5 CFR part 1315. (3) Electronic Funds Transfer (EFT). If the Government makes payment by EFT, see 52.212-5(b) for the appropriate EFT clause. (4) Discount. In connection with any discount offered for early payment, time shall be computed from the date of the invoice. For the purpose of computing the discount earned, payment shall be considered to have been made on the date which appears on the payment check or the specified payment date if an electronic funds transfer payment is made. (5) Overpayments. If the Contractor becomes aware of a duplicate contract financing or invoice payment or that the Government has otherwise overpaid on a contract financing or invoice payment, the Contractor shall— (i) Remit the overpayment amount to the payment office cited in the contract along with a description of the overpayment including the— (A) Circumstances of the overpayment (e.g., duplicate payment, erroneous payment, liquidation errors, date(s) of overpayment); (B) Affected contract number and delivery order number, if applicable; (C) Affected contract line item or subline item, if applicable; and (D) Contractor point of contact. (ii) Provide a copy of the remittance and supporting documentation to the Contracting Officer. (6) Interest. (i) All amounts that become payable by the Contractor to the Government under this contract shall bear simple interest from the date due until paid unless paid within 30 days of becoming due. The interest rate shall be the interest rate established by the Secretary of the Treasury as provided in 41 U.S.C. 7109, which is applicable to the period in which the amount becomes due, as provided in (i)(6)(v) of this clause, and then at the rate applicable for each six-month period as fixed by the Secretary until the amount is paid. (ii) The Government may issue a demand for payment to the Contractor upon finding a debt is due under the contract. (iii) Final decisions. The Contracting Officer will issue a final decision as required by 33.211 if— (A) The Contracting Officer and the Contractor are unable to reach agreement on the existence or amount of a debt within 30 days; (B) The Contractor fails to liquidate a debt previously demanded by the Contracting Officer within the timeline specified in the demand for payment unless the amounts were not repaid because the Contractor has requested an installment payment agreement; or (C) The Contractor requests a deferment of collection on a debt previously demanded by the Contracting Officer (see 32.607-2). (iv) If a demand for payment was previously issued for the debt, the demand for payment included in the final decision shall identify the same due date as the original demand for payment. (v) Amounts shall be due at the earliest of the following dates: (A) The date fixed under this contract. (B) The date of the first written demand for payment, including any demand for payment resulting from a default termination. (vi) The interest charge shall be computed for the actual number of calendar days involved beginning on the due date and ending on— (A) The date on which the designated office receives payment from the Contractor; (B) The date of issuance of a Government check to the Contractor from which an amount otherwise payable has been withheld as a credit against the contract debt; or (C) The date on which an amount withheld and applied to the contract debt would otherwise have become payable to the Contractor. (vii) The interest charge made under this clause may be reduced under the procedures prescribed in 32.608-2 of the Federal Acquisition Regulation in effect on the date of this contract. (j) Risk of loss. Unless the contract specifically provides otherwise, risk of loss or damage to the supplies provided under this contract shall remain with the Contractor until, and shall pass to the Government upon: (1) Delivery of the supplies to a carrier, if transportation is f.o.b. origin; or (2) Delivery of the supplies to the Government at the destination specified in the contract, if transportation is f.o.b. destination. (k) Taxes. The contract price includes all applicable Federal, State, and local taxes and duties. (l) Termination for the Government's convenience. The Government reserves the right to terminate this contract, or any part hereof, for its sole convenience. In the event of such termination, the Contractor shall immediately stop all work hereunder and shall immediately cause any and all of its suppliers and subcontractors to cease work. Subject to the terms of this contract, the Contractor shall be paid a percentage of the contract price reflecting the percentage of the work performed prior to the notice of termination, plus reasonable charges the Contractor can demonstrate to the satisfaction of the Government using its standard record keeping system, have resulted from the termination. The Contractor shall not be required to comply with the cost accounting standards or contract cost principles for this purpose. This paragraph does not give the Government any right to audit the Contractor's records. The Contractor shall not be paid for any work performed or costs incurred which reasonably could have been avoided. (m) Termination for cause. The Government may terminate this contract, or any part hereof, for cause in the event of any default by the Contractor, or if the Contractor fails to comply with any contract terms and conditions, or fails to provide the Government, upon request, with adequate assurances of future performance. In the event of termination for cause, the Government shall not be liable to the Contractor for any amount for supplies or services not accepted, and the Contractor shall be liable to the Government for any and all rights and remedies provided by law. If it is determined that the Government improperly terminated this contract for default, such termination shall be deemed a termination for convenience. (n) Title. Unless specified elsewhere in this contract, title to items furnished under this contract shall pass to the Government upon acceptance, regardless of when or where the Government takes physical possession. (o) Warranty. The Contractor warrants and implies that the items delivered hereunder are merchantable and fit for use for the particular purpose described in this contract. (p) Limitation of liability. Except as otherwise provided by an express warranty, the Contractor will not be liable to the Government for consequential damages resulting from any defect or deficiencies in accepted items. (q) Other compliances. The Contractor shall comply with all applicable Federal, State and local laws, executive orders, rules and regulations applicable to its performance under this contract. (r) Compliance with laws unique to Government contracts. The Contractor agrees to comply with 31 U.S.C. 1352 relating to limitations on the use of appropriated funds to influence certain Federal contracts; 18 U.S.C. 431 relating to officials not to benefit; 40 U.S.C. chapter 37, Contract Work Hours and Safety Standards; 41 U.S.C. chapter 87, Kickbacks; 41 U.S.C. 4712 and 10 U.S.C. 2409 relating to whistleblower protections; 49 U.S.C. 40118, Fly American; and 41 U.S.C. chapter 21 relating to procurement integrity. (s) Order of precedence. Any inconsistencies in this solicitation or contract shall be resolved by giving precedence in the following order: (1) The schedule of supplies/services. (2) The Assignments, Disputes, Payments, Invoice, Other Compliances, Compliance with Laws Unique to Government Contracts, and Unauthorized Obligations paragraphs of this clause; (3) The clause at 52.212-5. (4) Addenda to this solicitation or contract, including any license agreements for computer software. (5) Solicitation provisions if this is a solicitation. (6) Other paragraphs of this clause. (7) The Standard Form 1449. (8) Other documents, exhibits, and attachments (9) The specification. (t) System for Award Management (SAM). (1) Unless exempted by an addendum to this contract, the Contractor is responsible during performance and through final payment of any contract for the accuracy and completeness of the data within the SAM database, and for any liability resulting from the Government's reliance on inaccurate or incomplete data. To remain registered in the SAM database after the initial registration, the Contractor is required to review and update on an annual basis from the date of initial registration or subsequent updates its information in the SAM database to ensure it is current, accurate and complete. Updating information in the SAM does not alter the terms and conditions of this contract and is not a substitute for a properly executed contractual document. (2)(i) If a Contractor has legally changed its business name, "doing business as" name, or division name (whichever is shown on the contract), or has transferred the assets used in performing the contract, but has not completed the necessary requirements regarding novation and change-of-name agreements in FAR subpart 42.12, the Contractor shall provide the responsible Contracting Officer a minimum of one business day's written notification of its intention to (A) change the name in the SAM database; (B) comply with the requirements of subpart 42.12; and (C) agree in writing to the timeline and procedures specified by the responsible Contracting Officer. The Contractor must provide with the notification sufficient documentation to support the legally changed name. (ii) If the Contractor fails to comply with the requirements of paragraph (t)(2)(i) of this clause, or fails to perform the agreement at paragraph (t)(2)(i)(C) of this clause, and, in the absence of a properly executed novation or change-of-name agreement, the SAM information that shows the Contractor to be other than the Contractor indicated in the contract will be considered to be incorrect information within the meaning of the "Suspension of Payment" paragraph of the electronic funds transfer (EFT) clause of this contract. (3) The Contractor shall not change the name or address for EFT payments or manual payments, as appropriate, in the SAM record to reflect an assignee for the purpose of assignment of claims (see Subpart 32.8, Assignment of Claims). Assignees shall be separately registered in the SAM database. Information provided to the Contractor's SAM record that indicates payments, including those made by EFT, to an ultimate recipient other than that Contractor will be considered to be incorrect information within the meaning of the "Suspension of payment" paragraph of the EFT clause of this contract. (4) Offerors and Contractors may obtain information on registration and annual confirmation requirements via SAM accessed through . (u) Unauthorized Obligations. (1) Except as stated in paragraph (u)(2) of this clause, when any supply or service acquired under this contract is subject to any End User License Agreement (EULA), Terms of Service (TOS), or similar legal instrument or agreement, that includes any clause requiring the Government to indemnify the Contractor or any person or entity for damages, costs, fees, or any other loss or liability that would create an Anti-Deficiency Act violation (31 U.S.C. 1341), the following shall govern: (i) Any such clause is unenforceable against the Government. (ii) Neither the Government nor any Government authorized end user shall be deemed to have agreed to such clause by virtue of it appearing in the EULA, TOS, or similar legal instrument or agreement. If the EULA, TOS, or similar legal instrument or agreement is invoked through an “I agree” click box or other comparable mechanism (e.g., “click-wrap” or “browse-wrap” agreements), execution does not bind the Government or any Government authorized end user to such clause. (iii) Any such clause is deemed to be stricken from the EULA, TOS, or similar legal instrument or agreement. (2) Paragraph (u)(1) of this clause does not apply to indemnification by the Government that is expressly authorized by statute and specifically authorized under applicable agency regulations and procedures.(v) Incorporation by reference. The Contractor’s representations and certifications, including those completed electronically via the System for Award Management (SAM), are incorporated by reference into the contract.(End of Clause)ADDENDUM to FAR 52.212-4 CONTRACT TERMS AND CONDITIONS—COMMERCIAL ITEMS Clauses that are incorporated by reference (by Citation Number, Title, and Date), have 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 following clauses are incorporated into 52.212-4 as an addendum to this contract:C.5 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): (End of Clause)FAR NumberTitleDate52.203-3GRATUITIESAPR 198452.203-17CONTRACTOR EMPLOYEE WHISTLEBLOWER RIGHTS AND REQUIREMENT TO INFORM EMPLOYEES OF WHISTLEBLOWER RIGHTSAPR 201452.204-4PRINTED OR COPIED DOUBLE-SIDED ON RECYCLED PAPERMAY 201152.204-9PERSONAL IDENTITY VERIFICATION OF CONTRACTOR PERSONNELJAN 201152.204-18COMMERCIAL AND GOVERNMENT ENTITY CODE MAINTENANCEJUL 201652.209-3FIRST ARTICLE APPROVAL—CONTRACTOR TESTINGSEP 198952.217-8OPTION TO EXTEND SERVICESNOV 199952.223-2AFFIRMATIVE PROCUREMENT OF BIOBASED PRODUCTS UNDER SERVICE AND CONSTRUCTION CONTRACTSSEP 201352.228-2ADDITIONAL BOND SECURITYOCT 1997C.6 52.228-5 INSURANCE—WORK ON A GOVERNMENT INSTALLATION (JAN 1997) (a) The Contractor shall, at its own expense, provide and maintain during the entire performance of this contract, at least the kinds and minimum amounts of insurance required in the Schedule or elsewhere in the contract. (b) Before commencing work under this contract, the Contractor shall notify the Contracting Officer in writing that the required insurance has been obtained. The policies evidencing required insurance shall contain an endorsement to the effect that any cancellation or any material change adversely affecting the Government's interest shall not be effective— (1) For such period as the laws of the State in which this contract is to be performed prescribe; or (2) Until 30 days after the insurer or the Contractor gives written notice to the Contracting Officer, whichever period is longer. (c) The Contractor shall insert the substance of this clause, including this paragraph (c), in subcontracts under this contract that require work on a Government installation and shall require subcontractors to provide and maintain the insurance required in the Schedule or elsewhere in the contract. The Contractor shall maintain a copy of all subcontractors' proofs of required insurance, and shall make copies available to the Contracting Officer upon request.(End of Clause)FAR NumberTitleDate52.228-16PERFORMANCE AND PAYMENT BONDS—OTHER THAN CONSTRUCTIONNOV 200652.232-18AVAILABILITY OF FUNDSAPR 198452.232-40PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORSDEC 201352.236-14AVAILABILITY AND USE OF UTILITY SERVICESAPR 198452.237-2PROTECTION OF GOVERNMENT BUILDINGS, EQUIPMENT, AND VEGETATIONAPR 198452.237-3CONTINUITY OF SERVICESJAN 199152.242-13BANKRUPTCYJUL 199552.242-14SUSPENSION OF WORKAPR 198452.242-15STOP-WORK ORDERAUG 198952.246-4INSPECTION OF SERVICES—FIXED-PRICEAUG 1996852.228-70BOND PREMIUM ADJUSTMENTJAN 2008852.273-70LATE OFFERSJAN 2003C.7 52.203-99 PROHIBITION ON CONTRACTING WITH ENTITIES THAT REQUIRE CERTAIN INTERNAL CONFIDENTIALITY AGREEMENTS (DEVIATION) (FEB 2015) (a) The Contractor shall not require employees or contractors seeking to report fraud, waste, or abuse to sign or comply with internal confidentiality agreements or statements prohibiting or otherwise restricting such employees or subcontractors from lawfully reporting such waste, fraud, or abuse to a designated investigative or law enforcement representative of a Federal department or agency authorized to receive such information. (b) The contractor shall notify employees that the prohibitions and restrictions of any internal confidentiality agreements covered by this clause are no longer in effect. (c) The prohibition in paragraph (a) of this clause does not contravene requirements applicable to Standard Form 312, Form 4414, or any other form issued by a Federal department or agency governing the nondisclosure of classified information. (d)(1) In accordance with section 743 of Division E, Title VII, of the Consolidated and Further Continuing Resolution Appropriations Act, 2015 (Pub. L. 113-235), use of funds appropriated (or otherwise made available) under that or any other Act may be prohibited, if the Government determines that the Contractor is not in compliance with the provisions of this clause. (2) The Government may seek any available remedies in the event the contractor fails to comply with the provisions of this clause.(End of Clause)C.8 52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT (MAR 2000) (a) The Government may extend the term of this contract by written notice to the Contractor within 30 days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 5 years.(End of Clause)C.9 SUPPLEMENTAL INSURANCE REQUIREMENTSIn accordance with FAR 28.307-2 and FAR 52.228-5, 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 statues. If occupational diseases are not compensable under those statues, they shall be covered under the employer’s liability section of the insurance policy, except when contract operations are so commingled with a Contractor’s commercial operations that it would not be practical to require this coverage. Employer’s liability coverage of at least $100,000 is required, except in States with exclusive or monopolistic funds that do not permit workers’ compensation to be written by private carriers.General Liability: $500,000 per occurrences.Automobile Liability: $200,000.00 person; $500,000.00 per occurrence and $200,000.00 property damage.The successful bidder must present to the Contracting Officer, prior to award, evidence of general liability insurance without any exclusionary clauses for asbestos that would void the general liability coverage.(End of Clause)C.10 52.232-19 AVAILABILITY OF FUNDS FOR THE NEXT FISCAL YEAR (APR 1984) Funds are not presently available for performance under this contract beyond . The Government's obligation for performance of this contract beyond that date is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise for performance under this contract beyond , until funds are made available to the Contracting Officer for performance and until the Contractor receives notice of availability, to be confirmed in writing by the Contracting Officer.(End of Clause)C.11 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)C.12 VAAR 852.203-71 DISPLAY OF DEPARTMENT OF VETERAN AFFAIRS HOTLINE POSTER (DEC 1992) (a) Except as provided in paragraph (c) below, the Contractor shall display prominently, in common work areas within business segments performing work under VA contracts, Department of Veterans Affairs Hotline posters prepared by the VA Office of Inspector General. (b) Department of Veterans Affairs Hotline posters may be obtained from the VA Office of Inspector General (53E), P.O. Box 34647, Washington, DC 20043-4647. (c) The Contractor need not comply with paragraph (a) above if the Contractor has established a mechanism, such as a hotline, by which employees may report suspected instances of improper conduct, and instructions that encourage employees to make such reports.(End of Clause)C.13 VAAR 852.219-10 VA NOTICE OF TOTAL SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESS SET-ASIDE (JUL 2016)(DEVIATION) (a) Definition. For the Department of Veterans Affairs, “Service-disabled veteran-owned small business concern or SDVSOB”: (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 (see VAAR 802.201 Surviving Spouse definition); (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; (iv) The business has been verified for ownership and control pursuant to 38 CFR 74 and is so listed in the Vendor Information Pages database, (); and (v) The business will comply with subcontracting limitations in 13 CFR 125.6, as applicable (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 verified service-disabled veteran-owned small business concerns. Offers received from concerns that are not verified service-disabled veteran-owned small business concerns shall not be considered. (2) Any award resulting from this solicitation shall be made to a verified 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, the concern will comply with the limitation on subcontracting requirements in 13 CFR §125.6. (d) A joint venture may be considered a service-disabled veteran owned small business concern if the joint venture complies with the requirements in 13 CFR 125.15, provided that any reference therein to SDVO SBC is to be construed to apply to a VA verified SDVOSB as appropriate. (e) Any service-disabled veteran-owned small business concern (non-manufacturer) must meet the requirements in FAR 19.102(f) of the Federal Acquisition Regulation to receive a benefit under this program.(End of Clause)C.14 VAAR 852.232-72 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS (NOV 2012) (a) Definitions. As used in this clause— (1) Contract financing payment has the meaning given in FAR 32.001. (2) Designated agency office has the meaning given in 5 CFR 1315.2(m). (3) Electronic form means an automated system transmitting information electronically according to the Accepted electronic data transmission methods and formats identified in paragraph (c) of this clause. Facsimile, email, and scanned documents are not acceptable electronic forms for submission of payment requests. (4) Invoice payment has the meaning given in FAR 32.001. (5) Payment request means any request for contract financing payment or invoice payment submitted by the contractor under this contract. (b) Electronic payment requests. Except as provided in paragraph (e) of this clause, the contractor shall submit payment requests in electronic form. Purchases paid with a Government-wide commercial purchase card are considered to be an electronic transaction for purposes of this rule, and therefore no additional electronic invoice submission is required. (c) Data transmission. A contractor must ensure that the data transmission method and format are through one of the following: (1) VA’s Electronic Invoice Presentment and Payment System. (See Web site at .) (2) Any system that conforms to the X12 electronic data interchange (EDI) formats established by the Accredited Standards Center (ASC) and chartered by the American National Standards Institute (ANSI). The X12 EDI Web site () includes additional information on EDI 810 and 811 formats. (d) Invoice requirements. Invoices shall comply with FAR 32.905. (e) Exceptions. If, based on one of the circumstances below, the contracting officer directs that payment requests be made by mail, the contractor shall submit payment requests by mail through the United States Postal Service to the designated agency office. Submission of payment requests by mail may be required for: (1) Awards made to foreign vendors for work performed outside the United States; (2) Classified contracts or purchases when electronic submission and processing of payment requests could compromise the safeguarding of classified or privacy information; (3) Contracts awarded by contracting officers in the conduct of emergency operations, such as responses to national emergencies; (4) Solicitations or contracts in which the designated agency office is a VA entity other than the VA Financial Services Center in Austin, Texas; or (5) Solicitations or contracts in which the VA designated agency office does not have electronic invoicing capability as described above.(End of Clause)C.15 VAAR 852.237-70 CONTRACTOR RESPONSIBILITIES (APR 1984) The contractor shall obtain all necessary licenses and/or permits required to perform this work. He/she shall take all reasonable precautions necessary to protect persons and property from injury or damage during the performance of this contract. He/she shall be responsible for any injury to himself/herself, his/her employees, as well as for any damage to personal or public property that occurs during the performance of this contract that is caused by his/her employees fault or negligence, and shall maintain personal liability and property damage insurance having coverage for a limit as required by the laws of the State of California. Further, it is agreed that any negligence of the Government, its officers, agents, servants and employees, shall not be the responsibility of the contractor hereunder with the regard to any claims, loss, damage, injury, and liability resulting there from.(End of Clause)(End of Addendum to 52.212-4)C.16 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS—COMMERCIAL ITEMS (JAN 2017) (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (NOV 2015). (2) 52.233-3, Protest After Award (Aug 1996) (31 U.S.C. 3553). (3) 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004) (Public Laws 108-77 and 108-78 (19 U.S.C. 3805 note)). (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: [X] (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41 U.S.C. 4704 and 10 U.S.C. 2402). [] (2) 52.203-13, Contractor Code of Business Ethics and Conduct (OCT 2015) (41 U.S.C. 3509). [] (3) 52.203-15, Whistleblower Protections under the American Recovery and Reinvestment Act of 2009 (JUN 2010) (Section 1553 of Pub. L. 111-5). (Applies to contracts funded by the American Recovery and Reinvestment Act of 2009.) [X] (4) 52.204–10, Reporting Executive Compensation and First-Tier Subcontract Awards (OCT 2016) (Pub. L. 109–282) (31 U.S.C. 6101 note). [] (5) [Reserved] [] (6) 52.204–14, Service Contract Reporting Requirements (OCT 2016) (Pub. L. 111–117, section 743 of Div. C). [X] (7) 52.204–15, Service Contract Reporting Requirements for Indefinite-Delivery Contracts (OCT 2016) (Pub. L. 111–117, section 743 of Div. C). [X] (8) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (OCT 2015) (31 U.S.C. 6101 note). [X] (9) 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (Jul 2013) (41 U.S.C. 2313). [] (10) [Reserved] [] (11)(i) 52.219-3, Notice of HUBZone Set-Aside or Sole-Source Award (NOV 2011) (15 U.S.C. 657a). [] (ii) Alternate I (NOV 2011) of 52.219-3. [X] (12)(i) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (OCT 2014) (if the offeror elects to waive the preference, it shall so indicate in its offer) (15 U.S.C. 657a). [] (ii) Alternate I (JAN 2011) of 52.219-4. [] (13) [Reserved] [] (14)(i) 52.219-6, Notice of Total Small Business Set-Aside (NOV 2011) (15 U.S.C. 644). [] (ii) Alternate I (NOV 2011). [] (iii) Alternate II (NOV 2011). [] (15)(i) 52.219-7, Notice of Partial Small Business Set-Aside (June 2003) (15 U.S.C. 644). [] (ii) Alternate I (Oct 1995) of 52.219-7. [] (iii) Alternate II (Mar 2004) of 52.219-7. [X] (16) 52.219-8, Utilization of Small Business Concerns (NOV 2016) (15 U.S.C. 637(d)(2) and (3)). [] (17)(i) 52.219-9, Small Business Subcontracting Plan (JAN 2017) (15 U.S.C. 637(d)(4)). [] (ii) Alternate I (NOV 2016) of 52.219-9. [] (iii) Alternate II (NOV 2016) of 52.219-9. [] (iv) Alternate III (NOV 2016) of 52.219-9. [] (v) Alternate IV (NOV 2016) of 52.219-9. [] (18) 52.219-13, Notice of Set-Aside of Orders (NOV 2011) (15 U.S.C. 644(r)). [] (19) 52.219-14, Limitations on Subcontracting (NOV 2011) (15 U.S.C. 637(a)(14)). [] (20) 52.219-16, Liquidated Damages—Subcontracting Plan (Jan 1999) (15 U.S.C. 637(d)(4)(F)(i)). [] (21) 52.219-27, Notice of Service-Disabled Veteran-Owned Small Business Set-Aside (NOV 2011) (15 U.S.C. 657f). [X] (22) 52.219-28, Post Award Small Business Program Rerepresentation (Jul 2013) (15 U.S.C 632(a)(2)). [] (23) 52.219-29, Notice of Set-Aside for, or Sole Source Award to, Economically Disadvantaged Women-Owned Small Business Concerns (DEC 2015) (15 U.S.C. 637(m)). [] (24) 52.219-30, Notice of Set-Aside for, or Sole Source Award to, Women-Owned Small Business Concerns Eligible Under the Women-Owned Small Business Program (DEC 2015) (15 U.S.C. 637(m)). [X] (25) 52.222-3, Convict Labor (June 2003) (E.O. 11755). [] (26) 52.222–19, Child Labor—Cooperation with Authorities and Remedies (OCT 2016) (E.O. 13126). [X] (27) 52.222-21, Prohibition of Segregated Facilities (APR 2015). [X] (28) 52.222–26, Equal Opportunity (SEP 2016) (E.O. 11246). [X] (29) 52.222-35, Equal Opportunity for Veterans (OCT 2015) (38 U.S.C. 4212). [X] (30) 52.222-36, Equal Opportunity for Workers with Disabilities (JUL 2014) (29 U.S.C. 793). [X] (31) 52.222-37, Employment Reports on Veterans (FEB 2016) (38 U.S.C. 4212). [X] (32) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (DEC 2010) (E.O. 13496). [X] (33)(i) 52.222-50, Combating Trafficking in Persons (MAR 2015) (22 U.S.C. chapter 78 and E.O. 13627). [] (ii) Alternate I (MAR 2015) of 52.222-50 (22 U.S.C. chapter 78 and E.O. 13627). [X] (34) 52.222-54, Employment Eligibility Verification (OCT 2015). (E. O. 12989). (Not applicable to the acquisition of commercially available off-the-shelf items or certain other types of commercial items as prescribed in 22.1803.) [] (35) 52.222-59, Compliance with Labor Laws (Executive Order 13673) (OCT 2016). (Applies at $50 million for solicitations and resultant contracts issued from October 25, 2016 through April 24, 2017; applies at $500,000 for solicitations and resultant contracts issued after April 24, 2017). Note to paragraph (b)(35): By a court order issued on October 24, 2016, 52.222-59 is enjoined indefinitely as of the date of the order. The enjoined paragraph will become effective immediately if the court terminates the injunction. At that time, DoD, GSA, and NASA will publish a document in the Federal Register advising the public of the termination of the injunction. [X] (36) 52.222-60, Paycheck Transparency (Executive Order 13673) (OCT 2016). [] (37)(i) 52.223-9, Estimate of Percentage of Recovered Material Content for EPA-Designated Items (May 2008) (42 U.S.C.6962(c)(3)(A)(ii)). (Not applicable to the acquisition of commercially available off-the-shelf items.) [] (38) 52.223-11, Ozone-Depleting Substances and High Global Warming Potential Hydrofluorocarbons (JUN 2016) (E.O. 13693). [] (39) 52.223-12, Maintenance, Service, Repair, or Disposal of Refrigeration Equipment and Air Conditioners (JUN 2016) (E.O. 13693). [] (ii) Alternate I (MAY 2008) of 52.223-9 (42 U.S.C. 6962(i)(2)(C)). (Not applicable to the acquisition of commercially available off-the-shelf items.) [] (40)(i) 52.223-13, Acquisition of EPEAT?-Registered Imaging Equipment (JUN 2014) (E.O.s 13423 and 13514). [] (ii) Alternate I (OCT 2015) of 52.223-13. [] (41)(i) 52.223-14, Acquisition of EPEAT?-Registered Televisions (JUN 2014) (E.O.s 13423 and 13514). [] (ii) Alternate I (JUN 2014) of 52.223-14. [] (42) 52.223-15, Energy Efficiency in Energy-Consuming Products (DEC 2007)(42 U.S.C. 8259b). [] (43)(i) 52.223-16, Acquisition of EPEAT?-Registered Personal Computer Products (OCT 2015) (E.O.s 13423 and 13514). [] (ii) Alternate I (JUN 2014) of 52.223-16. [X] (44) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) [] (45) 52.223-20, Aerosols (JUN 2016) (E.O. 13693). [] (46) 52.223-21, Foams (JUN 2016) (E.O. 13693). [] (47) (i) 52.224-3, Privacy Training (JAN 2017) (5 U.S.C. 552a). [] (ii) Alternate I (JAN 2017) of 52.224-3. [] (48) 52.225-1, Buy American—Supplies (MAY 2014) (41 U.S.C. chapter 83). [] (49)(i) 52.225-3, Buy American—Free Trade Agreements—Israeli Trade Act (MAY 2014) (41 U.S.C. chapter 83, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, 19 U.S.C. 3805 note, 19 U.S.C. 4001 note, Pub. L. 103-182, 108-77, 108-78, 108-286, 108-302, 109-53, 109-169, 109-283, 110-138, 112-41, 112-42, and 112-43. [] (ii) Alternate I (MAY 2014) of 52.225-3. [] (iii) Alternate II (MAY 2014) of 52.225-3. [] (iv) Alternate III (MAY 2014) of 52.225-3. [X] (50) 52.225–5, Trade Agreements (OCT 2016) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note). [X] (51) 52.225-13, Restrictions on Certain Foreign Purchases (JUN 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). [] (52) 52.225–26, Contractors Performing Private Security Functions Outside the United States (OCT 2016) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. 2302 Note). [] (53) 52.226-4, Notice of Disaster or Emergency Area Set-Aside (Nov 2007) (42 U.S.C. 5150). [] (54) 52.226-5, Restrictions on Subcontracting Outside Disaster or Emergency Area (Nov 2007) (42 U.S.C. 5150). [] (55) 52.232-29, Terms for Financing of Purchases of Commercial Items (Feb 2002) (41 U.S.C. 4505, 10 U.S.C. 2307(f)). [] (56) 52.232-30, Installment Payments for Commercial Items (Oct 1995) (41 U.S.C. 4505, 10 U.S.C. 2307(f)). [] (57) 52.232-33, Payment by Electronic Funds Transfer—System for Award Management (Jul 2013) (31 U.S.C. 3332). [X] (58) 52.232-34, Payment by Electronic Funds Transfer—Other than System for Award Management (Jul 2013) (31 U.S.C. 3332). [] (59) 52.232-36, Payment by Third Party (MAY 2014) (31 U.S.C. 3332). [] (60) 52.239-1, Privacy or Security Safeguards (Aug 1996) (5 U.S.C. 552a). [] (61) 52.242-5, Payments to Small Business Subcontractors (JAN 2017)(15 U.S.C. 637(d)(12)). [] (62)(i) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx. 1241(b) and 10 U.S.C. 2631). [] (ii) Alternate I (Apr 2003) of 52.247-64. (c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: [] (1) 52.222-17, Nondisplacement of Qualified Workers (MAY 2014) (E.O. 13495). [X] (2) 52.222-41, Service Contract Labor Standards (MAY 2014) (41 U.S.C. chapter 67). [X] (3) 52.222-42, Statement of Equivalent Rates for Federal Hires (MAY 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67).Employee ClassMonetary Wage-Fringe BenefitsLaborer, Grounds MaintenanceWG3-1: $15.14Laborer, Grounds MaintenanceWG3-3: $16.38Laborer, Grounds MaintenanceWG3-5: $17.64 [] (4) 52.222-43, Fair Labor Standards Act and Service Contract Labor Standards—Price Adjustment (Multiple Year and Option Contracts) (MAY 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67). [X] (5) 52.222-44, Fair Labor Standards Act and Service Contract Labor Standards—Price Adjustment (MAY 2014) (29 U.S.C 206 and 41 U.S.C. chapter 67). [] (6) 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment—Requirements (MAY 2014) (41 U.S.C. chapter 67). [] (7) 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services—Requirements (MAY 2014) (41 U.S.C. chapter 67). [X] (8) 52.222-55, Minimum Wages Under Executive Order 13658 (DEC 2015). [X] (9) 52.222-62, Paid Sick Leave Under Executive Order 13706 (JAN 2017) (E.O. 13706). [] (10) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations (MAY 2014) (42 U.S.C. 1792). [] (11) 52.237-11, Accepting and Dispensing of $1 Coin (SEP 2008) (31 U.S.C. 5112(p)(1)). (d) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (d) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records—Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor's directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (e)(1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c), and (d) of this clause, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (e)(1) in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause— (i) 52.203-13, Contractor Code of Business Ethics and Conduct (OCT 2015) (41 U.S.C. 3509). (ii) 52.219-8, Utilization of Small Business Concerns (NOV 2016) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. (iii) 52.222-17, Nondisplacement of Qualified Workers (MAY 2014) (E.O. 13495). Flow down required in accordance with paragraph (l) of FAR clause 52.222-17. (iv) 52.222-21, Prohibition of Segregated Facilities (APR 2015). (v) 52.222–26, Equal Opportunity (SEP 2016) (E.O. 11246). (vi) 52.222-35, Equal Opportunity for Veterans (OCT 2015) (38 U.S.C. 4212). (vii) 52.222-36, Equal Opportunity for Workers with Disabilities (JUL 2014) (29 U.S.C. 793). (viii) 52.222-37, Employment Reports on Veterans (FEB 2016) (38 U.S.C. 4212). (ix) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (DEC 2010) (E.O. 13496). Flow down required in accordance with paragraph (f) of FAR clause 52.222-40. (x) 52.222-41, Service Contract Labor Standards (MAY 2014) (41 U.S.C. chapter 67). (xi)(A) 52.222-50, Combating Trafficking in Persons (MAR 2015) (22 U.S.C. chapter 78 and E.O. 13627). (B) Alternate I (MAR 2015) of 52.222-50 (22 U.S.C. chapter 78 and E.O. 13627). (xii) 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment—Requirements (MAY 2014) (41 U.S.C. chapter 67). (xiii) 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services—Requirements (MAY 2014) (41 U.S.C. chapter 67). (xiv) 52.222-54, Employment Eligibility Verification (OCT 2015) (E. O. 12989). (xv) 52.222-55, Minimum Wages Under Executive Order 13658 (DEC 2015). (xvi) 52.222-59, Compliance with Labor Laws (Executive Order 13673) (OCT 2016) (Applies at $50 million for solicitations and resultant contracts issued from October 25, 2016 through April 24, 2017; applies at $500,000 for solicitations and resultant contracts issued after April 24, 2017). Note to paragraph (e)(1)(xvi): By a court order issued on October 24, 2016, 52.222-59 is enjoined indefinitely as of the date of the order. The enjoined paragraph will become effective immediately if the court terminates the injunction. At that time, DoD, GSA, and NASA will publish a document in the Federal Register advising the public of the termination of the injunction. (xvii) 52.222-60, Paycheck Transparency (Executive Order 13673) (OCT 2016)). (xviii) 52.222-62 Paid Sick Leave Under Executive Order 13706 (JAN 2017) (E.O. 13706). (xix)(A) 52.224-3, Privacy Training (JAN 2017) (5 U.S.C. 552a). (B) Alternate I (JAN 2017) of 52.224-3. (xx) 52.225–26, Contractors Performing Private Security Functions Outside the United States (OCT 2016) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. 2302 Note). (xxi) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations (MAY 2014) (42 U.S.C. 1792). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6. (xxii) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx. 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64. (2) While not required, the Contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations.(End of Clause)SECTION D - CONTRACT DOCUMENTS, EXHIBITS, OR ATTACHMENTSD.1 ATTACHMENT 1 - U.S. DEPARTMENT OF LABOR WAGE DETERMINATION (SERVICE CONTRACT ACT)WD 15-5613 (Rev.-4) was first posted on on 01/03/2017************************************************************************************REGISTER OF WAGE DETERMINATIONS UNDER | U.S. DEPARTMENT OF LABOR THE SERVICE CONTRACT ACT | EMPLOYMENT STANDARDS ADMINISTRATIONBy direction of the Secretary of Labor | WAGE AND HOUR DIVISION | WASHINGTON D.C. 20210 | | | | Wage Determination No.: 2015-5613Daniel W. Simms Division of | Revision No.: 4Director Wage Determinations| Date Of Revision: 12/30/2016_______________________________________|____________________________________________Note: Under Executive Order (EO) 13658, an hourly minimum wage of $10.20 forcalendar year 2017 applies to all contracts subject to the Service ContractAct for which the contract is awarded (and any solicitation was issued) on orafter January 1, 2015. If this contract is covered by the EO, the contractormust pay all workers in any classification listed on this wage determinationat least $10.20 per hour (or the applicable wage rate listed on this wagedetermination, if it is higher) for all hours spent performing on the contractin calendar year 2017. The EO minimum wage rate will be adjusted annually.Additional information on contractor requirements and worker protections underthe EO is available at whd/govcontracts.____________________________________________________________________________________State: CaliforniaArea: California County of Los AngelesOCCUPATION NOTES:Heating, Air Conditioning, and Refrigeration services: Occupational wagerates and fringe benefits may be found on WD 1986-0879.Laundry services: Occupational wage rates and fringe benefits may be found onWD 1977-1297.____________________________________________________________________________________ **Fringe Benefits Required Follow the Occupational Listing**OCCUPATION CODE - TITLE FOOTNOTE RATE01000 - Administrative Support And Clerical Occupations 01011 - Accounting Clerk I 15.83 01012 - Accounting Clerk II 17.77 01013 - Accounting Clerk III 20.27 01020 - Administrative Assistant 28.08 01035 - Court Reporter 21.92 01041 - Customer Service Representative I 13.86 01042 - Customer Service Representative II 15.57 01043 - Customer Service Representative III 16.98 01051 - Data Entry Operator I 13.16 01052 - Data Entry Operator II 14.35 01060 - Dispatcher, Motor Vehicle 22.41 01070 - Document Preparation Clerk 15.13 01090 - Duplicating Machine Operator 15.13 01111 - General Clerk I 12.94 01112 - General Clerk II 14.92 01113 - General Clerk III 17.43 01120 - Housing Referral Assistant 21.90 01141 - Messenger Courier 12.60 01191 - Order Clerk I 16.98 01192 - Order Clerk II 18.53 01261 - Personnel Assistant (Employment) I 18.07 01262 - Personnel Assistant (Employment) II 20.20 01263 - Personnel Assistant (Employment) III 22.53 01270 - Production Control Clerk 23.51 01290 - Rental Clerk 16.83 01300 - Scheduler, Maintenance 17.39 01311 - Secretary I 17.39 01312 - Secretary II 19.45 01313 - Secretary III 21.90 01320 - Service Order Dispatcher 19.54 01410 - Supply Technician 28.08 01420 - Survey Worker 19.93 01460 - Switchboard Operator/Receptionist 14.51 01531 - Travel Clerk I 14.72 01532 - Travel Clerk II 16.02 01533 - Travel Clerk III 17.21 01611 - Word Processor I 15.18 01612 - Word Processor II 16.87 01613 - Word Processor III 18.7605000 - Automotive Service Occupations 05005 - Automobile Body Repairer, Fiberglass 23.56 05010 - Automotive Electrician 22.18 05040 - Automotive Glass Installer 20.84 05070 - Automotive Worker 20.84 05110 - Mobile Equipment Servicer 19.16 05130 - Motor Equipment Metal Mechanic 23.56 05160 - Motor Equipment Metal Worker 20.84 05190 - Motor Vehicle Mechanic 23.56 05220 - Motor Vehicle Mechanic Helper 18.38 05250 - Motor Vehicle Upholstery Worker 20.40 05280 - Motor Vehicle Wrecker 20.84 05310 - Painter, Automotive 22.18 05340 - Radiator Repair Specialist 20.84 05370 - Tire Repairer 15.47 05400 - Transmission Repair Specialist 23.5607000 - Food Preparation And Service Occupations 07010 - Baker 12.28 07041 - Cook I 13.83 07042 - Cook II 15.74 07070 - Dishwasher 10.29 07130 - Food Service Worker 11.20 07210 - Meat Cutter 15.92 07260 - Waiter/Waitress 9.8509000 - Furniture Maintenance And Repair Occupations 09010 - Electrostatic Spray Painter 20.45 09040 - Furniture Handler 13.66 09080 - Furniture Refinisher 20.45 09090 - Furniture Refinisher Helper 16.30 09110 - Furniture Repairer, Minor 18.74 09130 - Upholsterer 20.4511000 - General Services And Support Occupations 11030 - Cleaner, Vehicles 11.76 11060 - Elevator Operator 12.94 11090 - Gardener 19.21 11122 - Housekeeping Aide 13.84 11150 - Janitor 14.04 11210 - Laborer, Grounds Maintenance 14.40 11240 - Maid or Houseman 11.06 11260 - Pruner 13.27 11270 - Tractor Operator 17.13 11330 - Trail Maintenance Worker 14.40 11360 - Window Cleaner 15.7712000 - Health Occupations 12010 - Ambulance Driver 17.82 12011 - Breath Alcohol Technician 17.82 12012 - Certified Occupational Therapist Assistant 29.02 12015 - Certified Physical Therapist Assistant 29.37 12020 - Dental Assistant 17.34 12025 - Dental Hygienist 42.23 12030 - EKG Technician 30.63 12035 - Electroneurodiagnostic Technologist 30.63 12040 - Emergency Medical Technician 17.82 12071 - Licensed Practical Nurse I 19.32 12072 - Licensed Practical Nurse II 21.61 12073 - Licensed Practical Nurse III 24.09 12100 - Medical Assistant 15.35 12130 - Medical Laboratory Technician 20.02 12160 - Medical Record Clerk 17.59 12190 - Medical Record Technician 19.67 12195 - Medical Transcriptionist 21.29 12210 - Nuclear Medicine Technologist 40.19 12221 - Nursing Assistant I 11.21 12222 - Nursing Assistant II 12.61 12223 - Nursing Assistant III 13.75 12224 - Nursing Assistant IV 15.43 12235 - Optical Dispenser 17.80 12236 - Optical Technician 15.71 12250 - Pharmacy Technician 17.83 12280 - Phlebotomist 15.03 12305 - Radiologic Technologist 27.76 12311 - Registered Nurse I 31.47 12312 - Registered Nurse II 38.49 12313 - Registered Nurse II, Specialist 38.49 12314 - Registered Nurse III 48.20 12315 - Registered Nurse III, Anesthetist 48.20 12316 - Registered Nurse IV 57.77 12317 - Scheduler (Drug and Alcohol Testing) 25.09 12320 - Substance Abuse Treatment Counselor 15.8913000 - Information And Arts Occupations 13011 - Exhibits Specialist I 24.83 13012 - Exhibits Specialist II 30.76 13013 - Exhibits Specialist III 37.63 13041 - Illustrator I 27.84 13042 - Illustrator II 34.51 13043 - Illustrator III 42.16 13047 - Librarian 34.58 13050 - Library Aide/Clerk 16.49 13054 - Library Information Technology Systems 31.23 Administrator 13058 - Library Technician 22.40 13061 - Media Specialist I 22.40 13062 - Media Specialist II 25.04 13063 - Media Specialist III 27.92 13071 - Photographer I 17.95 13072 - Photographer II 20.08 13073 - Photographer III 26.61 13074 - Photographer IV 33.56 13075 - Photographer V 40.61 13090 - Technical Order Library Clerk 14.57 13110 - Video Teleconference Technician 22.0914000 - Information Technology Occupations 14041 - Computer Operator I 17.82 14042 - Computer Operator II 19.93 14043 - Computer Operator III 22.89 14044 - Computer Operator IV 25.73 14045 - Computer Operator V 27.35 14071 - Computer Programmer I (see 1) 27.42 14072 - Computer Programmer II (see 1) 14073 - Computer Programmer III (see 1) 14074 - Computer Programmer IV (see 1) 14101 - Computer Systems Analyst I (see 1) 14102 - Computer Systems Analyst II (see 1) 14103 - Computer Systems Analyst III (see 1) 14150 - Peripheral Equipment Operator 17.82 14160 - Personal Computer Support Technician 25.73 14170 - System Support Specialist 33.0615000 - Instructional Occupations 15010 - Aircrew Training Devices Instructor (Non-Rated) 34.73 15020 - Aircrew Training Devices Instructor (Rated) 42.03 15030 - Air Crew Training Devices Instructor (Pilot) 50.37 15050 - Computer Based Training Specialist / Instructor 34.73 15060 - Educational Technologist 36.57 15070 - Flight Instructor (Pilot) 50.37 15080 - Graphic Artist 26.72 15085 - Maintenance Test Pilot, Fixed, Jet/Prop 43.94 15086 - Maintenance Test Pilot, Rotary Wing 43.94 15088 - Non-Maintenance Test/Co-Pilot 43.94 15090 - Technical Instructor 25.70 15095 - Technical Instructor/Course Developer 31.47 15110 - Test Proctor 20.77 15120 - Tutor 20.7719000 - Machine Tool Operation And Repair Occupations 19010 - Machine-Tool Operator (Tool Room) 20.37 19040 - Tool And Die Maker 24.9421000 - Materials Handling And Packing Occupations 21020 - Forklift Operator 15.99 21030 - Material Coordinator 23.51 21040 - Material Expediter 23.51 21050 - Material Handling Laborer 13.02 21071 - Order Filler 13.31 21080 - Production Line Worker (Food Processing) 15.99 21110 - Shipping Packer 15.08 21130 - Shipping/Receiving Clerk 15.08 21140 - Store Worker I 11.65 21150 - Stock Clerk 17.13 21210 - Tools And Parts Attendant 15.99 21410 - Warehouse Specialist 15.9923000 - Mechanics And Maintenance And Repair Occupations 23010 - Aerospace Structural Welder 33.86 23019 - Aircraft Logs and Records Technician 25.91 23021 - Aircraft Mechanic I 32.01 23022 - Aircraft Mechanic II 33.86 23023 - Aircraft Mechanic III 35.13 23040 - Aircraft Mechanic Helper 22.42 23050 - Aircraft, Painter 26.85 23060 - Aircraft Servicer 25.91 23070 - Aircraft Survival Flight Equipment Technician 26.85 23080 - Aircraft Worker 27.04 23091 - Aircrew Life Support Equipment (ALSE) Mechanic 27.04 I 23092 - Aircrew Life Support Equipment (ALSE) Mechanic 32.01 II 23110 - Appliance Mechanic 20.11 23120 - Bicycle Repairer 15.47 23125 - Cable Splicer 36.12 23130 - Carpenter, Maintenance 27.67 23140 - Carpet Layer 21.12 23160 - Electrician, Maintenance 30.18 23181 - Electronics Technician Maintenance I 23.67 23182 - Electronics Technician Maintenance II 25.21 23183 - Electronics Technician Maintenance III 26.76 23260 - Fabric Worker 23.87 23290 - Fire Alarm System Mechanic 22.33 23310 - Fire Extinguisher Repairer 22.03 23311 - Fuel Distribution System Mechanic 28.53 23312 - Fuel Distribution System Operator 21.81 23370 - General Maintenance Worker 23.26 23380 - Ground Support Equipment Mechanic 32.01 23381 - Ground Support Equipment Servicer 25.91 23382 - Ground Support Equipment Worker 27.04 23391 - Gunsmith I 22.03 23392 - Gunsmith II 25.48 23393 - Gunsmith III 28.81 23430 - Heavy Equipment Mechanic 29.14 23440 - Heavy Equipment Operator 35.40 23460 - Instrument Mechanic 29.84 23465 - Laboratory/Shelter Mechanic 27.14 23470 - Laborer 12.49 23510 - Locksmith 22.20 23530 - Machinery Maintenance Mechanic 28.51 23550 - Machinist, Maintenance 25.41 23580 - Maintenance Trades Helper 14.82 23591 - Metrology Technician I 29.84 23592 - Metrology Technician II 31.61 23593 - Metrology Technician III 32.85 23640 - Millwright 28.00 23710 - Office Appliance Repairer 20.86 23760 - Painter, Maintenance 21.05 23790 - Pipefitter, Maintenance 28.31 23810 - Plumber, Maintenance 26.66 23820 - Pneudraulic Systems Mechanic 28.81 23850 - Rigger 28.45 23870 - Scale Mechanic 25.48 23890 - Sheet-Metal Worker, Maintenance 26.77 23910 - Small Engine Mechanic 20.44 23931 - Telecommunications Mechanic I 26.70 23932 - Telecommunications Mechanic II 28.30 23950 - Telephone Lineman 26.60 23960 - Welder, Combination, Maintenance 19.75 23965 - Well Driller 27.02 23970 - Woodcraft Worker 26.29 23980 - Woodworker 20.3424000 - Personal Needs Occupations 24550 - Case Manager 16.03 24570 - Child Care Attendant 13.05 24580 - Child Care Center Clerk 16.03 24610 - Chore Aide 10.57 24620 - Family Readiness And Support Services 16.03 Coordinator 24630 - Homemaker 19.2125000 - Plant And System Operations Occupations 25010 - Boiler Tender 30.35 25040 - Sewage Plant Operator 31.71 25070 - Stationary Engineer 30.35 25190 - Ventilation Equipment Tender 21.27 25210 - Water Treatment Plant Operator 31.7127000 - Protective Service Occupations 27004 - Alarm Monitor 25.94 27007 - Baggage Inspector 13.15 27008 - Corrections Officer 31.01 27010 - Court Security Officer 32.50 27030 - Detection Dog Handler 23.77 27040 - Detention Officer 31.01 27070 - Firefighter 32.97 27101 - Guard I 13.15 27102 - Guard II 23.77 27131 - Police Officer I 37.92 27132 - Police Officer II 42.1328000 - Recreation Occupations 28041 - Carnival Equipment Operator 14.04 28042 - Carnival Equipment Repairer 15.11 28043 - Carnival Worker 10.64 28210 - Gate Attendant/Gate Tender 14.19 28310 - Lifeguard 13.61 28350 - Park Attendant (Aide) 15.88 28510 - Recreation Aide/Health Facility Attendant 11.58 28515 - Recreation Specialist 19.66 28630 - Sports Official 12.63 28690 - Swimming Pool Operator 18.6729000 - Stevedoring/Longshoremen Occupational Services 29010 - Blocker And Bracer 25.76 29020 - Hatch Tender 25.76 29030 - Line Handler 25.76 29041 - Stevedore I 24.07 29042 - Stevedore II 27.4530000 - Technical Occupations 30010 - Air Traffic Control Specialist, Center (HFO) (see 2) 40.65 30011 - Air Traffic Control Specialist, Station (HFO) (see 2) 28.03 30012 - Air Traffic Control Specialist, Terminal (HFO) (see 2) 30.87 30021 - Archeological Technician I 24.77 30022 - Archeological Technician II 26.63 30023 - Archeological Technician III 34.46 30030 - Cartographic Technician 34.46 30040 - Civil Engineering Technician 33.86 30051 - Cryogenic Technician I 28.51 30052 - Cryogenic Technician II 31.50 30061 - Drafter/CAD Operator I 24.86 30062 - Drafter/CAD Operator II 27.81 30063 - Drafter/CAD Operator III 31.00 30064 - Drafter/CAD Operator IV 38.15 30081 - Engineering Technician I 19.68 30082 - Engineering Technician II 22.09 30083 - Engineering Technician III 24.70 30084 - Engineering Technician IV 30.60 30085 - Engineering Technician V 37.43 30086 - Engineering Technician VI 45.29 30090 - Environmental Technician 27.72 30095 - Evidence Control Specialist 25.75 30210 - Laboratory Technician 23.13 30221 - Latent Fingerprint Technician I 36.31 30222 - Latent Fingerprint Technician II 40.08 30240 - Mathematical Technician 33.92 30361 - Paralegal/Legal Assistant I 21.83 30362 - Paralegal/Legal Assistant II 27.04 30363 - Paralegal/Legal Assistant III 33.08 30364 - Paralegal/Legal Assistant IV 40.03 30375 - Petroleum Supply Specialist 31.50 30390 - Photo-Optics Technician 33.92 30395 - Radiation Control Technician 31.50 30461 - Technical Writer I 23.62 30462 - Technical Writer II 28.89 30463 - Technical Writer III 34.96 30491 - Unexploded Ordnance (UXO) Technician I 25.83 30492 - Unexploded Ordnance (UXO) Technician II 31.26 30493 - Unexploded Ordnance (UXO) Technician III 37.46 30494 - Unexploded (UXO) Safety Escort 25.83 30495 - Unexploded (UXO) Sweep Personnel 25.83 30501 - Weather Forecaster I 28.51 30502 - Weather Forecaster II 34.70 30620 - Weather Observer, Combined Upper Air Or (see 2) 31.00 Surface Programs 30621 - Weather Observer, Senior (see 2) 33.7931000 - Transportation/Mobile Equipment Operation Occupations 31010 - Airplane Pilot 31.26 31020 - Bus Aide 13.63 31030 - Bus Driver 19.62 31043 - Driver Courier 13.27 31260 - Parking and Lot Attendant 9.72 31290 - Shuttle Bus Driver 14.48 31310 - Taxi Driver 13.23 31361 - Truckdriver, Light 14.48 31362 - Truckdriver, Medium 20.63 31363 - Truckdriver, Heavy 21.78 31364 - Truckdriver, Tractor-Trailer 21.7899000 - Miscellaneous Occupations 99020 - Cabin Safety Specialist 15.24 99030 - Cashier 12.13 99050 - Desk Clerk 12.65 99095 - Embalmer 24.60 99130 - Flight Follower 25.83 99251 - Laboratory Animal Caretaker I 12.12 99252 - Laboratory Animal Caretaker II 13.29 99260 - Marketing Analyst 30.70 99310 - Mortician 34.35 99410 - Pest Controller 15.19 99510 - Photofinishing Worker 16.90 99710 - Recycling Laborer 23.13 99711 - Recycling Specialist 27.14 99730 - Refuse Collector 20.64 99810 - Sales Clerk 17.13 99820 - School Crossing Guard 10.46 99830 - Survey Party Chief 41.77 99831 - Surveying Aide 23.39 99832 - Surveying Technician 30.75 99840 - Vending Machine Attendant 13.35 99841 - Vending Machine Repairer 16.83 99842 - Vending Machine Repairer Helper 13.35____________________________________________________________________________________Note: Executive Order (EO) 13706, Establishing Paid Sick Leave for FederalContractors, applies to all contracts subject to the Service Contract Act for whichthe contract is awarded (and any solicitation was issued) on or after January 1,2017. If this contract is covered by the EO, the contractor must provide employeeswith 1 hour of paid sick leave for every 30 hours they work, up to 56 hours of paidsick leave each year. Employees must be permitted to use paid sick leave for theirown illness, injury or other health-related needs, including preventive care; toassist a family member (or person who is like family to the employee) who is ill,injured, or has other health-related needs, including preventive care; or forreasons resulting from, or to assist a family member (or person who is like familyto the employee) who is the victim of, domestic violence, sexual assault, orstalking. Additional information on contractor requirements and worker protectionsunder the EO is available at whd/govcontracts.ALL OCCUPATIONS LISTED ABOVE RECEIVE THE FOLLOWING BENEFITS:HEALTH & WELFARE: $4.27 per hour or $170.80 per week or $740.13 per monthVACATION: 2 weeks paid vacation after 1 year of service with a contractor orsuccessor, 3 weeks after 5 years, and 4 weeks after 15 years. Length of serviceincludes the whole span of continuous service with the present contractor orsuccessor, wherever employed, and with the predecessor contractors in theperformance of similar work at the same Federal facility. (Reg. 29 CFR 4.173)HOLIDAYS: A minimum of ten paid holidays per year: New Year's Day, Martin LutherKing Jr.'s Birthday, Washington's Birthday, Memorial Day, Independence Day,Labor Day, Columbus Day, Veterans' Day, Thanksgiving Day, and Christmas Day. (Acontractor may substitute for any of the named holidays another day off with pay inaccordance with a plan communicated to the employees involved.) (See 29 CFR 4.174)THE OCCUPATIONS WHICH HAVE NUMBERED FOOTNOTES IN PARENTHESES RECEIVE THE FOLLOWING:1) COMPUTER EMPLOYEES: Under the SCA at section 8(b), this wage determination doesnot apply to any employee who individually qualifies as a bona fide executive,administrative, or professional employee as defined in 29 C.F.R. Part 541. Becausemost Computer System Analysts and Computer Programmers who are compensated at a ratenot less than $27.63 (or on a salary or fee basis at a rate not less than $455 perweek) an hour would likely qualify as exempt computer professionals, (29 C.F.R. 541.400) wage rates may not be listed on this wage determination for all occupationswithin those job families. In addition, because this wage determination may notlist a wage rate for some or all occupations within those job families if the surveydata indicates that the prevailing wage rate for the occupation equals or exceeds$27.63 per hour conformances may be necessary for certain nonexempt employees. Forexample, if an individual employee is nonexempt but nevertheless performs dutieswithin the scope of one of the Computer Systems Analyst or Computer Programmeroccupations for which this wage determination does not specify an SCA wage rate,then the wage rate for that employee must be conformed in accordance with theconformance procedures described in the conformance note included on this wagedetermination.Additionally, because job titles vary widely and change quickly in the computerindustry, job titles are not determinative of the application of the computerprofessional exemption. Therefore, the exemption applies only to computer employeeswho satisfy the compensation requirements and whose primary duty consists of: (1) The application of systems analysis techniques and procedures, includingconsulting with users, to determine hardware, software or system functionalspecifications; (2) The design, development, documentation, analysis, creation, testing ormodification of computer systems or programs, including prototypes, based on andrelated to user or system design specifications; (3) The design, documentation, testing, creation or modification of computerprograms related to machine operating systems; or (4) A combination of the aforementioned duties, the performance of whichrequires the same level of skills. (29 C.F.R. 541.400).2) AIR TRAFFIC CONTROLLERS AND WEATHER OBSERVERS - NIGHT PAY & SUNDAY PAY: If youwork at night as part of a regular tour of duty, you will earn a night differentialand receive an additional 10% of basic pay for any hours worked between 6pm and 6am. If you are a full-time employed (40 hours a week) and Sunday is part of yourregularly scheduled workweek, you are paid at your rate of basic pay plus a Sundaypremium of 25% of your basic rate for each hour of Sunday work which is not overtime(i.e. occasional work on Sunday outside the normal tour of duty is consideredovertime work).** HAZARDOUS PAY DIFFERENTIAL **An 8 percent differential is applicable to employees employed in a position thatrepresents a high degree of hazard when working with or in close proximity toordnance, explosives, and incendiary materials. This includes work such asscreening, blending, dying, mixing, and pressing of sensitive ordnance, explosives,and pyrotechnic compositions such as lead azide, black powder and photoflash powder. All dry-house activities involving propellants or explosives. Demilitarization,modification, renovation, demolition, and maintenance operations on sensitiveordnance, explosives and incendiary materials. All operations involving re-gradingand cleaning of artillery ranges.A 4 percent differential is applicable to employees employed in a position thatrepresents a low degree of hazard when working with, or in close proximity toordnance, (or employees possibly adjacent to) explosives and incendiary materialswhich involves potential injury such as laceration of hands, face, or arms of theemployee engaged in the operation, irritation of the skin, minor burns and the like;minimal damage to immediate or adjacent work area or equipment being used. Alloperations involving, unloading, storage, and hauling of ordnance, explosive, andincendiary ordnance material other than small arms ammunition. These differentialsare only applicable to work that has been specifically designated by the agency forordnance, explosives, and incendiary material differential pay.** UNIFORM ALLOWANCE **If employees are required to wear uniforms in the performance of this contract(either by the terms of the Government contract, by the employer, by the state orlocal law, etc.), the cost of furnishing such uniforms and maintaining (bylaundering or dry cleaning) such uniforms is an expense that may not be borne by anemployee where such cost reduces the hourly rate below that required by the wagedetermination. The Department of Labor will accept payment in accordance with thefollowing standards as compliance:The contractor or subcontractor is required to furnish all employees with anadequate number of uniforms without cost or to reimburse employees for the actualcost of the uniforms. In addition, where uniform cleaning and maintenance is madethe responsibility of the employee, all contractors and subcontractors subject tothis wage determination shall (in the absence of a bona fide collective bargainingagreement providing for a different amount, or the furnishing of contraryaffirmative proof as to the actual cost), reimburse all employees for such cleaningand maintenance at a rate of $3.35 per week (or $.67 cents per day). However, inthose instances where the uniforms furnished are made of "wash and wear"materials, may be routinely washed and dried with other personal garments, and donot require any special treatment such as dry cleaning, daily washing, or commerciallaundering in order to meet the cleanliness or appearance standards set by the termsof the Government contract, by the contractor, by law, or by the nature of the work,there is no requirement that employees be reimbursed for uniform maintenance costs.** SERVICE CONTRACT ACT DIRECTORY OF OCCUPATIONS **The duties of employees under job titles listed are those described in the"Service Contract Act Directory of Occupations", Fifth Edition (Revision 1),dated September 2015, unless otherwise indicated.** REQUEST FOR AUTHORIZATION OF ADDITIONAL CLASSIFICATION AND WAGE RATE, StandardForm 1444 (SF-1444) **Conformance Process:The contracting officer shall require that any class of service employee which isnot listed herein and which is to be employed under the contract (i.e., the work tobe performed is not performed by any classification listed in the wagedetermination), be classified by the contractor so as to provide a reasonablerelationship (i.e., appropriate level of skill comparison) between such unlistedclassifications and the classifications listed in the wage determination (See 29 CFR4.6(b)(2)(i)). Such conforming procedures shall be initiated by the contractorprior to the performance of contract work by such unlisted class(es) of employees(See 29 CFR 4.6(b)(2)(ii)). The Wage and Hour Division shall make a finaldetermination of conformed classification, wage rate, and/or fringe benefits whichshall be paid to all employees performing in the classification from the first dayof work on which contract work is performed by them in the classification. Failureto pay such unlisted employees the compensation agreed upon by the interestedparties and/or fully determined by the Wage and Hour Division retroactive to thedate such class of employees commenced contract work shall be a violation of the Actand this contract. (See 29 CFR 4.6(b)(2)(v)). When multiple wage determinations areincluded in a contract, a separate SF-1444 should be prepared for each wagedetermination to which a class(es) is to be conformed.The process for preparing a conformance request is as follows:1) When preparing the bid, the contractor identifies the need for a conformedoccupation(s) and computes a proposed rate(s).2) After contract award, the contractor prepares a written report listing in orderthe proposed classification title(s), a Federal grade equivalency (FGE) for eachproposed classification(s), job description(s), and rationale for proposed wagerate(s), including information regarding the agreement or disagreement of theauthorized representative of the employees involved, or where there is no authorizedrepresentative, the employees themselves. This report should be submitted to thecontracting officer no later than 30 days after such unlisted class(es) of employeesperforms any contract work.3) The contracting officer reviews the proposed action and promptly submits a reportof the action, together with the agency's recommendations and pertinentinformation including the position of the contractor and the employees, to the U.S.Department of Labor, Wage and Hour Division, for review (See 29 CFR 4.6(b)(2)(ii)).4) Within 30 days of receipt, the Wage and Hour Division approves, modifies, ordisapproves the action via transmittal to the agency contracting officer, ornotifies the contracting officer that additional time will be required to processthe request.5) The contracting officer transmits the Wage and Hour Division's decision to thecontractor.6) Each affected employee shall be furnished by the contractor with a written copyof such determination or it shall be posted as a part of the wage determination (See29 CFR 4.6(b)(2)(iii)).Information required by the Regulations must be submitted on SF-1444 or bond paper.When preparing a conformance request, the "Service Contract Act Directory ofOccupations" should be used to compare job definitions to ensure that dutiesrequested are not performed by a classification already listed in the wagedetermination. Remember, it is not the job title, but the required tasks thatdetermine whether a class is included in an established wage determination.Conformances may not be used to artificially split, combine, or subdivideclassifications listed in the wage determination (See 29 CFR 4.152(c)(1)).D.2 ATTACHMENT 2 – PAST PERFORMANCE QUESTIONNAIRE INSTRUCTIONS: Offerors must identify previous federal, state, and local government and private contracts that they have completed and that are similar to the contract being evaluated. List at least three (3), but no more than five (5) contracts for evaluation limited to the last five (5) years. (One contract reference per form; Form may be duplicated) NOTE: If you have performed any National Cemetery Administration contracts, list them first. Contractor (you) Information: Name: _____________________________________________________________________ Address: ___________________________________________________________________ Telephone Number: ___________________________________________________________ E-mail: ______________________________________________________________________Contract Information: Name of company/agency you provided service for: ___________________________________ Contract Number: _____________________________________________________________ Type of Contract: ______________________________________________________________ Contract Dollar Value: __________________________________________________________ Date of Award: ________________________________________________________________ Status: Completed, Yes____ No____ If not completed, projected completion Date____________ If not completed, why? ________________________________________ Were you the Prime? ________ were you the Sub? _______Point of Contact Information for the company/agency you serviced: Name of the Contract Person & their position: _______________________________________ Address: ____________________________________________________________________ Telephone Number: ____________________________________________________________ E-mail:______________________________________________________________________ Description of Supply/Service(s) provided, location & relevancy of work:Complexity of Product/Service, if any: Percentage of Work completed by your company/by subcontractor: (If you did less than 100% please explain the tasks you performed.)SECTION E - SOLICITATION PROVISIONSE.1 52.212-1 INSTRUCTIONS TO OFFERORS—COMMERCIAL ITEMS (OCT 2015) (a) North American Industry Classification System (NAICS) code and small business size standard. The NAICS code and small business size standard for this acquisition appear in Block 10 of the solicitation cover sheet (SF 1449). However, the small business size standard for a concern which submits an offer in its own name, but which proposes to furnish an item which it did not itself manufacture, is 500 employees. (b) Submission of offers. Submit signed and dated offers to the office specified in this solicitation at or before the exact time specified in this solicitation. Offers may be submitted on the SF 1449, letterhead stationery, or as otherwise specified in the solicitation. As a minimum, offers must show— (1) The solicitation number; (2) The time specified in the solicitation for receipt of offers; (3) The name, address, and telephone number of the offeror; (4) A technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature, or other documents, if necessary; (5) Terms of any express warranty; (6) Price and any discount terms; (7) "Remit to" address, if different than mailing address; (8) A completed copy of the representations and certifications at FAR 52.212-3 (see FAR 52.212-3(b) for those representations and certifications that the offeror shall complete electronically); (9) Acknowledgment of Solicitation Amendments; (10) PAST PERFORMANCE will be evaluated for quality, timeliness (e.g. recent), problem resolution, business relations, customer service and relevance (e.g. experience in providing services similar in size, scope, and complexity as described in the SOW). If no past performance information is readily available, the offeror’s past performance will be evaluated as Neutral. The Government will research information and data bases to aid in establishing the contractor’s responsibility and ability to perform the required services. The databases include but are not limited to Experian, CPARS, EPLS, VetBiz, and SBA. In addition, please provide a list with a minimum of three (3) contracts and/or subcontracts that have been held over the past five (5) years providing services similar in size, scope, and complexity. Any additional information such as letters, associations, and standards to substantiate the past performance shall be furnished by the offeror. The offeror shall provide the following information for each contract and/or subcontract: a)Customer’s name, address, telephone numbers of customers lead contact and technical personnelb)Contract Numberc)Contract Dollar Valued)Any terminations (partial or complete) and the reason (convenience or default); and 11) Technical information shall include the following:Technical qualifications will be evaluated to determine the extent to which contractors demonstrate a clear understanding of all features involved in the performance of the requirements identified in the Statement of Work. The proposal should not simply restate the Government’s requirements, but it should describe, in detail, how the offeror intends to meet the requirements. In particular, offerors must provide information for the following sub-factors, which are weighted equally:Sub-Factor 1 – Corporate Project Experience:The offeror shall provide information on your company’s capabilities; years in business; type and age of equipment to be used on the project; demonstrate corporate experience with no more than three (3) projects completed within the last five (5) years and/or similar in size and scope to this project as outlined in the solicitation specifically addressing projects you have completed that are similar to this request. In describing project experience, provide the following: Project title, location, and a brief descriptionProject owner, name, telephone number of owner’s contact personProject’s Prime contractor and major sub-contractors and name and telephone number of each contact person(s). NOTE: Each firm and managing person(s) (project manager/superintendent/foreman as the case may be) proposed for this project Project start and completion dates (original vs. actual), reasons for any delays and/or change ordersExperience in the proposed area industry marketList number of projects currently ongoing and of that number the number that may affect this proposal and there completion date(s). NOTE: location of head office, branch office(s) and location of person with authority to sign contractual documents.. Sub-Factor 2 – Project Personnel Experience:The offeror shall demonstrate the specialized experience and technical competence of the key personnel who will be assigned to this project specifically addressing projects with an emphasis on working within a National Cemetery or similar location/venue. At a minimum, this shall include both the Project Manager and on-site superintendent/foreman. In describing this criteria, provide the following:Name of individualFirm employed by and/or withCompany position and titleYears with the companyDescribe work experience with project(s) similar in scopeIndication of which, if any, project(s) submitted under Corporate experience above, the individual participated in and what the individuals responsibility while assigned to the project(s) Position and/or responsibility that individual will hold in regards to the project team, description of duties and what percentage of the individual’s time will be committed to this project. Describe educational background/experience, including degrees, certifications, etc. and granting institutionExperience of local market/conditions of key personnel assigned to the projectSub-Factor 3 – Technical/Management Approach:The offeror shall demonstrate the following relevant to the subject project: Project Delivery Philosophy including statements of commitment and conflict resolutionOfferors’ Quality Assurance and Quality Control Programs/measurementsCapability to perform, including offeror’s total bonding capacity, current available bonding capacity and projected available bonding capacitySub-Factor 4 – Scheduling/Phasing:The offeror shall demonstrate the following: Approach for this project, including a proposed project work schedule in a time scaled bar graph format beginning with the Notice to Proceed and concluding with contract completion. All schedule items shall show, start date and completion date, specific tasks, labor man hours and cost for each schedule item with allotted time for weather, interments, and government holidaysProvide a written narrative plan to demonstrate understanding of the safety and phasing requirements to include documentation of site-supervisor and/or foreman completion of 10 hour OSHA trainingList subcontractors - their social economic status (i.e. Disabled Veteran, Veteran, Small, Large Business, etc.) - and percent of work they will perform; (iv) the surveyor/survey company you will be usingSub-Factor 5 – Registered in the System for Award Management (SAM):Offeror shall provide a valid SAM Registration Report showing an active/current registration date. Sub-Factor 6 – Registered in the Vendor Information Pages (VIP) and the Verification Case Management System (VCMS) via .:Offeror shall provide a valid Service Disabled Veteran Owned Small Business (SDVOSB) active registration certificate (12) If the offer is not submitted on the SF 1449, include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration. (c) Period for acceptance of offers. The offeror agrees to hold the prices in its offer firm for 30 calendar days from the date specified for receipt of offers, unless another time period is specified in an addendum to the solicitation. (d) Product samples. When required by the solicitation, product samples shall be submitted at or prior to the time specified for receipt of offers. Unless otherwise specified in this solicitation, these samples shall be submitted at no expense to the Government, and returned at the sender's request and expense, unless they are destroyed during preaward testing. (e) Multiple offers. Offerors are encouraged to submit multiple offers presenting alternative terms and conditions or commercial items for satisfying the requirements of this solicitation. Each offer submitted will be evaluated separately. (f) Late submissions, modifications, revisions, and withdrawals of offers. (1) Offerors are responsible for submitting offers, and any modifications, revisions, or withdrawals, so as to reach the Government office designated in the solicitation by the time specified in the solicitation. If no time is specified in the solicitation, the time for receipt is 4:30 p.m., local time, for the designated Government office on the date that offers or revisions are due. (2)(i) Any offer, modification, revision, or withdrawal of an offer received at the Government office designated in the solicitation after the exact time specified for receipt of offers is "late" and will not be considered unless it is received before award is made, the Contracting Officer determines that accepting the late offer would not unduly delay the acquisition; and— (A) If it was transmitted through an electronic commerce method authorized by the solicitation, it was received at the initial point of entry to the Government infrastructure not later than 5:00 p.m. one working day prior to the date specified for receipt of offers; or (B) There is acceptable evidence to establish that it was received at the Government installation designated for receipt of offers and was under the Government's control prior to the time set for receipt of offers; or (C) If this solicitation is a request for proposals, it was the only proposal received. (ii) However, a late modification of an otherwise successful offer, that makes its terms more favorable to the Government, will be considered at any time it is received and may be accepted. (3) Acceptable evidence to establish the time of receipt at the Government installation includes the time/date stamp of that installation on the offer wrapper, other documentary evidence of receipt maintained by the installation, or oral testimony or statements of Government personnel. (4) If an emergency or unanticipated event interrupts normal Government processes so that offers cannot be received at the Government office designated for receipt of offers by the exact time specified in the solicitation, and urgent Government requirements preclude amendment of the solicitation or other notice of an extension of the closing date, the time specified for receipt of offers will be deemed to be extended to the same time of day specified in the solicitation on the first work day on which normal Government processes resume. (5) Offers may be withdrawn by written notice received at any time before the exact time set for receipt of offers. Oral offers in response to oral solicitations may be withdrawn orally. If the solicitation authorizes facsimile offers, offers may be withdrawn via facsimile received at any time before the exact time set for receipt of offers, subject to the conditions specified in the solicitation concerning facsimile offers. An offer may be withdrawn in person by an offeror or its authorized representative if, before the exact time set for receipt of offers, the identity of the person requesting withdrawal is established and the person signs a receipt for the offer. (g) Contract award (not applicable to Invitation for Bids). The Government intends to evaluate offers and award a contract without discussions with offerors. Therefore, the offeror's initial offer should contain the offeror's best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government may reject any or all offers if such action is in the public interest; accept other than the lowest offer; and waive informalities and minor irregularities in offers received. (h) Multiple awards. The Government may accept any item or group of items of an offer, unless the offeror qualifies the offer by specific limitations. Unless otherwise provided in the Schedule, offers may not be submitted for quantities less than those specified. The Government reserves the right to make an award on any item for a quantity less than the quantity offered, at the unit prices offered, unless the offeror specifies otherwise in the offer. (i) Availability of requirements documents cited in the solicitation. (1)(i) The GSA Index of Federal Specifications, Standards and Commercial Item Descriptions, FPMR Part 101-29, and copies of specifications, standards, and commercial item descriptions cited in this solicitation may be obtained for a fee by submitting a request to—GSA Federal Supply Service Specifications Section Suite 8100 470 East L'Enfant Plaza, SWWashington, DC 20407Telephone (202) 619-8925 Facsimile (202) 619-8978. (ii) If the General Services Administration, Department of Agriculture, or Department of Veterans Affairs issued this solicitation, a single copy of specifications, standards, and commercial item descriptions cited in this solicitation may be obtained free of charge by submitting a request to the addressee in paragraph (i)(1)(i) of this provision. Additional copies will be issued for a fee. (2) Most unclassified Defense specifications and standards may be downloaded from the following ASSIST websites: (i) ASSIST (); (ii) Quick Search (); (iii) (). (3) Documents not available from ASSIST may be ordered from the Department of Defense Single Stock Point (DoDSSP) by? (i) Using the ASSIST Shopping Wizard (); (ii) Phoning the DoDSSP Customer Service Desk (215) 697-2179, Mon-Fri, 0730 to 1600 EST; or (iii) Ordering from DoDSSP, Building 4, Section D, 700 Robbins Avenue, Philadelphia, PA 19111-5094, Telephone (215) 697-2667/2179, Facsimile (215) 697-1462. (4) Nongovernment (voluntary) standards must be obtained from the organization responsible for their preparation, publication, or maintenance. (j) Data Universal Numbering System (DUNS) Number. (Applies to all offers exceeding $3,500, and offers of $3,500 or less if the solicitation requires the Contractor to be registered in the System for Award Management (SAM) database. The offeror shall enter, in the block with its name and address on the cover page of its offer, the annotation "DUNS" or "DUNS +4" followed by the DUNS or DUNS +4 number that identifies the offeror's name and address. The DUNS +4 is the DUNS number plus a 4-character suffix that may be assigned at the discretion of the offeror to establish additional SAM records for identifying alternative Electronic Funds Transfer (EFT) accounts (see FAR Subpart 32.11) for the same concern. If the offeror does not have a DUNS number, it should contact Dun and Bradstreet directly to obtain one. An offeror within the United States may contact Dun and Bradstreet by calling 1-866-705-5711 or via the internet at . An offeror located outside the United States must contact the local Dun and Bradstreet office for a DUNS number. The offeror should indicate that it is an offeror for a Government contract when contacting the local Dun and Bradstreet office. (k) System for Award Management. Unless exempted by an addendum to this solicitation, by submission of an offer, the offeror acknowledges the requirement that a prospective awardee shall be registered in the SAM database prior to award, during performance and through final payment of any contract resulting from this solicitation. If the Offeror does not become registered in the SAM database in the time prescribed by the Contracting Officer, the Contracting Officer will proceed to award to the next otherwise successful registered Offeror. Offerors may obtain information on registration and annual confirmation requirements via the SAM database accessed through . (l) Debriefing. If a post-award debriefing is given to requesting offerors, the Government shall disclose the following information, if applicable: (1) The agency's evaluation of the significant weak or deficient factors in the debriefed offeror's offer. (2) The overall evaluated cost or price and technical rating of the successful and the debriefed offeror and past performance information on the debriefed offeror. (3) The overall ranking of all offerors, when any ranking was developed by the agency during source selection. (4) A summary of the rationale for award; (5) For acquisitions of commercial items, the make and model of the item to be delivered by the successful offeror. (6) Reasonable responses to relevant questions posed by the debriefed offeror as to whether source-selection procedures set forth in the solicitation, applicable regulations, and other applicable authorities were followed by the agency.(End of Provision)ADDENDUM TO 52.212-1 INSTRUCTIONS TO OFFERORS--COMMERCIAL ITEMS (FEB 2012) SUBMITTAL OF QUOTES / PROPOSALS:All proposals must be submitted through the Department of Veterans Affairs - Electronic Management System (eCMS) Vendor Portal website in order to be considered for award. go to the VA eCMS Vendor Portal website at to register. Once on the webpage, proceed to the Vendor Portal Login section located on the far left side of the webpage and click on ‘Request a user account’ to register. In the event an Offeror is unable to submit a proposal through the Vendor Portal domain, prior to the proposal closing date, contact the VAAS helpdesk at 1-877-634-3739, or via email at VA.Acquisition.Systems@. Submission of proposals through email will not be accepted. Proposal transmission/uploads must be completed by the date/time specified. Late or incomplete Proposals will not be considered.If Offerors are still unable to submit a proposal through VA eCMS Vendor Portal, the Offerors may submit a CD version of their proposal package as long as VA eCMS Vendor Portal registration requirements have been fulfilled and Offerors have contacted the VAAS helpdesk for assistance in their submission of a proposal. A copy of the email correspondence with the VAAS helpdesk will be forwarded to the Contracting Officer, Anthony Q. Hawley at anthony.hawley@ as proof of email correspondence. If a phone conversation with the VAAS helpdesk proves unsuccessful in an Offeror’s ability to submit a proposal prior to the closing date via Vendor Portal, the Offeror shall submit to the Contracting Officer correspondence that contains the date, time, and name of helpdesk representative the Offeror contacted to include the reasons why the Offeror could not submit a proposal via the Portal. This document will be submitted together with the CD version of the proposal. In the event an Offeror has not requested proposal submission assistance to the VAAS help desk prior to the closing date, nor has submitted correspondence that identifies reasons why the Offeror could not submit a proposal via Vendor Portal, the Offeror will be considered non responsive and the CD version of the proposal will not be accepted.If a CD version of the proposal is accepted by the Contracting Officer, the CD version of the proposal may be submitted as an MS Word document. If PDF is preferred, then each Section submitted shall be a separate file. For example, all required licenses, technical proposal, Past Performance Questionnaires, shall all be under separate files and shall be classified as such. The CD shall be categorized in a manner where it is easy to ascertain. Offers who meet stated requirements may submit a CD version of their proposals at the address specified in Block 9 of SF 1449, or if hand carried, to the address shown in block 9, until the date and time specified in Block 8. CAUTION - LATE Submissions, Modifications, and Withdrawals: See provision 52.212-1. All offers are subject to all terms and conditions of this solicitation. Offers authorized to submit CD versions of their proposals are to submit their proposals to the Contracting Officer's Office, i.e., the Issuing Office address that appears in Block 9 of the SF-1449 above.PROPOSAL PACKAGEPrice ScheduleTechnical Qualifications in a written narrative for the Government’s evaluation. Three (3) Past Performance references within the last five (5) years that are similar in size and scope to this solicitation. Use the Past Performance Questionnaire. Prepare one for each reference. Additional references will not be acknowledged. Only the (3) most current past performances will be reviewed. Required representations and certifications. Acknowledgement of any amendments. Failure to submit all required documentation may result in your submission being determined technically unacceptable and removed from further consideration.PROPOSAL FORMATPage size shall be no greater than 8 1/2" x 11". The top, bottom, left, and right margins shall be a minimum of one (1) inch each. Font size shall be no smaller than 11-point. Arial or Times New Roman fonts are required. Characters shall be set at no less than normal spacing and 100% scale. Tables and illustrations may use a reduced font size no smaller than eight (8)-point and may be landscape. Line spacing shall be set at no less than single space. Each paragraph shall be separated by at least one blank line. Page numbers, company logos, and headers and footers may be within the page margins only and are not bound by the 11-point font requirement. Footnotes to text shall not be added. If the Offeror submits annexes, documentation, attachments or the like, not specifically required by this solicitation, such will count against the offeror’s page limitations unless otherwise indicated in the specific volume instructions below. Pages in violation of these instructions, either by exceeding the margin, font, or spacing restrictions or by exceeding the total page limit for a particular volume, will not be evaluated. The following page limitations are applicable to this procurement:Volume FactorPage LimitationsVolume ITechnical20 pages single-sidedVolume IIPast Performance6 pages single-sidedVolume IIIPriceNo LimitA cover page and/or table of contents which are not required will be included in the page count of the Technical Volume if included in the Volume.A glossary of abbreviations or acronyms will not be included in the page count of the Technical Volume.Proposal packages that do not contain all the above materials may be rejected. Proposal packages that fail to include sufficient Technical, Past Performance and/or Price information for a competitive evaluation may result in the proposal being rejected and not considered.Proposals that are not received completely by the time and date specified in Block 8 of the SF 1449 will be rejected and shall not be considered.Provisions that are incorporated by reference (by Citation Number, Title, and Date), have 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 following provisions are incorporated into 52.212-1 as an addendum to this solicitation:(End of Addendum to 52.212-1)E.2 52.212-2 EVALUATION—COMMERCIAL ITEMS (OCT 2014)EVALUATION OF QUOTATIONS:Proposals will be evaluated based on the following factors listed as shown below: PRICE: Provide a breakdown of your pricing and the pricing methodology you used in the conscription of that pricing. Include any assumptions made with your bid. Simply providing a figure will not be enough. A low price and/or pricing with no breakdown will be considered an inferior offer and deemed non responsive. The Government needs to know the method used in arriving at your figures. The lowest bidder will not necessarily get this award. This is not an Invitation for Bid (IFB). Simply providing a price with no substantial information on pricing and/or capabilities and/or performance will result in an inferior proposal and may be considered non responsive. The Government will not consider offers that are considerably low or too high. Pricing may be compared against the IGCE or against the average mean of the offers received to arrive at a competitive range in determining too low/too high offers. Also, if a wage rate is included with this solicitation, provide the proposed wages you will be paying to compare against the wage rate. You can provide this as a range if you do not want to list direct wages. Wage rates only apply to hourly employees, not salary employees; but you cannot convert a traditionally hourly employee to a salary employee to avoid the wage rate.PAST PERFORMANCE: Past Performance will be evaluated for quality, timeliness (e.g. recent), problem resolution, business relations, customer service and relevance (e.g. experience in providing services similar in size, scope, and complexity as described in the SOW). If no past performance information is readily available, the offeror’s past performance will be evaluated as Neutral. The Government will research information and data bases to aid in establishing the contractor’s responsibility and ability to perform the required services. The databases include but are not limited to Experian, CPARS, EPLS, VetBiz, and SBA. In addition, please provide a list with a minimum of three (3) contracts and/or subcontracts that have been held over the past five (5) years providing services similar in size, scope, and complexity. Any additional information such as letters, associations, and standards to substantiate the past performance shall be furnished by the offeror. The offeror shall provide the following information for each contract and/or subcontract: Customer’s name, address, telephone numbers of customers lead contact and technical personnelContract NumberContract Dollar ValueAny terminations (partial or complete) and the reason (convenience or default)TECHNICAL QUALIFICATIONS: Technical qualifications will be evaluated to determine the extent to which contractors demonstrate a clear understanding of all features involved in the performance of the requirements identified in the Statement of Work. The proposal should not simply restate the Government’s requirements, but it should describe, in detail, how the offeror intends to meet the requirements. In particular, offerors must provide information for the following sub-factors, which are weighted equally:Sub-Factor 1 – Corporate Project Experience:The offeror shall provide information on your company’s capabilities; years in business; type and age of equipment to be used on the project; demonstrate corporate experience with no more than three (3) projects completed within the last five (5) years and/or similar in size and scope to this project as outlined in the solicitation specifically addressing projects you have completed that are similar to this request. In describing project experience, provide the following: Project title, location, and a brief descriptionProject owner, name, telephone number of owner’s contact personProject’s Prime contractor and major sub-contractors and name and telephone number of each contact person(s). NOTE: Each firm and managing person(s) (project manager/superintendent/foreman as the case may be) proposed for this project Project start and completion dates (original vs. actual), reasons for any delays and/or change ordersExperience in the proposed area industry marketList number of projects currently ongoing and of that number the number that may affect this proposal and there completion date(s). NOTE: location of head office, branch office(s) and location of person with authority to sign contractual documents.Sub-Factor 2 – Project Personnel Experience:The offeror shall demonstrate the specialized experience and technical competence of the key personnel who will be assigned to this project specifically addressing projects with an emphasis on working within a National Cemetery or similar location/venue. At a minimum, this shall include both the Project Manager and on-site superintendent/foreman. In describing this criteria, provide the following:Name of individualFirm employed by and/or withCompany position and titleYears with the companyDescribe work experience with project(s) similar in scopeIndication of which, if any, project(s) submitted under Corporate experience above, the individual participated in and what the individuals responsibility while assigned to the project(s) Position and/or responsibility that individual will hold in regards to the project team, description of duties and what percentage of the individual’s time will be committed to this project. Describe educational background/experience, including degrees, certifications, etc. and granting institutionExperience of local market/conditions of key personnel assigned to the projectSub-Factor 3 – Technical/Management Approach:The offeror shall demonstrate the following relevant to the subject project: Project Delivery Philosophy including statements of commitment and conflict resolutionOfferors’ Quality Assurance and Quality Control Programs/measurementsCapability to perform, including offeror’s total bonding capacity, current available bonding capacity and projected available bonding capacitySub-Factor 4 – Scheduling/Phasing:The offeror shall demonstrate the following: Approach for this project, including a proposed project work schedule in a time scaled bar graph format beginning with the Notice to Proceed and concluding with contract completion. All schedule items shall show, start date and completion date, specific tasks, labor man hours and cost for each schedule item with allotted time for weather, interments, and government holidaysProvide a written narrative plan to demonstrate understanding of the safety and phasing requirements to include documentation of site-supervisor and/or foreman completion of 10 hour OSHA trainingList subcontractors - their social economic status (i.e. Disabled Veteran, Veteran, Small, Large Business, etc.) - and percent of work they will perform; (iv) the surveyor/survey company you will be usingSub-Factor 5 – Registered in the System for Award Management (SAM):Offeror shall provide a valid SAM Registration Report showing an active/current registration date. Sub-Factor 6 – Registered in the Vendor Information Pages (VIP) and the Verification Case Management System (VCMS) via .:Offeror shall provide a valid Service Disabled Veteran Owned Small Business (SDVOSB) active registration certificate.Failure to submit all required documentation as required may result in your submission being found to be technically unacceptable.(End of Provision)E.3 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS—COMMERCIAL ITEMS (DEC 2016) The Offeror shall complete only paragraph (b) of this provision if the Offeror has completed the annual representations and certification electronically via the System for Award Management (SAM) Web site located at . If the Offeror has not completed the annual representations and certifications electronically, the Offeror shall complete only paragraphs (c) through (t) of this provision. (a) Definitions. As used in this provision— Administrative merits determination means certain notices or findings of labor law violations issued by an enforcement agency following an investigation. An administrative merits determination may be final or be subject to appeal or further review. To determine whether a particular notice or finding is covered by this definition, it is necessary to consult section II.B. in the DOL Guidance. Arbitral award or decision means an arbitrator or arbitral panel determination that a labor law violation occurred, or that enjoined or restrained a violation of labor law. It includes an award or decision that is not final or is subject to being confirmed, modified, or vacated by a court, and includes an award or decision resulting from private or confidential proceedings. To determine whether a particular award or decision is covered by this definition, it is necessary to consult section II.B. in the DOL Guidance. Civil judgment means— (1) In paragraph (h) of this provision: A judgment or finding of a civil offense by any court of competent jurisdiction. (2) In paragraph (s) of this provision: Any judgment or order entered by any Federal or State court in which the court determined that a labor law violation occurred, or enjoined or restrained a violation of labor law. It includes a judgment or order that is not final or is subject to appeal. To determine whether a particular judgment or order is covered by this definition, it is necessary to consult section II.B. in the DOL Guidance. DOL Guidance means the Department of Labor (DOL) Guidance entitled: “Guidance for Executive Order 13673, ‘Fair Pay and Safe Workplaces’ “. The DOL Guidance, dated August 25, 2016, can be obtained from fairpayandsafeworkplaces. Economically disadvantaged women-owned small business (EDWOSB) concern means a small business concern that is at least 51 percent directly and unconditionally owned by, and the management and daily business operations of which are controlled by, one or more women who are citizens of the United States and who are economically disadvantaged in accordance with 13 CFR part 127. It automatically qualifies as a women-owned small business eligible under the WOSB Program. Enforcement agency means any agency granted authority to enforce the Federal labor laws. It includes the enforcement components of DOL (Wage and Hour Division, Office of Federal Contract Compliance Programs, and Occupational Safety and Health Administration), the Equal Employment Opportunity Commission, the Occupational Safety and Health Review Commission, and the National Labor Relations Board. It also means a State agency designated to administer an OSHA-approved State Plan, but only to the extent that the State agency is acting in its capacity as administrator of such plan. It does not include other Federal agencies which, in their capacity as contracting agencies, conduct investigations of potential labor law violations. The enforcement agencies associated with each labor law under E.O. 13673 are— (1) Department of Labor Wage and Hour Division (WHD) for— (i) The Fair Labor Standards Act; (ii) The Migrant and Seasonal Agricultural Worker Protection Act; (iii) 40 U.S.C. chapter 31, subchapter IV, formerly known as the Davis-Bacon Act; (iv) 41 U.S.C. chapter 67, formerly known as the Service Contract Act; (v) The Family and Medical Leave Act; and (vi) E.O. 13658 of February 12, 2014 (Establishing a Minimum Wage for Contractors); (2) Department of Labor Occupational Safety and Health Administration (OSHA) for— (i) The Occupational Safety and Health Act of 1970; and (ii) OSHA-approved State Plans; (3) Department of Labor Office of Federal Contract Compliance Programs (OFCCP) for— (i) Section 503 of the Rehabilitation Act of 1973; (ii) The Vietnam Era Veterans' Readjustment Assistance Act of 1972 and the Vietnam Era Veterans' Readjustment Assistance Act of 1974; and (iii) E.O. 11246 of September 24, 1965 (Equal Employment Opportunity); (4) National Labor Relations Board (NLRB) for the National Labor Relations Act; and (5) Equal Employment Opportunity Commission (EEOC) for— (i) Title VII of the Civil Rights Act of 1964; (ii) The Americans with Disabilities Act of 1990; (iii) The Age Discrimination in Employment Act of 1967; and (iv) Section 6(d) of the Fair Labor Standards Act (Equal Pay Act). Forced or indentured child labor means all work or service— (1) Exacted from any person under the age of 18 under the menace of any penalty for its nonperformance and for which the worker does not offer himself voluntarily; or (2) Performed by any person under the age of 18 pursuant to a contract the enforcement of which can be accomplished by process or penalties. Highest-level owner means the entity that owns or controls an immediate owner of the offeror, or that owns or controls one or more entities that control an immediate owner of the offeror. No entity owns or exercises control of the highest level owner. Immediate owner means an entity, other than the offeror, that has direct control of the offeror. Indicators of control include, but are not limited to, one or more of the following: Ownership or interlocking management, identity of interests among family members, shared facilities and equipment, and the common use of employees. Inverted domestic corporation means a foreign incorporated entity that meets the definition of an inverted domestic corporation under 6 U.S.C. 395(b), applied in accordance with the rules and definitions of 6 U.S.C. 395(c). Labor compliance agreement means an agreement entered into between a contractor or subcontractor and an enforcement agency to address appropriate remedial measures, compliance assistance, steps to resolve issues to increase compliance with the labor laws, or other related matters. Labor laws means the following labor laws and E.O.s: (1) The Fair Labor Standards Act. (2) The Occupational Safety and Health Act (OSHA) of 1970. (3) The Migrant and Seasonal Agricultural Worker Protection Act. (4) The National Labor Relations Act. (5) 40 U.S.C. chapter 31, subchapter IV, formerly known as the Davis-Bacon Act. (6) 41 U.S.C. chapter 67, formerly known as the Service Contract Act. (7) E.O. 11246 of September 24, 1965 (Equal Employment Opportunity). (8) Section 503 of the Rehabilitation Act of 1973. (9) The Vietnam Era Veterans' Readjustment Assistance Act of 1972 and the Vietnam Era Veterans' Readjustment Assistance Act of 1974. (10) The Family and Medical Leave Act. (11) Title VII of the Civil Rights Act of 1964. (12) The Americans with Disabilities Act of 1990. (13) The Age Discrimination in Employment Act of 1967. (14) E.O. 13658 of February 12, 2014 (Establishing a Minimum Wage for Contractors). (15) Equivalent State laws as defined in the DOL Guidance. (The only equivalent State laws implemented in the FAR are OSHA-approved State Plans, which can be found at dcsp/osp/approved_state_plans.html). Labor law decision means an administrative merits determination, arbitral award or decision, or civil judgment, which resulted from a violation of one or more of the laws listed in the definition of “labor laws”. Manufactured end product means any end product in product and service codes (PSCs) 1000-9999, except— (1) PSC 5510, Lumber and Related Basic Wood Materials; (2) Product or Service Group (PSG) 87, Agricultural Supplies; (3) PSG 88, Live Animals; (4) PSG 89, Subsistence; (5) PSC 9410, Crude Grades of Plant Materials; (6) PSC 9430, Miscellaneous Crude Animal Products, Inedible; (7) PSC 9440, Miscellaneous Crude Agricultural and Forestry Products; (8) PSC 9610, Ores; (9) PSC 9620, Minerals, Natural and Synthetic; and (10) PSC 9630, Additive Metal Materials. Place of manufacture means the place where an end product is assembled out of components, or otherwise made or processed from raw materials into the finished product that is to be provided to the Government. If a product is disassembled and reassembled, the place of reassembly is not the place of manufacture. Predecessor means an entity that is replaced by a successor and includes any predecessors of the predecessor. Restricted business operations means business operations in Sudan that include power production activities, mineral extraction activities, oil-related activities, or the production of military equipment, as those terms are defined in the Sudan Accountability and Divestment Act of 2007 (Pub. L. 110-174). Restricted business operations do not include business operations that the person (as that term is defined in Section 2 of the Sudan Accountability and Divestment Act of 2007) conducting the business can demonstrate— (1) Are conducted under contract directly and exclusively with the regional government of southern Sudan; (2) Are conducted pursuant to specific authorization from the Office of Foreign Assets Control in the Department of the Treasury, or are expressly exempted under Federal law from the requirement to be conducted under such authorization; (3) Consist of providing goods or services to marginalized populations of Sudan; (4) Consist of providing goods or services to an internationally recognized peacekeeping force or humanitarian organization; (5) Consist of providing goods or services that are used only to promote health or education; or (6) Have been voluntarily suspended. “Sensitive technology”— (1) Means hardware, software, telecommunications equipment, or any other technology that is to be used specifically— (i) To restrict the free flow of unbiased information in Iran; or (ii) To disrupt, monitor, or otherwise restrict speech of the people of Iran; and (2) Does not include information or informational materials the export of which the President does not have the authority to regulate or prohibit pursuant to section 203(b)(3) of the International Emergency Economic Powers Act (50 U.S.C. 1702(b)(3)). 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; and (ii) The management and daily business operations of which are controlled by one or more service-disabled veterans or, in the case of a service-disabled veteran with permanent and severe disability, the spouse or permanent caregiver of such veteran. (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). 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 size standards in this solicitation. Small disadvantaged business concern, consistent with 13 CFR 124.1002, means a small business concern under the size standard applicable to the acquisition, that— (1) Is at least 51 percent unconditionally and directly owned (as defined at 13 CFR 124.105) by— (i) One or more socially disadvantaged (as defined at 13 CFR 124.103) and economically disadvantaged (as defined at 13 CFR 124.104) individuals who are citizens of the United States; and (ii) Each individual claiming economic disadvantage has a net worth not exceeding $750,000 after taking into account the applicable exclusions set forth at 13 CFR 124.104(c)(2); and (2) The management and daily business operations of which are controlled (as defined at 13.CFR 124.106) by individuals, who meet the criteria in paragraphs (1)(i) and (ii) of this definition. Subsidiary means an entity in which more than 50 percent of the entity is owned— (1) Directly by a parent corporation; or (2) Through another subsidiary of a parent corporation. Successor means an entity that has replaced a predecessor by acquiring the assets and carrying out the affairs of the predecessor under a new name (often through acquisition or merger). The term “successor” does not include new offices/divisions of the same company or a company that only changes its name. The extent of the responsibility of the successor for the liabilities of the predecessor may vary, depending on State law and specific circumstances. Veteran-owned small business concern means a small business concern— (1) Not less than 51 percent of which is owned by one or more veterans (as defined at 38 U.S.C. 101(2)) 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 veterans; and (2) The management and daily business operations of which are controlled by one or more veterans. Women-owned business concern means a concern which is at least 51 percent owned by one or more women; or in the case of any publicly owned business, at least 51 percent of its stock is owned by one or more women; and whose management and daily business operations are controlled by one or more women. Women-owned small business concern means a small business concern— (1) That is at least 51 percent owned by one or more women; or, in the case of any publicly owned business, at least 51 percent of the stock of which is owned by one or more women; and (2) Whose management and daily business operations are controlled by one or more women. Women-owned small business (WOSB) concern eligible under the WOSB Program (in accordance with 13 CFR part 127), means a small business concern that is at least 51 percent directly and unconditionally owned by, and the management and daily business operations of which are controlled by, one or more women who are citizens of the United States. Note to paragraph (a): By a court order issued on October 24, 2016, the following definitions in this paragraph (a) are enjoined indefinitely as of the date of the order: “Administrative merits determination”, “Arbitral award or decision”, paragraph (2) of “Civil judgment”, “DOL Guidance”, “Enforcement agency”, “Labor compliance agreement”, “Labor laws”, and “Labor law decision”. The enjoined definitions will become effective immediately if the court terminates the injunction. At that time, DoD, GSA, and NASA will publish a document in the Federal Register advising the public of the termination of the injunction. (b)(1) Annual Representations and Certifications. Any changes provided by the offeror in paragraph (b)(2) of this provision do not automatically change the representations and certifications posted on the SAM website. (2) The offeror has completed the annual representations and certifications electronically via the SAM website access through . After reviewing the SAM database information, the offeror verifies by submission of this offer that the representations and certifications currently posted electronically at FAR 52.212-3, Offeror Representations and Certifications—Commercial Items, have been entered or updated in 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 paragraphs . (c) Offerors must complete the following representations when the resulting contract will be performed in the United States or its outlying areas. Check all that apply. (1) Small business concern. The offeror represents as part of its offer that it [ ] is, [ ] is not a small business concern. (2) Veteran-owned small business concern. [Complete only if the offeror represented itself as a small business concern in paragraph (c)(1) of this provision.] The offeror represents as part of its offer that it [ ] is, [ ] is not a veteran-owned small business concern. (3) Service-disabled veteran-owned small business concern. [Complete only if the offeror represented itself as a veteran-owned small business concern in paragraph (c)(2) of this provision.] The offeror represents as part of its offer that it [ ] is, [ ] is not a service-disabled veteran-owned small business concern. (4) Small disadvantaged business concern. [Complete only if the offeror represented itself as a small business concern in paragraph (c)(1) of this provision.] The offeror represents that it [ ] is, [ ] is not a small disadvantaged business concern as defined in 13 CFR 124.1002. (5) Women-owned small business concern. [Complete only if the offeror represented itself as a small business concern in paragraph (c)(1) of this provision.] The offeror represents that it [ ] is, [ ] is not a women-owned small business concern. (6) WOSB concern eligible under the WOSB Program. [Complete only if the offeror represented itself as a women-owned small business concern in paragraph (c)(5) of this provision.] The offeror represents that— (i) It [ ] is, [ ] is not a WOSB concern eligible under the WOSB Program, has provided all the required documents to the WOSB Repository, and no change in circumstances or adverse decisions have been issued that affects its eligibility; and (ii) It [ ] is, [ ] is not a joint venture that complies with the requirements of 13 CFR part 127, and the representation in paragraph (c)(6)(i) of this provision is accurate for each WOSB concern eligible under the WOSB Program participating in the joint venture. [The offeror shall enter the name or names of the WOSB concern eligible under the WOSB Program and other small businesses that are participating in the joint venture: ___________.] Each WOSB concern eligible under the WOSB Program participating in the joint venture shall submit a separate signed copy of the WOSB representation. (7) Economically disadvantaged women-owned small business (EDWOSB) concern. [Complete only if the offeror represented itself as a WOSB concern eligible under the WOSB Program in (c)(6) of this provision.] The offeror represents that— (i) It [ ] is, [ ] is not an EDWOSB concern, has provided all the required documents to the WOSB Repository, and no change in circumstances or adverse decisions have been issued that affects its eligibility; and (ii) It [ ] is, [ ] is not a joint venture that complies with the requirements of 13 CFR part 127, and the representation in paragraph (c)(7)(i) of this provision is accurate for each EDWOSB concern participating in the joint venture. [The offeror shall enter the name or names of the EDWOSB concern and other small businesses that are participating in the joint venture: ___________.] Each EDWOSB concern participating in the joint venture shall submit a separate signed copy of the EDWOSB representation.Note: Complete paragraphs (c)(8) and (c)(9) only if this solicitation is expected to exceed the simplified acquisition threshold. (8) Women-owned business concern (other than small business concern). [Complete only if the offeror is a women-owned business concern and did not represent itself as a small business concern in paragraph (c)(1) of this provision.] The offeror represents that it [ ] is a women-owned business concern. (9) Tie bid priority for labor surplus area concerns. If this is an invitation for bid, small business offerors may identify the labor surplus areas in which costs to be incurred on account of manufacturing or production (by offeror or first-tier subcontractors) amount to more than 50 percent of the contract price: ___________________________________________ (10) HUBZone small business concern. [Complete only if the offeror represented itself as a small business concern in paragraph (c)(1) of this provision.] The offeror represents, as part of its offer, that— (i) It [ ] is, [ ] is not a HUBZone small business concern listed, on the date of this representation, on the List of Qualified HUBZone Small Business Concerns maintained by the Small Business Administration, and no material change in ownership and control, principal office, or HUBZone employee percentage has occurred since it was certified by the Small Business Administration in accordance with 13 CFR Part 126; and (ii) It [ ] is, [ ] is not a joint venture that complies with the requirements of 13 CFR Part 126, and the representation in paragraph (c)(10)(i) of this provision is accurate for the HUBZone small business concern or concerns that are participating in the joint venture. [The offeror shall enter the name or names of the HUBZone small business concern or concerns that are participating in the joint venture:____________.] Each HUBZone small business concern participating in the joint venture shall submit a separate signed copy of the HUBZone representation. (d) Representations required to implement provisions of Executive Order 11246— (1) Previous contracts and compliance. The offeror represents that— (i) It [ ] has, [ ] has not participated in a previous contract or subcontract subject to the Equal Opportunity clause of this solicitation; and (ii) It [ ] has, [ ] has not filed all required compliance reports. (2) Affirmative Action Compliance. The offeror represents that— (i) It [ ] has developed and has on file, [ ] has not developed and does not have on file, at each establishment, affirmative action programs required by rules and regulations of the Secretary of Labor (41 CFR parts 60-1 and 60-2), or (ii) It [ ] has not previously had contracts subject to the written affirmative action programs requirement of the rules and regulations of the Secretary of Labor. (e) Certification Regarding Payments to Influence Federal Transactions (31 U.S.C. 1352). (Applies only if the contract is expected to exceed $150,000.) By submission of its offer, the offeror certifies to the best of its knowledge and belief that no Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress or an employee of a Member of Congress on his or her behalf in connection with the award of any resultant contract. If any registrants under the Lobbying Disclosure Act of 1995 have made a lobbying contact on behalf of the offeror with respect to this contract, the offeror shall complete and submit, with its offer, OMB Standard Form LLL, Disclosure of Lobbying Activities, to provide the name of the registrants. The offeror need not report regularly employed officers or employees of the offeror to whom payments of reasonable compensation were made. (f) Buy American Certificate. (Applies only if the clause at Federal Acquisition Regulation (FAR) 52.225-1, Buy American—Supplies, is included in this solicitation.) (1) The offeror certifies that each end product, except those listed in paragraph (f)(2) of this provision, is a domestic end product and that for other than COTS items, the offeror has considered components of unknown origin to have been mined, produced, or manufactured outside the United States. The offeror shall list as foreign end products those end products manufactured in the United States that do not qualify as domestic end products, i.e., an end product that is not a COTS item and does not meet the component test in paragraph (2) of the definition of “domestic end product.” The terms “commercially available off-the-shelf (COTS) item,” “component,” “domestic end product,” “end product,” “foreign end product,” and “United States” are defined in the clause of this solicitation entitled “Buy American—Supplies.” (2) Foreign End Products: Line Item No Country of Origin ______________ _________________ ______________ _________________ ______________ _________________[List as necessary] (3) The Government will evaluate offers in accordance with the policies and procedures of FAR Part 25. (g)(1) Buy American—Free Trade Agreements—Israeli Trade Act Certificate. (Applies only if the clause at FAR 52.225-3, Buy American—Free Trade Agreements—Israeli Trade Act, is included in this solicitation.) (i) The offeror certifies that each end product, except those listed in paragraph (g)(1)(ii) or (g)(1)(iii) of this provision, is a domestic end product and that for other than COTS items, the offeror has considered components of unknown origin to have been mined, produced, or manufactured outside the United States. The terms “Bahrainian, Moroccan, Omani, Panamanian, or Peruvian end product,” “commercially available off-the-shelf (COTS) item,” “component,” “domestic end product,” “end product,” “foreign end product,” “Free Trade Agreement country,” “Free Trade Agreement country end product,” “Israeli end product,” and “United States” are defined in the clause of this solicitation entitled “Buy American—Free Trade Agreements—Israeli Trade Act.” (ii) The offeror certifies that the following supplies are Free Trade Agreement country end products (other than Bahrainian, Moroccan, Omani, Panamanian, or Peruvian end products) or Israeli end products as defined in the clause of this solicitation entitled “Buy American—Free Trade Agreements—Israeli Trade Act”: Free Trade Agreement Country End Products (Other than Bahrainian, Moroccan, Omani, Panamanian, or Peruvian End Products) or Israeli End Products: Line Item No. Country of Origin ______________ _________________ ______________ _________________ ______________ _________________[List as necessary] (iii) The offeror shall list those supplies that are foreign end products (other than those listed in paragraph (g)(1)(ii) of this provision) as defined in the clause of this solicitation entitled “Buy American—Free Trade Agreements—Israeli Trade Act.” The offeror shall list as other foreign end products those end products manufactured in the United States that do not qualify as domestic end products, i.e., an end product that is not a COTS item and does not meet the component test in paragraph (2) of the definition of “domestic end product.” Other Foreign End Products: Line Item No. Country of Origin ______________ _________________ ______________ _________________ ______________ _________________[List as necessary] (iv) The Government will evaluate offers in accordance with the policies and procedures of FAR Part 25. (2) Buy American—Free Trade Agreements—Israeli Trade Act Certificate, Alternate I. If Alternate I to the clause at FAR 52.225-3 is included in this solicitation, substitute the following paragraph (g)(1)(ii) for paragraph (g)(1)(ii) of the basic provision: (g)(1)(ii) The offeror certifies that the following supplies are Canadian end products as defined in the clause of this solicitation entitled “Buy American—Free Trade Agreements—Israeli Trade Act”: Canadian End Products: Line Item No. __________________________________________ __________________________________________ __________________________________________[List as necessary] (3) Buy American—Free Trade Agreements—Israeli Trade Act Certificate, Alternate II. If Alternate II to the clause at FAR 52.225-3 is included in this solicitation, substitute the following paragraph (g)(1)(ii) for paragraph (g)(1)(ii) of the basic provision: (g)(1)(ii) The offeror certifies that the following supplies are Canadian end products or Israeli end products as defined in the clause of this solicitation entitled “Buy American—Free Trade Agreements—Israeli Trade Act”: Canadian or Israeli End Products: Line Item No. Country of Origin ______________ _________________ ______________ _________________ ______________ _________________[List as necessary] (4) Buy American—Free Trade Agreements—Israeli Trade Act Certificate, Alternate III. If Alternate III to the clause at FAR 52.225-3 is included in this solicitation, substitute the following paragraph (g)(1)(ii) for paragraph (g)(1)(ii) of the basic provision: (g)(1)(ii) The offeror certifies that the following supplies are Free Trade Agreement country end products (other than Bahrainian, Korean, Moroccan, Omani, Panamanian, or Peruvian end products) or Israeli end products as defined in the clause of this solicitation entitled “Buy American—Free Trade Agreements—Israeli Trade Act”: Free Trade Agreement Country End Products (Other than Bahrainian, Korean, Moroccan, Omani, Panamanian, or Peruvian End Products) or Israeli End Products: Line Item No. Country of Origin ______________ _________________ ______________ _________________ ______________ _________________[List as necessary] (5) Trade Agreements Certificate. (Applies only if the clause at FAR 52.225-5, Trade Agreements, is included in this solicitation.) (i) The offeror certifies that each end product, except those listed in paragraph (g)(5)(ii) of this provision, is a U.S.-made or designated country end product, as defined in the clause of this solicitation entitled “Trade Agreements”. (ii) The offeror shall list as other end products those end products that are not U.S.-made or designated country end products. Other End Products: Line Item No. Country of Origin ______________ _________________ ______________ _________________ ______________ _________________[List as necessary] (iii) The Government will evaluate offers in accordance with the policies and procedures of FAR Part 25. For line items covered by the WTO GPA, the Government will evaluate offers of U.S.-made or designated country end products without regard to the restrictions of the Buy American statute. The Government will consider for award only offers of U.S.-made or designated country end products unless the Contracting Officer determines that there are no offers for such products or that the offers for such products are insufficient to fulfill the requirements of the solicitation. (h) Certification Regarding Responsibility Matters (Executive Order 12689). (Applies only if the contract value is expected to exceed the simplified acquisition threshold.) The offeror certifies, to the best of its knowledge and belief, that the offeror and/or any of its principals— (1) [ ] Are, [ ] are not presently debarred, suspended, proposed for debarment, or declared ineligible for the award of contracts by any Federal agency; (2) [ ] Have, [ ] have not, within a three-year period preceding this offer, been convicted of or had a civil judgment rendered against them for: commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a Federal, state or local government contract or subcontract; violation of Federal or state antitrust statutes relating to the submission of offers; or Commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, tax evasion, violating Federal criminal tax laws, or receiving stolen property; (3) [ ] Are, [ ] are not presently indicted for, or otherwise criminally or civilly charged by a Government entity with, commission of any of these offenses enumerated in paragraph (h)(2) of this clause; and (4) [ ] Have, [ ] have not, within a three-year period preceding this offer, been notified of any delinquent Federal taxes in an amount that exceeds $3,500 for which the liability remains unsatisfied. (i) Taxes are considered delinquent if both of the following criteria apply: (A) The tax liability is finally determined. The liability is finally determined if it has been assessed. A liability is not finally determined if there is a pending administrative or judicial challenge. In the case of a judicial challenge to the liability, the liability is not finally determined until all judicial appeal rights have been exhausted. (B) The taxpayer is delinquent in making payment. A taxpayer is delinquent if the taxpayer has failed to pay the tax liability when full payment was due and required. A taxpayer is not delinquent in cases where enforced collection action is precluded. (ii) Examples. (A) The taxpayer has received a statutory notice of deficiency, under I.R.C. Sec. 6212, which entitles the taxpayer to seek Tax Court review of a proposed tax deficiency. This is not a delinquent tax because it is not a final tax liability. Should the taxpayer seek Tax Court review, this will not be a final tax liability until the taxpayer has exercised all judicial appeal rights. (B) The IRS has filed a notice of Federal tax lien with respect to an assessed tax liability, and the taxpayer has been issued a notice under I.R.C. Sec. 6320 entitling the taxpayer to request a hearing with the IRS Office of Appeals contesting the lien filing, and to further appeal to the Tax Court if the IRS determines to sustain the lien filing. In the course of the hearing, the taxpayer is entitled to contest the underlying tax liability because the taxpayer has had no prior opportunity to contest the liability. This is not a delinquent tax because it is not a final tax liability. Should the taxpayer seek tax court review, this will not be a final tax liability until the taxpayer has exercised all judicial appeal rights. (C) The taxpayer has entered into an installment agreement pursuant to I.R.C. Sec. 6159. The taxpayer is making timely payments and is in full compliance with the agreement terms. The taxpayer is not delinquent because the taxpayer is not currently required to make full payment. (D) The taxpayer has filed for bankruptcy protection. The taxpayer is not delinquent because enforced collection action is stayed under 11 U.S.C. 362 (the Bankruptcy Code). (i) Certification Regarding Knowledge of Child Labor for Listed End Products (Executive Order 13126). (1) Listed end products.Listed End ProductListed Countries of Origin (2) Certification. [If the Contracting Officer has identified end products and countries of origin in paragraph (i)(1) of this provision, then the offeror must certify to either (i)(2)(i) or (i)(2)(ii) by checking the appropriate block.] [ ] (i) The offeror will not supply any end product listed in paragraph (i)(1) of this provision that was mined, produced, or manufactured in the corresponding country as listed for that product. [ ] (ii) The offeror may supply an end product listed in paragraph (i)(1) of this provision that was mined, produced, or manufactured in the corresponding country as listed for that product. The offeror certifies that it has made a good faith effort to determine whether forced or indentured child labor was used to mine, produce, or manufacture any such end product furnished under this contract. On the basis of those efforts, the offeror certifies that it is not aware of any such use of child labor. (j) Place of manufacture. (Does not apply unless the solicitation is predominantly for the acquisition of manufactured end products.) For statistical purposes only, the offeror shall indicate whether the place of manufacture of the end products it expects to provide in response to this solicitation is predominantly— (1) __ In the United States (Check this box if the total anticipated price of offered end products manufactured in the United States exceeds the total anticipated price of offered end products manufactured outside the United States); or (2) __ Outside the United States. (k) Certificates regarding exemptions from the application of the Service Contract Labor Standards. (Certification by the offeror as to its compliance with respect to the contract also constitutes its certification as to compliance by its subcontractor if it subcontracts out the exempt services.) [] (1) Maintenance, calibration, or repair of certain equipment as described in FAR 22.1003-4(c)(1). The offeror [ ] does [ ] does not certify that— (i) The items of equipment to be serviced under this contract are used regularly for other than Governmental purposes and are sold or traded by the offeror (or subcontractor in the case of an exempt subcontract) in substantial quantities to the general public in the course of normal business operations; (ii) The services will be furnished at prices which are, or are based on, established catalog or market prices (see FAR 22.1003- 4(c)(2)(ii)) for the maintenance, calibration, or repair of such equipment; and (iii) The compensation (wage and fringe benefits) plan for all service employees performing work under the contract will be the same as that used for these employees and equivalent employees servicing the same equipment of commercial customers. [] (2) Certain services as described in FAR 22.1003- 4(d)(1). The offeror [ ] does [ ] does not certify that— (i) The services under the contract are offered and sold regularly to non-Governmental customers, and are provided by the offeror (or subcontractor in the case of an exempt subcontract) to the general public in substantial quantities in the course of normal business operations; (ii) The contract services will be furnished at prices that are, or are based on, established catalog or market prices (see FAR 22.1003-4(d)(2)(iii)); (iii) Each service employee who will perform the services under the contract will spend only a small portion of his or her time (a monthly average of less than 20 percent of the available hours on an annualized basis, or less than 20 percent of available hours during the contract period if the contract period is less than a month) servicing the Government contract; and (iv) The compensation (wage and fringe benefits) plan for all service employees performing work under the contract is the same as that used for these employees and equivalent employees servicing commercial customers. (3) If paragraph (k)(1) or (k)(2) of this clause applies— (i) If the offeror does not certify to the conditions in paragraph (k)(1) or (k)(2) and the Contracting Officer did not attach a Service Contract Labor Standards wage determination to the solicitation, the offeror shall notify the Contracting Officer as soon as possible; and (ii) The Contracting Officer may not make an award to the offeror if the offeror fails to execute the certification in paragraph (k)(1) or (k)(2) of this clause or to contact the Contracting Officer as required in paragraph (k)(3)(i) of this clause. (l) Taxpayer Identification Number (TIN) (26 U.S.C. 6109, 31 U.S.C. 7701). (Not applicable if the offeror is required to provide this information to the SAM database to be eligible for award.) (1) All offerors must submit the information required in paragraphs (l)(3) through (l)(5) of this provision to comply with debt collection requirements of 31 U.S.C. 7701(c) and 3325(d), reporting requirements of 26 U.S.C. 6041, 6041A, and 6050M, and implementing regulations issued by the Internal Revenue Service (IRS). (2) The TIN may be used by the Government to collect and report on any delinquent amounts arising out of the offeror's relationship with the Government (31 U.S.C. 7701(c)(3)). If the resulting contract is subject to the payment reporting requirements described in FAR 4.904, the TIN provided hereunder may be matched with IRS records to verify the accuracy of the offeror's TIN. (3) Taxpayer Identification Number (TIN). [ ] TIN: _____________________. [ ] TIN has been applied for. [ ] TIN is not required because: [ ] Offeror is a nonresident alien, foreign corporation, or foreign partnership that does not have income effectively connected with the conduct of a trade or business in the United States and does not have an office or place of business or a fiscal paying agent in the United States; [ ] Offeror is an agency or instrumentality of a foreign government; [ ] Offeror is an agency or instrumentality of the Federal Government. (4) Type of organization. [ ] Sole proprietorship; [ ] Partnership; [ ] Corporate entity (not tax-exempt); [ ] Corporate entity (tax-exempt); [ ] Government entity (Federal, State, or local); [ ] Foreign government; [ ] International organization per 26 CFR 1.6049-4; [ ] Other _________________________. (5) Common parent. [ ] Offeror is not owned or controlled by a common parent; [ ] Name and TIN of common parent: Name _____________________. TIN _____________________. (m) Restricted business operations in Sudan. By submission of its offer, the offeror certifies that the offeror does not conduct any restricted business operations in Sudan. (n) Prohibition on Contracting with Inverted Domestic Corporations. (1) Government agencies are not permitted to use appropriated (or otherwise made available) funds for contracts with either an inverted domestic corporation, or a subsidiary of an inverted domestic corporation, unless the exception at 9.108-2(b) applies or the requirement is waived in accordance with the procedures at 9.108-4. (2) Representation. The Offeror represents that— (i) It [ ] is, [ ] is not an inverted domestic corporation; and (ii) It [ ] is, [ ] is not a subsidiary of an inverted domestic corporation. (o) Prohibition on contracting with entities engaging in certain activities or transactions relating to Iran. (1) The offeror shall email questions concerning sensitive technology to the Department of State at CISADA106@. (2) Representation and certifications. Unless a waiver is granted or an exception applies as provided in paragraph (o)(3) of this provision, by submission of its offer, the offeror— (i) Represents, to the best of its knowledge and belief, that the offeror does not export any sensitive technology to the government of Iran or any entities or individuals owned or controlled by, or acting on behalf or at the direction of, the government of Iran; (ii) Certifies that the offeror, or any person owned or controlled by the offeror, does not engage in any activities for which sanctions may be imposed under section 5 of the Iran Sanctions Act; and (iii) Certifies that the offeror, and any person owned or controlled by the offeror, does not knowingly engage in any transaction that exceeds $3,500 with Iran’s Revolutionary Guard Corps or any of its officials, agents, or affiliates, the property and interests in property of which are blocked pursuant to the International Emergency Economic Powers Act (50 U.S.C. 1701 et seq.) (see OFAC’s Specially Designated Nationals and Blocked Persons List at ). (3) The representation and certification requirements of paragraph (o)(2) of this provision do not apply if— (i) This solicitation includes a trade agreements certification (e.g., 52.212–3(g) or a comparable agency provision); and (ii) The offeror has certified that all the offered products to be supplied are designated country end products. (p) Ownership or Control of Offeror. (Applies in all solicitations when there is a requirement to be registered in SAM or a requirement to have a unique entity identifier in the solicitation). (1) The Offeror represents that it [ ] has or [ ] does not have an immediate owner. If the Offeror has more than one immediate owner (such as a joint venture), then the Offeror shall respond to paragraph (2) and if applicable, paragraph (3) of this provision for each participant in the joint venture. (2) If the Offeror indicates “has” in paragraph (p)(1) of this provision, enter the following information: Immediate owner CAGE code: ____. Immediate owner legal name: ____. (Do not use a “doing business as” name) Is the immediate owner owned or controlled by another entity: [ ] Yes or [ ] No. (3) If the Offeror indicates “yes” in paragraph (p)(2) of this provision, indicating that the immediate owner is owned or controlled by another entity, then enter the following information: Highest-level owner CAGE code: ____. Highest-level owner legal name: ____. (Do not use a “doing business as” name) (q) Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law. (1) As required by sections 744 and 745 of Division E of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235), and similar provisions, if contained in subsequent appropriations acts, The Government will not enter into a contract with any corporation that— (i) Has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, where the awarding agency is aware of the unpaid tax liability, unless an agency has considered suspension or debarment of the corporation and made a determination that suspension or debarment is not necessary to protect the interests of the Government; or (ii) Was convicted of a felony criminal violation under any Federal law within the preceding 24 months, where the awarding agency is aware of the conviction, unless an agency has considered suspension or debarment of the corporation and made a determination that this action is not necessary to protect the interests of the Government. (2) The Offeror represents that— (i) It is [ ] is not [ ] a corporation that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability; and (ii) It is [ ] is not [ ] a corporation that was convicted of a felony criminal violation under a Federal law within the preceding 24 months. (r) Predecessor of Offeror. (Applies in all solicitations that include the provision at 52.204-16, Commercial and Government Entity Code Reporting.) (1) The Offeror represents that it [ ] is or [ ] is not a successor to a predecessor that held a Federal contract or grant within the last three years. (2) If the Offeror has indicated “is” in paragraph (r)(1) of this provision, enter the following information for all predecessors that held a Federal contract or grant within the last three years (if more than one predecessor, list in reverse chronological order): Predecessor CAGE code: ____ (or mark “Unknown”). Predecessor legal name: ____. (Do not use a “doing business as” name). (s) Representation regarding compliance with labor laws (Executive Order 13673). If the offeror is a joint venture that is not itself a separate legal entity, each concern participating in the joint venture shall separately comply with the requirements of this provision. (1)(i) For solicitations issued on or after October 25, 2016 through April 24, 2017: The Offeror [ ] does [ ] does not anticipate submitting an offer with an estimated contract value of greater than $50 million. (ii) For solicitations issued after April 24, 2017: The Offeror [ ] does [ ] does not anticipate submitting an offer with an estimated contract value of greater than $500,000. (2) If the Offeror checked “does” in paragraph (s)(1)(i) or (ii) of this provision, the Offeror represents to the best of the Offeror's knowledge and belief [Offeror to check appropriate block]: [ ](i) There has been no administrative merits determination, arbitral award or decision, or civil judgment for any labor law violation(s) rendered against the offeror (see definitions in paragraph (a) of this section) during the period beginning on October 25, 2015 to the date of the offer, or for three years preceding the date of the offer, whichever period is shorter; or [ ](ii) There has been an administrative merits determination, arbitral award or decision, or civil judgment for any labor law violation(s) rendered against the Offeror during the period beginning on October 25, 2015 to the date of the offer, or for three years preceding the date of the offer, whichever period is shorter. (3)(i) If the box at paragraph (s)(2)(ii) of this provision is checked and the Contracting Officer has initiated a responsibility determination and has requested additional information, the Offeror shall provide-- (A) The following information for each disclosed labor law decision in the System for Award Management (SAM) at , unless the information is already current, accurate, and complete in SAM. This information will be publicly available in the Federal Awardee Performance and Integrity Information System (FAPIIS): (1) The labor law violated. (2) The case number, inspection number, charge number, docket number, or other unique identification number. (3) The date rendered. (4) The name of the court, arbitrator(s), agency, board, or commission that rendered the determination or decision; (B) The administrative merits determination, arbitral award or decision, or civil judgment document, to the Contracting Officer, if the Contracting Officer requires it; (C) In SAM, such additional information as the Offeror deems necessary to demonstrate its responsibility, including mitigating factors and remedial measures such as offeror actions taken to address the violations, labor compliance agreements, and other steps taken to achieve compliance with labor laws. Offerors may provide explanatory text and upload documents. This information will not be made public unless the contractor determines that it wants the information to be made public; and (D) The information in paragraphs (s)(3)(i)(A) and (s)(3)(i)(C) of this provision to the Contracting Officer, if the Offeror meets an exception to SAM registration (see FAR 4.1102(a)). (ii)(A) The Contracting Officer will consider all information provided under (s)(3)(i) of this provision as part of making a responsibility determination. (B) A representation that any labor law decision(s) were rendered against the Offeror will not necessarily result in withholding of an award under this solicitation. Failure of the Offeror to furnish a representation or provide such additional information as requested by the Contracting Officer may render the Offeror nonresponsible. (C) The representation in paragraph (s)(2) of this provision is a material representation of fact upon which reliance was placed when making award. If it is later determined that the Offeror knowingly rendered an erroneous representation, in addition to other remedies available to the Government, the Contracting Officer may terminate the contract resulting from this solicitation in accordance with the procedures set forth in FAR 12.403. (4) The Offeror shall provide immediate written notice to the Contracting Officer if at any time prior to contract award the Offeror learns that its representation at paragraph (s)(2) of this provision is no longer accurate. (5) The representation in paragraph (s)(2) of this provision will be public information in the Federal Awardee Performance and Integrity Information System (FAPIIS). Note to paragraph (s): By a court order issued on October 24, 2016, this paragraph (s) is enjoined indefinitely as of the date of the order. The enjoined paragraph will become effective immediately if the court terminates the injunction. At that time, DoD, GSA, and NASA will publish a document in the Federal Register advising the public of the termination of the injunction. (t) Public Disclosure of Greenhouse Gas Emissions and Reduction Goals. Applies in all solicitations that require offerors to register in SAM (52.212-1(k)). (1) This representation shall be completed if the Offeror received $7.5 million or more in contract awards in the prior Federal fiscal year. The representation is optional if the Offeror received less than $7.5 million in Federal contract awards in the prior Federal fiscal year. (2) Representation. [Offeror to check applicable block(s) in paragraph (t)(2)(i) and (ii)]. (i) The Offeror (itself or through its immediate owner or highest-level owner) [ ] does, [ ] does not publicly disclose greenhouse gas emissions, i.e., makes available on a publicly accessible Web site the results of a greenhouse gas inventory, performed in accordance with an accounting standard with publicly available and consistently applied criteria, such as the Greenhouse Gas Protocol Corporate Standard. (ii) The Offeror (itself or through its immediate owner or highest-level owner) [ ] does, [ ] does not publicly disclose a quantitative greenhouse gas emissions reduction goal, i.e., make available on a publicly accessible Web site a target to reduce absolute emissions or emissions intensity by a specific quantity or percentage. (iii) A publicly accessible Web site includes the Offeror’s own Web site or a recognized, third-party greenhouse gas emissions reporting program. (3) If the Offeror checked “does” in paragraphs (t)(2)(i) or (t)(2)(ii) of this provision, respectively, the Offeror shall provide the publicly accessible Web site(s) where greenhouse gas emissions and/or reduction goals are reported:_____.(End of Provision)FAR NumberTitleDate52.252-1SOLICITATION PROVISIONS INCORPORATED BY REFERENCEFEB 199852.204-7SYSTEM FOR AWARD MANAGEMENTOCT 201652.204-16COMMERCIAL AND GOVERNMENT ENTITY CODE REPORTINGJUL 201652.204-17OWNERSHIP OR CONTROL OF OFFERORJUL 201652.217-5EVALUATION OF OPTIONSJUL 199052.223-1BIOBASED PRODUCT CERTIFICATIONMAY 201252.225-5TRADE AGREEMENTSOCT 201652.225-25PROHIBITION ON CONTRACTING WITH ENTITIES ENGAGING IN CERTAIN ACTIVITIES OR TRANSACTIONS RELATING TO IRAN—REPRESENTATION AND CERTIFICATIONSOCT 201552.232-38SUBMISSION OF ELECTRONIC FUNDS TRANSFER INFORMATION WITH OFFERJUL 201352.237-1SITE VISITAPR 1984E.4 52.209-5 CERTIFICATION REGARDING RESPONSIBILITY MATTERS (OCT 2015) (a)(1) The Offeror certifies, to the best of its knowledge and belief, that— (i) The Offeror and/or any of its Principals— (A) Are [ ] are not [ ] presently debarred, suspended, proposed for debarment, or declared ineligible for the award of contracts by any Federal agency; (B) Have [ ] have not [ ], within a three-year period preceding this offer, been convicted of or had a civil judgment rendered against them for: commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (Federal, State, or local) contract or subcontract; violation of Federal or State antitrust statutes relating to the submission of offers; or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, tax evasion, violating Federal criminal tax laws, or receiving stolen property (if offeror checks "have," the offeror shall also see 52.209-7, if included in this solicitation); (C) Are [ ] are not [ ] presently indicted for, or otherwise criminally or civilly charged by a governmental entity with, commission of any of the offenses enumerated in subdivision (a)(1)(i)(B) of this provision; and (D) Have [ ], have not [ ], within a three-year period preceding this offer, been notified of any delinquent Federal taxes in an amount that exceeds $3,500 for which the liability remains unsatisfied. (1) Federal taxes are considered delinquent if both of the following criteria apply: (i) The tax liability is finally determined. The liability is finally determined if it has been assessed. A liability is not finally determined if there is a pending administrative or judicial challenge. In the case of a judicial challenge to the liability, the liability is not finally determined until all judicial appeal rights have been exhausted. (ii) The taxpayer is delinquent in making payment. A taxpayer is delinquent if the taxpayer has failed to pay the tax liability when full payment was due and required. A taxpayer is not delinquent in cases where enforced collection action is precluded. (2) Examples. (i) The taxpayer has received a statutory notice of deficiency, under I.R.C. Sec. 6212, which entitles the taxpayer to seek Tax Court review of a proposed tax deficiency. This is not a delinquent tax because it is not a final tax liability. Should the taxpayer seek Tax Court review, this will not be a final tax liability until the taxpayer has exercised all judicial appeal rights. (ii) The IRS has filed a notice of Federal tax lien with respect to an assessed tax liability, and the taxpayer has been issued a notice under I.R.C. Sec. 6320 entitling the taxpayer to request a hearing with the IRS Office of Appeals contesting the lien filing, and to further appeal to the Tax Court if the IRS determines to sustain the lien filing. In the course of the hearing, the taxpayer is entitled to contest the underlying tax liability because the taxpayer has had no prior opportunity to contest the liability. This is not a delinquent tax because it is not a final tax liability. Should the taxpayer seek tax court review, this will not be a final tax liability until the taxpayer has exercised all judicial appeal rights. (iii) The taxpayer has entered into an installment agreement pursuant to I.R.C. Sec. 6159. The taxpayer is making timely payments and is in full compliance with the agreement terms. The taxpayer is not delinquent because the taxpayer is not currently required to make full payment. (iv) The taxpayer has filed for bankruptcy protection. The taxpayer is not delinquent because enforced collection action is stayed under 11 U.S.C. 362 (the Bankruptcy Code). (ii) The Offeror has [ ] has not [ ], within a 3-year period preceding this offer, had one or more contracts terminated for default by any Federal agency. (2) Principal, for the purposes of this certification, means an officer, director, owner, partner, or a person having primary management or supervisory responsibilities within a business entity (e.g., general manager; plant manager; head of a division or business segment; and similar positions). THIS CERTIFICATION CONCERNS A MATTER WITHIN THE JURISDICTION OF AN AGENCY OF THE UNITED STATES AND THE MAKING OF A FALSE, FICTITIOUS, OR FRAUDULENT CERTIFICATION MAY RENDER THE MAKER SUBJECT TO PROSECUTION UNDER SECTION 1001, TITLE 18, UNITED STATES CODE. (b) The Offeror shall provide immediate written notice to the Contracting Officer if, at any time prior to contract award, the Offeror learns that its certification was erroneous when submitted or has become erroneous by reason of changed circumstances. (c) A certification that any of the items in paragraph (a) of this provision exists will not necessarily result in withholding of an award under this solicitation. However, the certification will be considered in connection with a determination of the Offeror's responsibility. Failure of the Offeror to furnish a certification or provide such additional information as requested by the Contracting Officer may render the Offeror nonresponsible. (d) Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to render, in good faith, the certification required by paragraph (a) of this provision. The knowledge and information of an Offeror is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. (e) The certification in paragraph (a) of this provision is a material representation of fact upon which reliance was placed when making award. If it is later determined that the Offeror knowingly rendered an erroneous certification, in addition to other remedies available to the Government, the Contracting Officer may terminate the contract resulting from this solicitation for default.(End of Provision)E.5 52.203-98 PROHIBITION ON CONTRACTING WITH ENTITIES THAT REQUIRE CERTAIN INTERNAL CONFIDENTIALITY AGREEMENTS—REPRESENTATION (DEVIATION) (FEB 2015) (a) In accordance with section 743 of Division E, Title VII, of the Consolidated and Further Continuing Resolution Appropriations Act, 2015 (Pub. L. 113-235), Government agencies are not permitted to use funds appropriated (or otherwise made available) under that or any other Act for contracts with an entity that requires employees or subcontractors of such entity seeking to report fraud, waste, or abuse to sign internal confidentiality agreements or statements prohibiting or otherwise restricting such employees or contactors from lawfully reporting such waste, fraud, or abuse to a designated investigative or law enforcement representative of a Federal department or agency authorized to receive such information. (b) The prohibition in paragraph (a) of this provision does not contravene requirements applicable to Standard Form 312, Form 4414, or any other form issued by a Federal department or agency governing the nondisclosure of classified information. (c) Representation. By submission of its offer, the Offeror represents that it does not require employees or subcontractors of such entity seeking to report fraud, waste, or abuse to sign internal confidentiality agreements or statements prohibiting or otherwise restricting such employees or subcontractors from lawfully reporting such waste, fraud, or abuse to a designated investigative or law enforcement representative of a Federal department or agency authorized to receive such information.(End of Provision)E.6 52.209-5 REPRESENTATION BY CORPORATIONS REGARDING AN UNPAID TAX LIABILITY OR A FELONY CONVICTION UNDER ANY FEDERAL LAW (DEVIATION)(MAR 2012) (a) In accordance with Division H, sections 8124 and 8125 of P.L. 112-74 and sections 738 and 739 of P.L. 112-55 none of the funds made available by either Act may be used to enter into a contract with any corporation that— (1) Has an unpaid federal tax liability, unless the agency has considered suspension or debarment of the corporation and the Suspension and Debarment Official has made a determination that this action is not necessary to protect the interests of the Government. (2) Has a felony criminal violation under any Federal or State law within the preceding 24 months, unless the agency has considered suspension or debarment of the corporation and Suspension and Debarment Official has made a determination that this action is not necessary to protect the interests of the Government. (b) The Offeror represents that— (1) The offeror does [ ] does not [ ] have any unpaid Federal tax liability that has been assessed and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability. (2) The offeror, its officers or agents acting on its behalf have [ ] have not [ ] been convicted of a felony criminal violation under a Federal or State law within the preceding 24 months.(End of Provision)E.7 52.209-7 INFORMATION REGARDING RESPONSIBILITY MATTERS (JUL 2013) (a) Definitions. As used in this provision— "Administrative proceeding" means a non-judicial process that is adjudicatory in nature in order to make a determination of fault or liability (e.g., Securities and Exchange Commission Administrative Proceedings, Civilian Board of Contract Appeals Proceedings, and Armed Services Board of Contract Appeals Proceedings). This includes administrative proceedings at the Federal and State level but only in connection with performance of a Federal contract or grant. It does not include agency actions such as contract audits, site visits, corrective plans, or inspection of deliverables. "Federal contracts and grants with total value greater than $10,000,000" means— (1) The total value of all current, active contracts and grants, including all priced options; and (2) The total value of all current, active orders including all priced options under indefinite-delivery, indefinite-quantity, 8(a), or requirements contracts (including task and delivery and multiple-award Schedules). "Principal" means an officer, director, owner, partner, or a person having primary management or supervisory responsibilities within a business entity (e.g., general manager; plant manager; head of a division or business segment; and similar positions). (b) The offeror [ ] has [ ] does not have current active Federal contracts and grants with total value greater than $10,000,000. (c) If the offeror checked "has" in paragraph (b) of this provision, the offeror represents, by submission of this offer, that the information it has entered in the Federal Awardee Performance and Integrity Information System (FAPIIS) is current, accurate, and complete as of the date of submission of this offer with regard to the following information: (1) Whether the offeror, and/or any of its principals, has or has not, within the last five years, in connection with the award to or performance by the offeror of a Federal contract or grant, been the subject of a proceeding, at the Federal or State level that resulted in any of the following dispositions: (i) In a criminal proceeding, a conviction. (ii) In a civil proceeding, a finding of fault and liability that results in the payment of a monetary fine, penalty, reimbursement, restitution, or damages of $5,000 or more. (iii) In an administrative proceeding, a finding of fault and liability that results in— (A) The payment of a monetary fine or penalty of $5,000 or more; or (B) The payment of a reimbursement, restitution, or damages in excess of $100,000. (iv) In a criminal, civil, or administrative proceeding, a disposition of the matter by consent or compromise with an acknowledgment of fault by the Contractor if the proceeding could have led to any of the outcomes specified in paragraphs (c)(1)(i), (c)(1)(ii), or (c)(1)(iii) of this provision. (2) If the offeror has been involved in the last five years in any of the occurrences listed in (c)(1) of this provision, whether the offeror has provided the requested information with regard to each occurrence. (d) The offeror shall post the information in paragraphs (c)(1)(i) through (c)(1)(iv) of this provision in FAPIIS as required through maintaining an active registration in the System for Award Management database via (see 52.204-7).(End of Provision)E.8 52.216-1 TYPE OF CONTRACT (APR 1984) The Government contemplates award of a Firm-Fixed-Price, Requirements contract resulting from this solicitation.(End of Provision)E.9 52.233-2 SERVICE OF PROTEST (SEP 2006) Protests, as defined in section 33.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the Government Accountability Office (GAO), shall be served on the Contracting Officer (addressed as follows) by obtaining written and dated acknowledgment of receipt from: Company Name: Company Address: Hand-Carried Address: Anthony Q. Hawley, Contracting Officer Department of Veterans Affairs (VA) National Cemetery Administration (NCA) 75 Barrett Heights Road, Suite 309 Stafford, VA 22556 Mailing Address: Anthony Q. Hawley, Contracting Officer Department of Veterans Affairs (VA) National Cemetery Administration (NCA) 75 Barrett Heights Road, Suite 309 Stafford, VA 22556 (b) The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO.(End of Provision)E.10 VAAR 852.233-70 PROTEST CONTENT/ALTERNATIVE DISPUTE RESOLUTION (JAN 2008) (a) Any protest filed by an interested party shall: (1) Include the name, address, fax number, and telephone number of the protester; (2) Identify the solicitation and/or contract number; (3) Include an original signed by the protester or the protester's representative and at least one copy; (4) Set forth a detailed statement of the legal and factual grounds of the protest, including a description of resulting prejudice to the protester, and provide copies of relevant documents; (5) Specifically request a ruling of the individual upon whom the protest is served; (6) State the form of relief requested; and (7) Provide all information establishing the timeliness of the protest. (b) Failure to comply with the above may result in dismissal of the protest without further consideration. (c) Bidders/offerors and contracting officers are encouraged to use alternative dispute resolution (ADR) procedures to resolve protests at any stage in the protest process. If ADR is used, the Department of Veterans Affairs will not furnish any documentation in an ADR proceeding beyond what is allowed by the Federal Acquisition Regulation.(End of Provision) PLEASE NOTE: The correct mailing information for filing alternate protests is as follows:Deputy Assistant Secretary for Acquisition and Logistics,Risk Management Team, Department of Veterans Affairs810 Vermont Avenue, N.W.Washington, DC 20420 Or for solicitations issued by the Office of Construction and Facilities Management:Director, Office of Construction and Facilities Management811 Vermont Avenue, N.W.Washington, DC 20420E.11 VAAR 852.270-1 REPRESENTATIVES OF CONTRACTING OFFICERS (JAN 2008) The contracting officer reserves the right to designate representatives to act for him/her in furnishing technical guidance and advice or generally monitor the work to be performed under this contract. Such designation will be in writing and will define the scope and limitation of the designee's authority. A copy of the designation shall be furnished to the contractor.(End of Provision) ................
................

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

Google Online Preview   Download