Www.vendorportal.ecms.va.gov



5. PROJECT NO.CODE7. ADMINISTERED BY2. AMENDMENT/MODIFICATION NO.CODE6. ISSUED BY8. NAME AND ADDRESS OF CONTRACTOR4. REQUISITION/PURCHASE REQ. NO.3. EFFECTIVE DATE9A. AMENDMENT OF SOLICITATION NO.9B. DATEDPAGEOF PAGES10A. MODIFICATION OF CONTRACT/ORDER NO.10B. DATEDBPA NO.1. CONTRACT ID CODEFACILITY CODECODE Offers must acknowledge receipt of this amendment prior to the hour and date specified in the solicitation or as amended, by one of the following methods:The above numbered solicitation is amended as set forth in Item 14. The hour and date specified for receipt of OffersE. IMPORTANT:is extended, (a) By completing Items 8 and 15, and returning __________ copies of the amendment; (b) By acknowledging receipt of this amendment on each copy of the offer submitted; or (c) By separate letter or telegram which includes a reference to the solicitation and amendment numbers. FAILURE OF YOUR AC- KNOWLEDGMENT TO BE RECEIVED AT THE PLACE DESIGNATED FOR THE RECEIPT OF OFFERS PRIOR TO THE HOUR AND DATE SPECIFIED MAYis not extended.12. ACCOUNTING AND APPROPRIATION DATA(REV. 10-83)is required to sign this document and return ___________ copies to the issuing office.is not,A. THIS CHANGE ORDER IS ISSUED PURSUANT TO: (Specify authority) THE CHANGES SET FORTH IN ITEM 14 ARE MADE IN THE CONTRACT ORDER NO. IN ITEM 10A.15C. DATE SIGNEDB. THE ABOVE NUMBERED CONTRACT/ORDER IS MODIFIED TO REFLECT THE ADMINISTRATIVE CHANGESSET FORTH IN ITEM 14, PURSUANT TO THE AUTHORITY OF FAR 43.103(b). RESULT IN REJECTION OF YOUR OFFER. If by virtue of this amendment you desire to change an offer already submitted, such change may be made by telegram or letter, provided each telegram or letter makes reference to the solicitation and this amendment, and is received prior to the opening hour and date specified.C. THIS SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO AUTHORITY OF:D. OTHERBYContractor16C. DATE SIGNED14. DESCRIPTION OF AMENDMENT/MODIFICATION16B. UNITED STATES OF AMERICAExcept as provided herein, all terms and conditions of the document referenced in Item 9A or 10A, as heretofore changed, remains unchanged and in full force and effect.15A. NAME AND TITLE OF SIGNER16A. NAME AND TITLE OF CONTRACTING OFFICER15B. CONTRACTOR/OFFERORSTANDARD FORM 30NSN 7540-01-152-8070PREVIOUS EDITION NOT USABLEPrescribed by GSA - FAR (48 CFR) 53.243(Type or print)(Type or print)(Organized by UCF section headings, including solicitation/contract subject matter where feasible.)(No., street, county, State and ZIP Code)(If other than Item 6)(Specify type of modification and authority)(such as changes in paying office, appropriation date, etc.)(If required)(If applicable)(SEE ITEM 11)(SEE ITEM 13)(X)(X)13. THIS ITEM APPLIES ONLY TO MODIFICATIONS OF CONTRACTS/ORDERS,IT MODIFIES THE CONTRACT/ORDER NO. AS DESCRIBED IN ITEM 14.11. THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONSAMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT(Signature of person authorized to sign)(Signature of Contracting Officer) 1A0000443C1Department of Veterans AffairsNCA Contracting Service75 Barrett Heights Rd. Suite 309Stafford VA 2255643C1Department of Veterans AffairsNCA Contracting Service75 Barrett Heights Rd. Suite 309Stafford VA 22556To all Offerors/BiddersVA786-14-R-034812-19-2014XX11/15/2015 2:00 p.m. EasternThe above referenced solicitation is hereby amended as follows:Replace Schedule of Prices and Statement of Work (SOW) with the attached revised Schedule of Prices and SOW.(SEE ATTACHED)Offer closing date is hereby extended to 1/15/2015 2:00 p.m. Eastern.All other terms and conditions remain unchanged.B.2 Price/Cost ScheduleTHE SCHEDULE OF SUPPLIES AND/OR SERVICESContractor shall furnish all equipment, parts, materials, labor and supervision necessary for turf mowing, trimming, edging services at Crown Hill National Cemetery, and total grounds maintenance service at Marion National Cemetery . Contract period shall consist of a base period from date of award through September 30, 2014, with 4 (Option Years) if exercised. Units and services to be in accordance with Performance Work Statement, Technical Specifications and conditions contained in this solicitation.Base Period: Date of Award through September 30, 2015CLINOperationEst.QuantityUnitUnit CostTotal Cost0001Marion mowing38EA$$ 0002Marion trimming38EA$$0003Marion edging curb and sidewalk38EA$$0004Marion snow and ice removal8EA$$ 0005Marion leaf collection/mulch and removal10EA$$0006Marion over seed/slit application1JB$$0007Marion headstone and marker cleaning (10,689 each)2 JB$$0008Marion core aeration (approx. 48.9 acres)1JB$$0009Marion daily janitorial 260EA$$0010Marion road sweeping and cleaning (end of each work day) 260EA$$0011Marion pressure wash sidewalks/committal shelter and clean signage . 1JB$$0012Marion sod first and second interment gravesites41 5EA$$ 0013Crown Hill mowing36EA$$0014Crown Hill trimming36EA$$0015Crown Hill renovate sunken graves fill/seed/sod5EA$$0016Crown Hill headstone & marker cleaning (2,043 each)2JB$$0017Crown Hill aeration (approx.. 2.5 acres)1JB$$0018Crown Hill over seed/slit application1 JB$$Estimated Total Price Base Period$Option Period 1: October 1, 2015 through September 30, 2016CLINOperationEst.QuantityUnitUnit CostTotal Cost1001Marion mowing38EA$$ 1002Marion trimming38EA$$1003Marion edging curb and sidewalk38EA$$1004Marion snow and ice removal8EA$$ 1005Marion leaf collection/mulch and removal10EA$$1006Marion over seed/slit application1JB$$1007Marion headstone and marker cleaning (10,689 each)2 JB$$1008Marion core aeration (approx.. 48.9 acres)1JB$$1009Marion janitorial 260EA$$1010Marion road sweeping and cleaning (end of each work day) 260EA$$1011Marion pressure wash sidewalks/committal shelter and clean signage . 1JB$$1012Marion sod first and second interment gravesites41 5EA$$ 1013Crown Hill mowing36EA$$1014Crown Hill trimming36EA$$1015Crown Hill renovate sunken graves fill/seed/sod5EA$$1016Crown Hill headstone & marker cleaning (2,043 each)2JB$$1017Crown Hill aeration (approx.. 2.5 acres)1JB$$1018Crown Hill over seed/slit application1JB$$Estimated Total Price Option 1 Period$Option Period 2: October 1, 2016 through September 30, 2017CLINOperationEst.QuantityUnitUnit CostTotal Cost2001Marion mowing38EA$$ 2002Marion trimming38EA$$2003Marion edging curb and sidewalk38EA$$2004Marion snow and ice removal8EA$$ 2005Marion leaf collection/mulch and removal10EA$$2006Marion over seed/slit application1JB$$2007Marion headstone and marker cleaning (10,689 each)2 JB$$2008Marion core aeration (approx.. 48.9 acres)1JB$$2009Marion janitorial 260EA$$2010Marion road sweeping and cleaning (end of each work day) 260EA$$2011Marion pressure wash sidewalks/committal shelter and clean signage . 1JB$$2012Marion sod first and second interment gravesites41 5EA$$ 2013Crown Hill mowing36EA$$2014Crown Hill trimming36EA$$2015Crown Hill renovate sunken graves fill/seed/sod5EA$$2016Crown Hill headstone & marker cleaning (2,043 each)2JB$$2017Crown Hill aeration (approx.. 2.5 acres)1JB$$2018Crown Hill over seed/slit application1JB$$Estimated Total Price Option 2 Period$Option Period 3: October 1, 2017 through September 30, 2018CLINOperationEst.QuantityUnitUnit CostTotal Cost3001Marion mowing38EA$$ 3002Marion trimming38EA$$3003Marion edging curb and sidewalk38EA$$3004Marion snow and ice removal8EA$$ 3005Marion leaf collection/mulch and removal10EA$$3006Marion turf maintenance/over seed/slit application1JB$$3007Marion headstone and marker cleaning (10,689 each)2 JB$$3008Marion core aeration (approx.. 48.9 acres)1JB$$3009Marion janitorial 260EA$$3010Marion road sweeping and cleaning (end of each work day) 260EA$$3011Marion pressure wash sidewalks/committal shelter and clean signage . 1JB$$3012Marion sod first and second interment gravesites41 5EA$$ 3013Crown Hill mowing36EA$$3014Crown Hill trimming36EA$$3015Crown Hill renovate sunken graves fill/seed/sod5EA$$3016Crown Hill headstone & marker cleaning (2,043 each)2JB$$3017Crown Hill aeration (approx.. 2.5 acres)1JB$$3018Crown Hill over seed/slit application1JB$$Estimated Total Price Option 3 Period$Option Period 4: October 1, 2018 through September 30, 2019CLINOperationEst.QuantityUnitUnit CostTotal Cost4001Marion mowing38EA$$ 4002Marion trimming38EA$$4003Marion edging curb and sidewalk38EA$$4004Marion snow and ice removal8EA$$ 4005Marion leaf collection/mulch and removal10EA$$4006Marion turf maintenance/over seed/slit application1JB$$4007Marion headstone and marker cleaning (10,689 each)2 JB$$4008Marion core aeration (approx.. 48.9 acres)1JB$$4009Marion janitorial 260EA$$4010Marion road sweeping and cleaning (end of each work day) 260EA$$4011Marion pressure wash sidewalks/committal shelter and clean signage . 1JB$$4012Marion sod first and second interment gravesites41 5EA$$ 4013Crown Hill mowing36EA$$4014Crown Hill trimming36EA$$4015Crown Hill renovate sunken graves fill/seed/sod5EA$$4016Crown Hill headstone & marker cleaning (2,043 each)2JB$$4017Crown Hill aeration (approx.. 2.5 acres)1JB$$4018Crown Hill over seed/slit application1JB$$Estimated Total Price Option 4 Period$Total-Base Period:Total-Option Year OneTotal-Option Year TwoTotal-Option Year ThreeTotal-Option Year FourContract Total, all 5 years:Performance and payment bond price(do not buy bond)$________________B.3 DESCRIPTION/SPECIFICATIONS/WORK STATEMENTB.3.1 GENERAL INFORMATIONThis contract is for cemetery turf mowing, trimming, and edging and other services listed in B.2 Price/Cost Schedule at, Crown Hill National Cemetery, hereafter referred to as "Cemetery."National cemeteries are a resting place for our Nation's heroes and, as such, the standards for management, maintenance, and appearance of these cemeteries have been established by the National Cemetery Administration to reflect this nation's concern and respect for those interred there. Contractor shall plan, coordinate, organize, manage, and perform the activities described herein, which are required to maintain an acceptable appearance of the cemetery grounds.Work called for under the contract includes Grounds Maintenance Services, all of which are defined later in this document.PLACE OF PERFORMANCE:Location and size of the cemetery are as follows:CEMETERY ADDRESSCrown Hill National Cemetery700 West 38th StreetIndianapolis, IN 46208ACREAGE 2.5CONTRACTOR SERVICESThe contractor shall provide the vehicles, equipment, tools, materials, services, and quality control as needed to accomplish the specified work for this contract. Further, the contractor shall provide the staff, supervision, technical support, and personnel to accomplish the work under this contract. The contractor shall demonstrate a clear understanding of, and sensitivity to, such environmental issues as ground water contamination and wetlands, and shall be consistently and fully compliant with all applicable Federal, State and City laws, ordinances, and regulations.GENERAL REQUIREMENTS AND STATEMENT OF WORKThe Contractor shall furnish all labor, supervision, professional expertise, equipment, to sufficiently meet the requirements to maintain a healthy and aesthetic grounds appearance in accordance with Contract Specifications and the Statement of Work (SOW) for work activities including 001 Mowing, 002 Trimming Uprights, 003 Curb and Sidewalk Edging. All activities shall be performed in accordance with all applicable Federal, State, and City laws, ordinances and regulations including, but not limited to OSHA standards. Any damage to turf, landscaping, sprinkler heads, infrastructure, headstone markers by the Contractor shall be repaired or replaced at Contractor's expense, as directed by the COR .GROUNDS MAINTENANCE SERVICE PRIORITIESAll turf grass mowing, turf grass trimming, and edging work under this contract shall meet "Priority I" conditions as herein described: Priority I - Condition similar to a high quality residential lawn under contract professional lawn care maintenance.Priority 1 Areas:BURIAL AREAS: All burial sections of established turf with occupied gravesites including columbarium areas. All developed land, including turf, walks, beds, planter beds, drainage ditches, and tree/shrubs within and directly surrounding the burial areas.B. SPECIALTY AREAS: High visibility areas, specifically: All Developed Land, including (but not all inclusive) turf, walks, beds, planter beds, drainage ditches, tree/shrub, roads, and plazas within and directly surrounding the specialty areas. C. NONBURIAL AREAS: Unoccupied burial sections including areas in front of and between these sections.B.3.4.2 MOWING PRIORITY 1 AREAS The Contractor shall begin mowing at start of contract when directed by the COR and continue throughout entire growing season with the final mowing occurring as seasonal growth has ceased in the fall as directed by the COR Turf areas consist of mixtures and blends of cool-season turf grasses (Kentucky bluegrass , perennial ryegrass , and fescues). The Contractor shall meet the proper maintenance requirements of all varieties of grasses. Subsequent mowing of the turf grass areas shall occur at a mowing height of 3.5 inches. At no time shall more than one and a half inches (1 .5) of new growth be removed at any single mowing. If any mowing event results in clumps of grass clippings lying on the turf grass, the Contractor shall remove or disperse those clippings so that the clumps are no longer visible. Any clippings deposited on roadways or other non-turf grass areas shall be removed the same day as the mowing event that produced them. Any clippings deposited on headstones, flat markers, monuments, sidewalks, or at public visitor areas such as the Committal Shelter areas shall be removed at same time mowing work is occurring. Contractor shall be familiar with and utilize different mowing patterns. Changing direction and patterns reduces turf wear providing a cleaner cut. Contractor shall clean all mowing and trimming equipment before unloading at the cemetery. This shall minimize the possibilities of weed contaminates to cemetery turf from outside mowing areas. The Contractor shall take the utmost care not to damage headstones, markers, floral or commemorative items, structures, survey monuments, irrigation equipment, while performing mowing services. The Contractor shall remove and replace all floral or commemorative items to their proper place while performing mowing services. The Contractor shall repair or replace all damaged items caused by the Contractor at no additional cost to the cemetery as directed by the COR. Newly seeded or sodded areas shall be present at all newly buried gravesites, second interment gravesites, and repaired gravesite locations-these newly seeded or sodded areas shall be hand mowed until it is fully established to the point where it won't be damaged by riding mowers. All mowing around trees shall be accomplished in a manner that prevents "ringing pattern" around the tree and associated damage to turf. In all areas, vary mower wheel width patterns and mowing patterns after each mowing to prevent and avoid wheel rutting from occurring.B.3.5 TRIMMING UPRIGHT HEADSTONES The Contractor shall trim all standard turf grass areas that cannot be maintained by traditional mowing equipment. Trimming shall be accomplished with hand held devices that shall cut the grass at the same 3.5 inch height as the mowed areas. The frequency shall be determined by the COR and the Contractor shall be compensated on a per operation cost basis. Trimming shall occur around all individual upright headstones and flat granite markers, as well as at all other locations of grass area edges that cannot be maintained at 3.5 inch height through use of mowing equipment. Utilize string-line trimmers around all upright headstones. Contractor shall avoid contact with headstones, markers, monuments, building walls, trees, shrubs, flowers, any other desirable plant materials, or any other structure that can be damaged by contact with the trimming device's cutting instrument. All clippings resulting from the trimming operation shall be kept on mowed turf grass areas only. Any clippings deposited on headstones, flat markers, monument s, sidewalks, or at public visitor areas such as the Administration Building or Committal Shelter areas shall be removed at same time trimming work is occurring.B.3.6 REFILLING SUNKEN GRAVESAll work performed under this section is subject to the General Requirements and Contract Documents which form a part of these specifications, and the Contractor shall be responsible for and governed by all requirements. Work consists of refilling sunken graves with a good quality top soil to match existing adjacent graves. Approximately up to 25 graves per year may require repair at Marion and Crown Hill Cemetery. Any undesirable materials such as rocks shall be raked out. The Contractor shall be responsible for identifying sunken graves and renovating the gravesite. Contractor shall submit a list of gravesites that need back filling to COR. After COR has approved the list, Contractor shall complete prescribed work. In addition, the COR will provide the Contractor with a listing of the gravesites to be refilled, when needed. The Contractor shall provide a monthly listing of the number of gravesites renovated (grave number) to the COR. (Because of the age of the graves, it is doubtful there will be many graves that sink.)General RequirementsA sunken grave is defined as any gravesite that has receded three inches or more from the existing adjacent grave. Standard graves dug and backfilled are approximately three feet wide and approximately eight feet long. Holes or depressions three inches or more in depth shall be classified as sunken graves, even if the entire grave has not receded.Refilling sunken graves shall be accomplished year round.Additionally, sunken graves identified by the COR as those in need of special attention will be refilled within l 0 days of soil suitable to sustain turf will be used to refill graves.ProceduresSunken graves shall be filled with approved select backfill and tamped within two (2) inches of established grade. Topsoil shall be added to bring the gravesite to established grade. The disturbed area shall then be raked free of stones and debris. The area shall then be seeded or sodded as specified. (See Lawn Maintenance: Seeding, Section 4 .1.)There will be no tire tracks in dirt.B.3.7 HEADSTONE MAINTENANCE AND CLEANINGAll work performed under this section is subject to the General Requirements and Contract Documents forming a part of these specifications, and the Contractor shall be responsible for and governed by all requirements thereunder.Work consists of cleaning all headstones and markers to remove objectionable material and discoloration such as accumulations of bird dropping or mud, moss, grass stains, residue from trees, fungus, and so forth. Approximately 12,732 headstones/markers shall require cleaning every six months, or as needed.General Requirements77590657357745007755890832675500All headstones shall be cleaned semi-annually. Headstones shall be cleaned two weeks prior to Memorial Day. Individual headstones shall be cleaned as necessary throughout the year as specified by the COR. The Contractor shall furnish a monthly list identifying gravesite numbers indicating completion. The natural surfaces shall be retained. They shall not be painted, white washed, or calcimined.ProcedurePressure wash with water (pressure shall be not greater than 600 psi ), spray with D/2 Biological Solutions, 100% (using hand sprayer), and leave on headstone , i.e., do not rinse. For hard to clean stones use water and a stiff brush, then spray D/2 on the stone. Wire brushes, abrasives cleaners, and bleach shall not be used.Care shall be taken to protect the turf area from the damage. Any turf damaged by the Contractor shall be restored at Contractor's cost.B.3.8 CORE AERATIONExtract from soil, and deposit on soil surface, cores of soil – on four to five inch (10.16 cm to 12.70 cm) centers – throughout entire area of work. Turf will be aerated using a hollow tine aerator to a depth of 4 to 6 inches (10.16 cm to 15.24 centimeters) in September. The COR will coordinate with the Contractor on the exact date the core aeration will begin. Further specifications:Equipment shall uniformly apply the coring process throughout the work areas, including directly adjacent to all structures and headstones. However, core aeration between headstones within the same headstone row is not required. Equipment selection and/or modification will be determined by the COR so that this uniformity is assured. Walk-behind aerators shall be required."Safe Application" procedures shall be utilized and "Records" shall be provided (see Definitions, below).Anticipated assigned application time will be September.Timeliness: Work must be completed within the timeframes agreed upon between the COR and contractor.Satisfactory work shall be accomplished according to industry standards with 100 percent uniform application of the coring process throughout all work areas. Poor workmanship (i.e., noticeable gaps in the extraction and deposit of soil cores) – if determined by the COR to be a failure of Contractor's application methods shall give the CO cause to:Consider monetary compensation and/orConsider not exercising of contract option year(s).B.3.9 SEEDING/OVERSEEDINGWork consists of seed bed preparation, and seeding of areas of the cemetery where turf has been disturbed or has died, as per NCA Turf Maintenance Handbook.MaterialsAll materials shall conform to those specified in the NCA Turf Maintenance Handbook.Specified materials shall be applied in amounts and methods stipulated in NCA Turf Maintenance Handbook.Delivery tickets, indicating date, weight, analysis and vendor's name, etc., shall be submitted to the COR, in the month of application.Grass seed shall be of a fresh new crop seed complying with purity and germination requirements stipulated in NCA Turf Maintenance Handbook for cool season grasses.Mulch, such as weed-free straw or hydro mulch. S-1 50 Weed free straw matting or its equivalent is specified for individual gravesites.Lime shall be ground or pellet limestone composed predominately of calcium carbonate with not less than 1% magnesium in compliance with the State of Indiana Agricultural Standards.Starter fertilizer – as per NCA Turf Maintenance Handbook. Application is done as per N CA Turf Maintenance Handbook.Soil PreparationAn area that is to be seeded shall have a minimum of two inches of topsoil placed on it and be prepared for seeding by bringing ground surface to adjacent graves (with allowance for sod thickness , where applicable) free of sticks, stones or other foreign material over one inch in any dimension. Surface to conform to finish grade and be of uniform firm texture.Fertilizer – Type and dosage shall be as determined by soil test, and per NCA Turf Maintenance Handbook. Fertilizer shall be spread with approved equipment and at the required rate over the areas to be seeded.Seed ApplicationAll areas to be over-seeded per NCA Turf Maintenance Handbook.Seed shall be spread at the rate prescribed by NCA Turf Maintenance Handbook. Seed shall also be uniformly distributed by a hand, broadcast drill, hydro-spreader or cyclone spreader, or other approved methods.Seeding shall take place as per NCA Turf Maintenance Handbook.Approval of the COR, Marion National Cemetery, will be required prior to over seeding and/ or slit seeding.MulchingAll newly-seeded areas shall be covered with mulch or a suitable substitute in a neat manner.B.3.10 WORKING CONDITIONSWork called for under this contract will be performed primarily out-of-doors and personnel performing such work will be exposed to wind, sun, cold, dampness, fog, and rain. These conditions, may, at times, be extreme. The Contractor shall take all precautions necessary to protect personnel employed under the contract from the elements to the maximum practicable extent. The Government expects the Contractor shall perform throughout all weather conditions and to apply additional labor and equipment as needed to meet deadlines. Due to the sensitive mission of the cemetery, the work could occasionally come in contact with grieving individuals. Contractor personnel shall exercise and exhibit absolute decorum, composure and stability at all times.The Contractor shall phase all work in such a manner as not to impact on or interfere with cemetery operations. Contractor shall cease work within 100 yards of any committal service in progress while performing under the contract. Contractor and Contractor's employees shall cease work upon arrival of the funeral party at the committal shelter and shall not start back to work until the funeral service is completed while performing under the contract. The COR may direct and arrange the Contractor’s performance in specific areas of the cemetery to coordinate with the cemetery’s mowing operations and/or committal services. Loud, boisterous, or inappropriate behavior within earshot or sight of a committal may be grounds for termination at the Government’s discretion.B.3.10.1 NORMAL WORKING HOURS:Normal working hours are 8:00 am - 4:30 pm Eastern Time, Monday through Friday. Working hours under this contract are only negotiable with the written approval of the COR. However , the Contractor shall work whenever necessary to meet the Cemetery needs, including Holidays and weekends, provided that these work hours have been approved by the COR . All work commenced during normal hours of operations that extends beyond those hours shall be completed before the contractor shuts down for the day, at no additional cost to the Government.B.3.10.2 COOPERATION WITH OTHER CONTRACTORS:The Government may undertake or award other contracts for additional work at or near the site of performance under this contract. The Contractor shall fully cooperate with other Contractors and with Cemetery personnel, and shall carefully adopt scheduling and performance of the work, heeding any COR direction. The Contractor shall participate in regular meetings with other Contractor and Cemetery personnel to coordinate contract work schedules and contract related information.B.3.10.3 EQUIPMENT OPERATIONS:The Contractor shall not operate motorized equipment or other mechanical devices that may make noise within 100 yards of ongoing interment services or other public ceremonies/services. Coordinate work activities with COR to meet this requirement.B.3.10.4 CONTRACTOR KEY PERSONNEL:The Contractor Foreman is solely responsible for staying abreast of all upcoming events at the Cemetery. A list of scheduled funerals will be provided the day prior to the service. A list of scheduled ceremonies will be provided the week prior to the event. The COR may direct the Contractor to redirect Contractor personnel away from funeral services or events, or may direct Contractor personnel to move from the vicinity of funeral services or events in a timely manner.B.3.10.5 SITE CLEAN UP:At the end of each workday, unless otherwise directed by the COR, the Contractor shall remove all trash and debris resulting from work and dispose of such in Contractor-furnished dumpsters that are emptied weekly at off-site licensed landfills. Rubbish and trash generated by the Contractor shall be kept clear of vehicular and pedestrian traffic throughout the site. Adequate warning devices, barricades, guards, flagmen, or other necessary precautions shall be taken by the Contractor to give advice and reasonable protection, safety, and warnings to persons and vehicular traffic within the area.B.3.10.6 CONTRACTOR VEHICLES/TRACTORS:No heavy-duty vehicles or tractors shall be permitted to drive on turf without prior written permission from the COR. The Contractor shall be responsible for repair or replacing any turf damage caused by the Contractor's wheeled or tracked vehicles or equipment as determined by the COR.B.3.10.7 DAMAGE TO GOVERNMENT PROPERTY:The Contractor shall be responsible to repair, replace, or reimburse the Government for property damage as a result of Contractor personnel, vehicle, or equipment and materials. Government property includes, but is not limited to the standard structures and equipment, such as sprinkler heads, irrigation equipment, headstones, monuments, trees, beds, planters, turf (i.e., wounded trees or scalped turf), all of which shall be replaced or repaired at no additional cost to the Government.B.3.11 NOTIFICATIONS TO THE CONTRACTOR AFTER NORMAL HOURS: B.3.11.1 POINT OF CONTACTThe Contractor shall establish and maintain a point-of -contact to receive emergency notifications and after hours requests from the COR. The point of contact or after hours operation shall be available on a 24-hour basis during weekends, Federal Holidays, and after the Contractor's normal hours of operation.B.3.11.2 EMERGENCY REQUESTSEmergency requests shall be responded to within one hour and corrective action taken as expeditiously as circumstances allow. An emergency request warrants more rapid than routine response in rendering the situation to a safe or secure condition.B.3.12 CONDUCT OF CONTRACTOR PERSONNEL:The Contractor personnel shall be required to adhere to the following standards of dress, conduct, and training, while performing work at the Cemetery. It shall be the COR's discretion to implement immediate removal of Contractor personnel from the cemetery grounds if these standards are not adhered to during contract performance. The Contractor shall be responsible for training and safety precautions, prescribed by OSHA standards regarding safety equipment and devices. The Contractor shall immediately administer any disciplinary or corrective action as required.B.3.12.1 Contractor personnel shall be fully clothed at all times, to include an upper garment to cover the body from the waist to neck and long pants or slacks. Garments that have a message, slogan or printing of any kind other than the contractor's business attire is prohibited. If caps or hats are worn, they must be free of any questionable message or design. Other clothing, in question, shall require the COR written approval. The Contractor personnel shall not engage in loud or boisterous behavior; shall not use profane or abusive language, nor play radios and/or electronic games/devices; shall not smoke or chew all tobacco products at designated work areas during the performance of the contract. Due to the sensitive mission of the cemetery, the contractor and its employees shall come in daily contact with grieving individuals. Therefore, the contractor shall at all times exercise and exhibit absolute decorum, courtesy and respect while within the cemetery or at/or around the perimeter or entrances. Gratuities of any kind are strictly prohibited.B.3.12.2 The Contractor personnel shall not: (1) lean, sit on or against headstones markers or monuments; (2) sleep or otherwise lay, rest, or be idle in a manner that reflects unfavorably on the Government or the Contractor; (3) perform work of any nature on privately-owned vehicles/equipment, within the cemetery's confines, to include the washing of vehicles/equipment.B.3.12.3 Food and beverages shall be consumed only within areas designated by the COR. Use or sale of intoxicating beverages and/or drugs is strictly prohibited. The Contractor personnel shall follow the Cemetery Smoking Policy that is available at the Cemetery's Administration Building.B.3.12.4 The Cemetery shall provide to the Contractor personnel restroom facilities at areas designated by the COR. Breaks and lunch periods shall be taken at areas designated by the COR, not in the field. B.3.12.5 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. B.3.12.6 Contractors shall not walk, stand, lean, sit or jump on headstones or markers. Nor can they drive over them.No tools, equipment or other items shall be placed or leaned on headstones or markers. B.3.12.7 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 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.B.3.12.8 The Contractor is required to discuss this guidance with the Contractor employees and have each employee sign a statement of compliance and deliver the signed statement to the COR before work may begin.Any misconduct listed above shall be immediate cause for removal from the Cemetery premises.B.3.13 CONTRACTOR-FURNISHED ITEMS:The Contractor shall furnish all tools, equipment, and materials required for the performance of this contract. Items of equipment, materials necessary to perform work as required under this contract shall be furnished , maintained and operated by the Contractor, and shall be consistent and fully compliant with all Federal , State, County, City, laws, ordinances and regulations , ensuring all motor vehicles meet State inspection, registration, and insurance requirements.B.3.13.1 Materials and supplies stored and provided by the Contractor shall be consistent and fully compliant with all Federal, State, County, and City laws, ordinances and regulations. The Contractor shall not store fuel on Cemetery property. The Contractor shall provide to the Government all labels and MSDS information for stored materials and supplies on Cemetery property used in the performance of the contract.B.3.14 The Contractor shall be aware of the requirements needed to perform all work under the contract. If the Contractor's workforce is unionized, the Contractor shall ensure that the Union contract between his employees has a no strike clause to ensure continuance of all work routinely performed under the contract.B.3.15 SAFETY:Matters related to safety, and any Contractor's actions, shall meet all safety requirements of Crown Hill National Cemetery's Safety Officer, Department of Veterans Affairs, OSHA, and the State of Indiana. The Contractor is responsible for being familiarized and kept abreast of all safety requirements.B.3.16 GOVERNMENT-FURNISHED ITEMS/STORAGE FACILITIESB.3.16.1 The Government will provide maps, drawings, and minimal technical support.B.3.16.2 The Government will provide, in an as-is condition, limited storage area, electricity, and water, if available, at the designated work sites and storage areas to be used solely to meet the contract requirements.B.3.16.3 The Contractor shall assume responsibility and accountability of the facility provided for its use and shall take adequate precautions to prevent hazardous product spills, fire hazards, odors, and unsanitary conditions and shall be consistent and fully compliant with all applicable Federal, State, County, and City law, ordinances and regulations. The Contractor shall obtain the COR's written approval before making any modifications or alterations to the facility. Any such modifications or alterations approved by the COR shall be at the Contractor's expenses.B.3.16.4 At completion of the contract, the facility shall be returned to the Government in the same condition as received at the expense of the Contractor, except for reasonable wear and tear.B.3.16.5 Only Contractor's equipment, supplies, materials (property) required in performance of this contract shall be stored at the Contractor's designated storage area at the end of each workday. Contractor shall submit for the COTR approval a description list of preventative maintenance repairs that the Contractor shall be required to perform on Contractor's equipment at areas designated by the COR.B.3.16.6 More than one Contractor may have access to the "COR designated" Storage Area. The Government will not be responsible for any costs, repairs, or replacement of Contractor(s) property that is damaged, stolen or lost.B.3.17 CEMETERY DATA (Quantities are approximate, field confirm prior to bid):ItemConcrete Sidewalk to be edged LFConcrete Curbs to be edged LFUpright Headstones to be trimmed approx. Turf Acreage to be mowed Roads to be Sweep and CleanedBase Yr 363 ft5,225 20432.51.5 mOpt#1 363 ft5,225 20432.51.5 mOpt#2 363 ft5,225 20432.51.5 mOpt#3 363 ft5,225 20432.51.5m Opt#4 363 ft5,225 20432.51.5mB.3.18 CONSEQUENCES OF CONTRACTOR'S FAILURE TO PERFORM REQUIRED SERVICESB.3.18.1 The Contractor shall be held to the full performance of the contract. The Government will deduct from the Contractor's invoice or otherwise withhold payment for any items of non-conforming service. The Performance Review Summary (PRS), will be applied in assessing the Contractor's performance and/or determine the amount of payment due. Any assessments for non-performed or unsatisfactory work are in addition to any other rights and remedies available to the Government.B.3.18.2 The PRS sets forth the activities, standards, maximum allowable defect rates, and weighing factors for each major activity to be performed under the contract. The weight, expressed as a percentage of the total activity, represents the percentage to be deducted from the Contractor's unit price for the respective activity, should the maximum allowable defect rate be exceeded in any given month of contract performance. The Government will apply a variety of inspection techniques that will cover all or part of the work.B.3.18.3 In the case of non-performed work, the Government may, at its option,:Afford the Contractor an opportunity to re-perform the work, at no additional cost to the Government, within a reasonable period subject to the discretion of the COR.Perform the services by Government personnel or other means, and make an appropriate deduction.B.3.18.4 In the case of unsatisfactory work, the Government:a.Shall deduct from the Contractor's invoice all amounts associated with such unsatisfactory work at the prices contained in the Schedule or provided by other provisions of the contract ; unless the Contractor is afforded an opportunity to re-perform and satisfactorily complete the work ;b.May, at its option, afford the Contractor the opportunity to re-perform the unsatisfactory work , at no additional cost to the Government, within a reasonable period , subject to the discretion of the COR, but in no event longer than the next workday;May, at its option, perform the services using Government personnel or any other mean s.B.3.19 PRE-PERFORMANCE MEETINGPrior to commencing work, the Contractor shall meet with the CO and COR, at a time to be determined by the CO, to discuss and develop mutual understandings relative to scheduling and administering work. The Contractor shall submit a current insurance certificate to the CO prior to the pre-performance meeting.B.3.20 WORK SCHEDULES/REPORTING AND RECORD KEEPINGThe Contractor shall arrange his/her work so as not to interfere with cemetery operations. All work schedules shall be submitted to, and approved by, the COR. Whenever nonessential services have been scheduled on the date a holiday occurs, such services shall be performed on the following working day.B.3.21 DAILY REPORT The Contractor shall submit a detailed report of completed services each workday to the COR, prior to 9:00 a.m. ET on the following workday in the Cemetery Administration Building. The report shall, at a minimum, describe the exact location(s) where services were performed the previous workday; quantity of work completed; where they will be performed the current workday; the number and types of personnel performing the work; the type of service; quality control comments; a status report of all major mowing equipment; and any other pertinent information. Description/Specifications/Work Statement: Marion National CemeteryBACKGROUND:The 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 130 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.National cemeteries are a resting place for our Nation's heroes and as such, the standards for management, maintenance and appearance of these cemeteries have been established by the National Cemetery Administration to reflect this nation's concern and respect for those interred there.The standards of maintenance and appearance at these cemeteries must reflect this nation's concern for those interred there.The overall responsibility of the Contractor is to plan, coordinate, organize, interact, manage, control, and perform the activities described herein, which are required to conduct select cemetery operations and maintain an acceptable appearance of the cemetery grounds. PLACE OF PERFORMANCE:Location, size, and services required for the cemetery are as follows:Marion National Cemetery48.9 AcresGrounds maintenance1700 East 38th StreetMarion, IN 46953B.4.3 GENERAL REQUIREMENTS AND STATEMENT OF WORK:B.4.3.1MAINTENANCE OF GROUNDSAll work performed under these sections is subject to the General Requirements and Contract Documents to offerors which form a part of these specifications, and the Contractor shall be held responsible for and governed by all the requirements thereunder.B.4.3.2 MOWINGMowing season generally begins on or about April 1 and extends through October 30 of the contract year. Earlier and later time periods may be required depending on weather.Mowing shall be scheduled once a week all sections, depending on weather conditions, during the mowing season. All mowing shall include removing grass clipping from the headstones at no extra cost to the Government. Mulch mowers must be used. Any heavy grass clippings on the turf area shall be raked or blown away within 24 hours of mowing operation, and removed from the site.All grass shall be mowed to a height of between 3 to 3.5 inches. When adverse weather conditions at the cemetery exist the grass shall be maintained at a height no higher than 4 inches. Mowing shall be accomplished so that no more than 1/3 of the height of the grass is removed at any one mowing.Grave decorations shall be removed to permit mowing and trimming of the headstones and then shall be replaced to their original location. However, if unsightly, decorations shall be removed and disposed after consulting with the COR.B.4.3.3 TRIMMINGThe grass around all headstones, monuments, sidewalk, trees, and building shall be trimmed to conform to the surrounding turf area: 3 inches in height, no shorter.The trimming shall be performed as part of the mowing cycle; to keep all trimmed areas at the same height as the surrounding turf so as not to cause scalping of turf.Use of growth retardants must be approved by the Cemetery Director, Marion National Cemetery.B.4.3.4EDGINGThe walkways, including the public sidewalk in front of the cemetery, shall be edged with each mow and trim.B.4.4 CLEAN-UP AND ROAD SWEEPING AND CLEANINGWork consists of collecting and removing all trash, tree limbs, as well as any other debris, such as dead or unsightly flowers, within the cemetery and outside perimeter areas.Requirements:All trash, debris, fallen tree limbs, and dead or unsightly flowers shall be removed from the cemetery and outside perimeter areas Monday through Friday.Flowers shall be removed from graves when they become faded or unsightly. All other grave decorations shall be removed after consulting with the COR.Contractor shall provide necessary labor and suitable conveyance each work day for pickup of this debris from cemetery grounds.Removal of debris and disposal away from the cemetery grounds shall be the responsibility of the Contractor.Roads will be cleaned daily of any debris as well as and mud or dirt from vehicles. B.4.5 SNOW & ICE REMOVALWork consists of removing all snow and ice from the cemetery roadways, steps, and all walks on and around the cemetery grounds.General Requirements:Snow and ice removal procedures must be performed to provide safe passage for the public during normal hours of operation from 8:00 a.m. to 5:00 p.m. ET, Monday through Friday.All icy areas shall be treated with a material other than salt to avoid hazards to pedestrians. The de-icing material or sand shall be provided by the Contractor. Snow removal shall be performed once snow begins to accumulate at two inches during the 8:00 a.m. to 5:00 p.m. ET cemetery operation hours. If sand is used, it shall be cleaned off when hazardous conditions no longer prevail. Snow removal shall be accomplished by using a plow attached to a tractor, self-propelled unit, snow blower, or shovel.Ice removal shall be accomplished immediately upon icing conditions. Ice removal shall be accomplished by applying a non-salt deicer that will not stain or damage turf, shrubbery, trees, and walkways.LEAF COLLECTION/MULCH AND REMOVALWork consists of collecting and removing all fallen leaves and twigs from the cemetery grounds and the immediate area outside the cemetery.General Requirements: Leaf mulching (to return to soil by mulching deck mowers) collection shall be accomplished from October 1st to November 30thfor an estimated quantity of 10 times per of the contract year. All fallen leaves not mulched and returned to soil must be removed during this period, except when delayed by the onset of severe weather conditions (snow/ice). Contractor shall schedule removal work accordingly.Procedures:Beginning October 1st, the Contractor shall use mulching deck mowers to shred all fallen leaves on a weekly basis to avoid heavy build-up of leaves. If shredded , the remaining leaf remnants must be smaller than dime-size and sift down into the turf allowing about 1/2 inch of grass to still be seen and be exposed to sunlight.7722235849693500Heavy accumulations of fallen leaves shall not be mulched but collected and removed from cemetery ground s. If the layer of leaves is too heavy to allow grass exposure to sunlight after shredding, then the leaves must be completely removed.Contractor shall inspect all areas of the cemetery during this period and ensure that there is no accumulation of leaves in any area.SEEDING/OVERSEEDINGWork consists of seed bed preparation, and seeding of areas of the cemetery where turf has been disturbed or has died, as per NCA Turf Maintenance Handbook.MaterialsAll materials shall conform to those specified in the NCA Turf Maintenance Handbook.Specified materials shall be applied in amounts and methods stipulated in NCA Turf Maintenance Handbook.Delivery tickets, indicating date, weight, analysis and vendor's name, etc., shall be submitted to the COR, in the month of application.Grass seed shall be of a fresh new crop seed complying with purity and germination requirements stipulated in NCA Turf Maintenance Handbook for cool season grasses.Mulch, such as weed-free straw or hydro mulch. S-1 50 Weed free straw matting or its equivalent is specified for individual gravesites.Lime shall be ground or pellet limestone composed predominately of calcium carbonate with not less than 1% magnesium in compliance with the State of Indiana Agricultural Standards.Starter fertilizer – as per NCA Turf Maintenance Handbook. Application is done as per N CA Turf Maintenance Handbook.Soil PreparationAn area that is to be seeded shall have a minimum of two inches of topsoil placed on it and be prepared for seeding by bringing ground surface to adjacent graves (with allowance for sod thickness , where applicable) free of sticks, stones or other foreign material over one inch in any dimension. Surface to conform to finish grade and be of uniform firm texture.Fertilizer – Type and dosage shall be as determined by soil test, and per NCA Turf Maintenance Handbook. Fertilizer shall be spread with approved equipment and at the required rate over the areas to be seeded.Seed ApplicationAll areas to be over-seeded per NCA Turf Maintenance Handbook.eed shall be spread at the rate prescribed by NCA Turf Maintenance Handbook. Seed shall also be uniformly distributed by a hand, broadcast drill, hydro-spreader or cyclone spreader, or other approved methods.Seeding shall take place as per NCA Turf Maintenance Handbook.Approval of the COR, Marion National Cemetery, will be required prior to over seeding and/ or slit seeding.MulchingAll newly-seeded areas shall be covered with mulch or a suitable substitute in a neat manner.B.4.8 GENERAL REQUIREMENTSWeeds to be removed shall be sprayed with a weed killer in the following areas: sidewalks, steps, any concrete surfaces, and around buildings, as needed.B.4.10 GUARANTEEThe Contractor shall be responsible for mowing and watering all seeded area and maintaining them in a health y, vigorous weed free condition until all contracted work is completed and accepted by the COR, Marion National Cemetery.Mowing should be often enough so that no more than 1/3 of leafage is removed at any one mowing. The height of newly mowed grass shall be between 3 inches and 3.5 inches, and no higher than four inches due to adverse conditions. This may require more than one mowing per week. COR is to be notified if more than one mowing is needed before mowing takes place.B.4.11 RESERVED.B.4.12 EQUIPMENTRiding mowers may be used provided that they are not operated within three inches of headstones, monuments, tree trunks, or other vertical surfaces.Walk-behind push type trimmers (not lawn mowers) , string trimmers, or manual or power trimming shears shall be used to trim grass from around headstones , monuments , etc. (See TRIMMING B.4.3.3)Cutting blades on mowing and trimming equipment must be sharp so that grass tips are properly cut -- not torn or damaged. Cutting heights of all equipment shall be set according to heights specified under Mowing Section B.4.3.2.B.4.13 RESERVEDB.4.14 HEADSTONE MAINTENANCE AND CLEANINGAll work performed under this section is subject to the General Requirements and Contract Documents forming a part of these specifications, and the Contractor shall be responsible for and governed by all requirements thereunder.Work consists of cleaning all headstones and markers to remove objectionable material and discoloration such as accumulations of bird dropping or mud, moss, grass stains, residue from trees, fungus, and so forth. Approximately 12,732 headstones/markers shall require cleaning every six months, or as needed.General Requirements77590657357745007755890832675500All headstones shall be cleaned semi-annually. Headstones shall be cleaned two weeks prior to Memorial Day. Individual headstones shall be cleaned as necessary throughout the year as specified by the COR. The Contractor shall furnish a monthly list identifying gravesite numbers indicating completion. The natural surfaces shall be retained. They shall not be painted, white washed, or calcimined.ProcedurePressure wash with water (pressure shall be not greater than 600 psi ), spray with D/2 Biological Solutions, 100% (using hand sprayer), and leave on headstone , i.e., do not rinse. For hard to clean stones use water and a stiff brush, then spray D/2 on the stone. Wire brushes, abrasives cleaners, and bleach shall not be used.Care shall be taken to protect the turf area from the damage. Any turf damaged by the Contractor shall be restored at Contractor's cost.B.4.15 CORE AERATIONExtract from soil, and deposit on soil surface, cores of soil – on four to five inch (10.16 cm to 12.70 cm) centers – throughout entire area of work. Turf will be aerated using a hollow tine aerator to a depth of 4 to 6 inches (10.16 cm to 15.24 centimeters) in September. The COR will coordinate with the Contractor on the exact date the core aeration will begin. Further specifications:Equipment shall uniformly apply the coring process throughout the work areas, including directly adjacent to all structures and headstones. However, core aeration between headstones within the same headstone row is not required. Equipment selection and/or modification will be determined by the COR so that this uniformity is assured. Walk-behind aerators shall be required, pull behind aerators may be used in “open” areas."Safe Application" procedures shall be utilized and "Records" shall be provided (see Definitions, below).Anticipated assigned application time will be September.Timeliness: Work must be completed within the timeframes agreed upon between the COR and contractor.Satisfactory work shall be accomplished according to industry standards with 100 percent uniform application of the coring process throughout all work areas. Poor workmanship (i.e., noticeable gaps in the extraction and deposit of soil cores) – if determined by the COR to be a failure of Contractor's application methods shall give the CO cause to:i. Consider monetary compensation andii. Consider not exercising of contract option year(s).B.4.16 SOD FIRST AND SECOND INTERMENTSOnly the original sod (removed and saved for re-use) or state certified sod shall be used. Sod shall be harvested with as little soil attached as possible (1/8 to ? inch). The thinner the attached soil layer, the more rapidly the sod will re-root. Sod shall be laid with seams tightly matched and then tamped lightly or rolled. Sod placement shall conform to the existing adjacent grade. On slopes, sod shall be laid perpendicular to the direction of the slope. Sod shall be kept moist until it is well rooted and able to survive with standard watering.\B.4.17 SIDEWALKS, CURBS, AND COMMITAL SHELTER AREA PRESSURE WASH:Pressure wash sidewalks, curbs and committal shelter with water one time each contract year prior to Memorial Day. Pressure shall be not greater than 600 psi.B.4.18 JANITORIAL:Contractor will clean administrative area, bathroom in accordance with (IAW NCA Checklist) and break room areas during normal business hours, five days per week.B.4.19 SPECIAL CONTRACT REQUIREMENTS:Contracting Officer's Representative: The VA CO will delegate one or more representatives to serve as a COR. The COR is responsible for providing contract oversight and technical guidance to Contractor, placing orders for services and certification of invoices, and overseeing technical aspects of the contract. All administrative functions remain with the VA CO. The COR is not authorized to add, modify, delete, relax or otherwise change any of the costs, specifications, provisions, requirements, terms, or conditions of the contract and delivery orders issued under the contract.The COR will perform a monthly inspection of the cemetery, after the monthly invoice has been received for services provided. During the inspection, the appearance of the cemetery will be observed and any deficiencies within the scope of the contract will be reported to the Contractor for corrective action and completion within 10 calendar days of receiving such notification from the CO. The COR will notify the CO of items not corrected/completed within the 10 calendar day period for further action by the CO. Inspections will be tentatively scheduled and Contractor notified 24 hours before a scheduled site visit. Although the Contractor's attendance at inspections is at the discretion of the Contractor, the Contractor's attendance and participation in the inspection is strongly encouraged. Additional announced inspections may be conducted.The COR for the contract is Greta L. Hamilton, Cemetery Director, Marion National Cemetery, with one (1) Alternate COR, being the Maintenance and Operations Foreman. The telephone number is (765) 674-0284.The Contractor shall submit inspection reports to the COR monthly. The inspection forms will be provided to the Contractor by the COR. Any and all graves that are backfilled or repaired and any headstones that are cleaned or realigned shall be listed along with other services performed.B.4.19.1EVALUATION OF PERFORMANCE MEETINGThe issuance of a Contracting Discrepancy Report (CDR) may be the cause for scheduling of a meeting among the Contractor, CO, and COR. A mutual effort will be made to resolve all problems identified. The Government will prepare written minutes of the meeting. Minutes of the meeting will be signed by the Contractor, CO, and COR.Should the Contractor not concur with the minutes, he or she shall state in writing to the CO within the 10 calendar day period any area he or she does not concur and explain the reasons for non-concurrence. The CO will review and consider the reasons submitted for the Contractor's non-concurrence and make a decision. The Contractor will be notified of the decision in writing within 10 calendar days by the CO.ACTIONNormally, the COR will verbally tell the Contractor of the discrepancies the first time they occur and ask the Contractor to correct the problem: A notation will be made on the CDR 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, a letter must be written to the responsible organization element requesting corrective action to be taken.When the Contractor fails to perform the limits of satisfactory performance, a CDR will be issued to the Contractor. The seriousness of the failure will determine when the CDR is to be issued.When a CDR is issued for service, the CO will determine if a deduction from the periodic payment, the line items of that payment as indicated in the Performance Requirement Summary as attached hereto is appropriate.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.A third CDR should be the cause for a CURE NOTICE. However the CO may issue a Cure Notice at any time he or she deem 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 munication & Coordination of Work with COR: Communication with the COR is strongly encouraged.Contractor personnel shall not operate motorized equipment during special cemetery activities. The COR will furnish the Contractor with a schedule of all ceremonies 24 hours in advance of scheduled ceremonies by telephone or mail.Site Manager: The Contractor shall provide a "Site Manager” for directing, overseeing, and coordinating the work involved. It is the Contractor's responsibility to ensure that contract work does not cause any committal service, 77387452730500425451001268000ceremony, 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 Site Manager is solely responsible for staying abreast of all such upcoming events. The Site Manager shall communicate at least daily with the COR, to ask questions and ensure he/she understands the off-limit areas - which will vary, depending upon event. Accordingly, the Site Manager will 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.B.4.20 WORKING CONDITIONSWork called for under this contract will be performed primarily out-of-doors and personnel performing such work will be exposed to wind, sun, cold, dampness, snow, frost, fog and rain. These conditions, may, at times, be extreme. The Contractor shall take all precautions necessary to protect personnel employed under the contract from the elements to the maximum practicable extent.Due to the sensitive mission of the cemetery, the work often requires contact with, and exposure to, grieving individuals. Contractor personnel must exercise and exhibit absolute decorum, composure and stability at all times.B.4.21 HOURS OF OPERAITONThe cemetery's regular hours of operation, as they relate to interment operations and performance of routine work under the contract, are 7:30 a.m. through 4:00 p.m., ET, Monday through Friday, excluding Federal Holidays, unless specified elsewhere in this Work Statement. All work commenced during normal hours of operations that extends beyond those hours shall be prosecuted to its ultimate conclusion without interruption or stoppage, at no additional cost to the Government, e.g., irrigating, storm damage debris removal. Debris removal associated with storm damage will be performed outside of the normal hours of operation, as necessary, without additional cost to the Government. Weekend and other work occurring outside of the normal hours of operations will only be upon written approval of the COR.The Contractor shall perform site preparation for Memorial Day and Veterans Day. During the week of Memorial Day, all operations must be completed Thursday, prior to the holiday, by noon so work can be accomplished in preparation for the Memorial Day Holiday. During the week of Veterans Day, all operations must be completed by noon on the last workday before the holiday.B.4.22 EMERGENCY REQUESTSThe Contractor shall establish and maintain a point-of-contact to receive emergency notifications and after-hours requests from the COR. The point-of-contact or after-hours operation shall be available on a 24-hour basis during weekends, Federal Holidays, and after the Contractor's normal hours of operation.Emergency requests shall be responded to within one hour and corrective action taken as expeditiously as circumstances allow. An emergency request warrants more rapid than routine response in rendering the situation to a safe or secure condition.B.4.23 SITE WORK COORDINATION & CLEAN-UPThe Government may undertake or award other contracts for additional work at or near the site of work under contract. The Contractor shall fully cooperate with any other Contractors and Government personnel, and shall carefully adopt and phase scheduling and performance of the, work, heeding any direction that may be provided by the COR.The Contractor is responsible for reporting to the COR any problems or questions that may arise with any other personnel on site during the period of performance of this contract. The Contractor shall not take it upon him or herself to resolve any problems or issues with other on-site Contractors or employees, but rather will leave it to the COR to resolve the issue.At the end of each workday, unless otherwise specified by the COR, the Contractor shall remove all trash and debris resulting from work. At all times, rubbish and trash generated by the Contractor shall be picked up and disposed of properly.120651003681000During the course of the contract, if the Contractor or his/her employee discovers a badly settled grave, he/she is required to bring it to the notice of the Cemetery Director or his/her representative.All materials, equipment, and debris, accrued from the performance of the contract shall be disposed of by the Contractor on a daily basis at the Contractor's expense.B.4.24 CONTRACTOR-FURNISHED ITEMSThe Contractor shall provide all supplies, tools, equipment, and materials to include lubricants and fuels to perform select lawn care services at Marion National Cemetery and Crown Hill National Cemetery.Contractor-furnished items necessary to perform work as required under this contract shall be furnished, maintained and operated by the Contractor. Materials and supplies procured and stored by the Contractor shall be at the Contractor's risk.The Contractor is responsible for the supply, maintenance and repair of all Contractor furnished equipment.If any equipment fails or breaks down during the scheduled workday, that equipment must be removed from the area immediately so as not to damage the turf.The Contractor shall be responsible to ensure that equipment does not block access to any road or gravesite, during the performance of the contract.The Contractor shall provide and maintain, at his expense, the necessary service lines from the Government outlets to the site of work.The Contractor shall provide his/her own REFUSE FACILITIES. The Contractor is required to dispose of all debris and other waste materials generated by his/her work at a licensed off-site landfill unless otherwise directed by the COR.B.4.25 GOVERNMENT FURNISHED ITEMSUnless otherwise specified in the Schedule of Government-furnished Items, the Government will not provide equipment, supplies, or materials to the Contractor, or otherwise augment or supplement Contractor-furnished materials in performance of this contract. The Contractor shall be responsible for maintaining, at his/her expense, all Government furnished items. This includes minor maintenance/repair and minor operating parts for the equipment.Storage – The Contractor shall not store fuel on Cemetery property. The Contractor shall provide to the Government all label information for stored materials and supplies on Cemetery property used in the performance of the contract. More than one Contractor may have access to the CORdesignated storage area. The Government will not be responsible for any costs, repairs, or replacement of Contractor’s property that is damaged, stolen, or lost.The Government will furnish or make available to the Contractor a location within the cemetery, determined by the COR, for the Contractor's employee parking, storing only vehicles, grounds maintenance equipment, products, and related items which may be required for the performance of the work. The Government will furnish a storage building at the cemetery site for optional use by the Contractor to store supplies and equipment.Indoor storage may be provided at the time of need, but is not guaranteed. If the storage building is used by the Contractor, it will be kept neat and clean at all times. Storage buildings shall be cleaned weekly at no cost to the Government. The Contractor shall assume responsibility and accountability of the facility provided for his/her use and shall take adequate precautions to prevent hazardous product spills, fire hazards, odors, and unsanitary conditions. The Primary/Alternate COTR will be furnished a key if the lock is changed by Contractor.Contractor shall obtain written approval from the CO before making any modifications or alterations to the facility. Any such modifications or alterations approved by the CO will be at the expense of the Contractor. At completion of the contract, the facility shall be returned to the Government in the same condition as received, except for reasonable wear and tear.The Government will not provide office space or operational facilities to the Contractor. The Contractor shall secure and maintain the necessary office space and other facilities required for the performance of this contract at his/her own expense.The Government will furnish water and electricity at no expense to the Contractor. These existing outlets, for the use of the Contractor in the performance of the contract, will be designated by the COR(s).B.4.25 SCHEDULE OF GOVERNMENT FURNISHED ITEMSNONE except for those provided above in B.4.25B.4.26 DAMAGES CAUSED BY CONTRACTORThe Contractor shall obtain all necessary licenses and/or permits required to perform this work. Contractor shall take all reasonable precautions necessary to protect persons and property from injury or damage during the performance of this contract. Contractor shall be responsible for any injury to self or employees, as well as for any damage to personal or public property that occurs d u ring the performance of this contract that is caused by Contractor 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 Indiana. 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 therefrom.Evidence of coverage is required before commencing work under this contract (copy of Certificate of Insurance), and it may not be changed or cancelled without 30 calendar days prior written notice to the CO.In the event damages result to turf, structures, headstone, markers, monuments, irrigation sprinkler, trees, gravesites, curb, road, flower vases, facility structures or fences, or disfigurement or damage to structure or property on or adjacent to this project, or to third parties, etc., due to negligence by the Contractor, repair, replacement and/or replacement costs of the damages will be required at no additional cost to the Government, as directed by the COR.B.4.27 SCHEDULE CHANGES AND DELAYSGenerally, changes in schedules, work assignments, or delays of daily operation must not occur under any circumstances. Excessive delay or problems may result in actions for termination of the contract. Inclement weather is not an excuse for not meeting specifications. The Contractor shall be expected to use any additional resources necessary to meet or return to specified work requirements and time frames - after an event such as Memorial Day (when cemetery provided flags are set in front of each grave) . In the event climate or weather conditions become unsuitable for work or create the potential for an environmental hazard, the work shall be rescheduled to a date and time satisfactory to the Contractor and COR. Postponement due to unforeseen climate or weather conditions will not be cause for penalties to the Contractor. The Government retains the right to negotiate applicable equitable adjustments and contract amendments to accommodate unforeseen circumstances.B.4.28 LABOR FORCE AND EQUIPMENTThe Contractor shall be aware of the intensive labor and equipment requirements necessary to meet contract specifications, and shall determine needed resources accordingly. Communication with the COR is strongly encouraged. In addition, the Contractor shall use small truckster units and /or walk--behind, manual application methods when making turf applications in any Specialty Area to ensure that damage to Government property does not occur. Similar judgment in equipment selection shall also be used in General Areas. Equipment selection will be approved by the COR. B.4.29 STANDARDS OF CONTRACTOR PERSONNEL CONDUCTContractor personnel shall be required to adhere to the following standards of dress, conduct, supervision, and training, while performing work in the cemetery. It shall be at the discretion of the COR to initiate immediate removal of Contractor personnel from the cemetery grounds if these standards are not adhered to during performance of the contract.These standards and regulations are enforceable under Title 38, U.S .C. §218.The Contractor shall be responsible for maintaining satisfactory standards of conduct, work performance and shall administer disciplinary action as required. Contractor shall remove his/her employees for cause to include, but not limited to: misconduct in performance of duty relating to performance of the contract that are contrary to the best interests of the Government.All personnel working on cemetery property are required to maintain a respectable personal appearance and conduct themselves in a respectable manner. Shorts and tank tops are not allowed. All Contractor employees must be fully clothed at all times. Employees should wear long pants, steel-toed boots, and undershirts or uniform shirts to include an upper garment to cover the body from the waist to neck and long pants or slacks. Garments which have a message, slogan or printing of any kind other than the Contractor's business attire are prohibited.Contractor's employees shall wear all required safety equipment such as goggles or face shield, hearing protection, hard hats, respirators, if required. Contractor shall be responsible for training and safety precautions, prescribed by OSHA standards regarding safety equipment and devices.The Contractor shall observe all traffic, parking, directional signs and regulations when using the cemetery's roadways. Contractors shall park only on cemetery roads. No heavy-duty vehicles or tractors shall be permitted to drive on turf without prior permission from the COR.Contractor shall be responsible for acceptable standards of housekeeping and custodial maintenance of Department of Veterans Affairs, facilities used by Contractor’s employees.Their work areas must be kept clean and tools collected and removed from all gravesites by the end of each workday.Not engage in loud or boisterous behavior or use profane' abusive or otherwise inappropriate language, nor play radios and/or video or other electronic games/devices while performing work on site.Consume food and beverages only within areas designated by the COR. Intoxication, violence, weapons or criminal acts of any kind will not be tolerated and is cause for immediate removal from Government property. Use or sale of intoxicating beverages and/or drugs is strictly prohibited. The Contractor personnel shall follow the Cemetery Smoking Policy that is available at the Cemetery's Administration Building.Not sit, stand on or lean against headstones or monuments. No tools or other items will be placed on or leaned against headstones or monuments.Not operate motorized equipment within 92m (300') of ongoing interment services or other committal committal/public services.Not sleep or otherwise lay, rest, or be idle in a manner that reflects unfavorably on the Government or the Contractor.Shall not perform work of any nature on privately-owned vehicles/equipment, within the cemetery's confines, to include the washing of vehicles/equipment.Questions from cemetery visitors shall be politely referred or directed to cemetery personnelB.4.30 CONVERSIONS OF SPECIFICATION TO METRICThe units of measure contained in this contract are expressed in "Soft Metric." Soft Metric refers to the unit of measure being expressed in both metric and English /U.S. Standard. The following are units of metric measure used in this contract and their respective English/U .S. Standard unit of measure:METRIC MEASUREMENTENGLISHIU .S. STANDARDCentimeter (cm) Meter (m) Meter2 (m2)Inch FeetKilometer (km) Kilogram (kg) Hectares (ha)Square Feet MilePascal (pa)Pound Acre Pounds per Square Inch (PSI)B.4.31 DAMAGE TO GOVERNMENT PROPERTYThe Contractor shall be responsible to repair, replace, and/or reimburse the Government for property damages as a result of any Contractor caused damages that actually occur during the delivery and installation process.B.4.32 PRE-PERFORMANCE MEETINGPrior to commencing work, the Contractor shall meet with the CO and COR, at a time to be determined by the Government, to discuss and develop mutual understandings relative to scheduling and administering work. ................
................

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

Google Online Preview   Download