PAGE 1 OF1. REQUISITION NO.2. CONTRACT NO.3. AWARD ...



PAGE 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 ARATED ORDER UNDERDPAS (15 CFR 700)13b. RATING14. METHOD OF SOLICITATIONRFQIFBRFP15. DELIVER TOCODE16. 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 ANDDATED ________________________________. YOUR OFFER ON SOLICITATIONDELIVER ALL ITEMS SET FORTH OR OTHERWISE IDENTIFIED ABOVE AND ON ANY(BLOCK 5), INCLUDING ANY ADDITIONS OR CHANGES WHICH AREADDITIONAL 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 ITEMS1598465-000020VA786-15-R-012503-20-2015Derek C. Reed303-914-571004-20-20152:00PM MT43C1Department of Veterans AffairsNCA Contracting Service155 Van Gordon StreetLakewood CO 80228X100X561730$7.5 MillionN/A N/AXFort Sam Houston National Cemetery1520 Harry Wurzbach RoadSan Antonio TX 7820943C1Department of Veterans AffairsNCA Contracting Service155 Van Gordon StreetLakewood CO 80228SUBMIT INVOICES ELECTRONICALLY INACCORDANCE WITH VAAR 852.232-72877-353-9791Not ApplicableThe contractor shall provide all plant, labor, tools, parts,equipment, transportation, incidentals and taxes needed toperform raise and realignment services at Fort Sam HoustonNational Cemetery, located in San Antonio, TXA mandatory site visit has been scheduled for April 2, 2015at 10:00am CT.Failure to submit all required documentation as requied bythe RFP may result in your offer/proposal being determinednon-responsive and thus not being considered for possiblecontract award.Attendance to the site visit is mandatory and thus offerorswill be required to sign in. This project is 100% set-asidefor Service Disabled Veteran Owned Small Business Concerns.Email Address: _____________________________DUNS#_____________________________________________POC Name and Phone Number: ___________________________846-570300-2549 020070300 0129A1 2015XDerek C. ReedContracting OfficerSECTION AA.1 SF 1449 SOLICITATION/CONTRACT/ORDER FOR COMMERCIAL ITEMS TABLE OF CONTENTS PageSECTION A1A.1 SF 1449 SOLICITATION/CONTRACT/ORDER FOR COMMERCIAL ITEMS1Table of Contents2A.1 Continuation of sf 14493a.2 iNFORMATION rEGARDING bIDDING MAERIAL, bID gUARANTEE AND BONDS4A.3 52.228-1 BID GUARANTEE4a.4 52.211-10 cOMMENCEMENT, PROSECUTION AND COMPLETION OF WORK4A.5 52.222-40 NOTIFICATION OF EMPLOYEE RIGHTS UNDER THE NATIONAL LABOR 5A.6 VAAR 852.228-70 BOND PREMIUM ADJUSTMENT6A.7 VAAR 852.236-71 SPECIFICTIONS AND DRAWINGS FOR CONSTRUCTION6A.8 VAAR 852.236-72 PERFORMANCE OR WORK BY THE CONTRACTOR6A.9 VAAR 852.236-74 INSPECTION OF CONSTRUCTION7SECTION B CONTINUATION OF SF 1449 BLOCKS SECTION B.1 CONTRACT ADMINISTRATION DATA7b.2 lIMITATIONS ON SUBCONTRACTING-MONITORING AND COMPLICANCE8B.3 PRE-PROPOSAL CONFERENCE/SITE VISIT8b.4 sTATEMENT OF WORK9-78tECHNICAL EXHIBITS79-83aTTACHMENTS 1 THROUGH 884-118SECTION C CONTRACT CLAUSES C.1 CONTRACT TERMS AND CONDITIONS COMMERCIAL ITEMS119C.2 iNSURANCE-WORK ON A GOVERNMENT INSTALLATION124C.3 SUPPLEMENTAL INSURANCE REQUIREMENTS125C.4 VAAR 852.203-70 COMMERCIAL ADVERTISING125C.5 VAAR 852.203-71 DISPLAY OF DEPARTMENT OF VETERAN AFFAIRS HOTLINE POSTER125C.6 VAAR 852.219-10 VA NOTICE OF TOTAL SERVICE DISABLED VETERAN OWNED SMALL BUSINESS SET-ASIDE125-126C.7 VAAR 852.232-72 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS127C.8 VAAR 852.237-70 CONTRACTOR RESPONSIBILITES128C.9 52.252-2 CLAUSES INCORPORATED BY REFERNCE128C.10 52.212-5 CONTRACT TERMS & CONDITIONS REQUIRED TO IMPLEMENT STATUTUES OR 128-133 EXECUTIVE ORDES-COMMERCIAL ITEMSsection d-contract documents, exhibits, or attachmentsDrawings Attached. All other attachments are listed in pages 84-118134SECTION E- SOLICITATION PROVISIONSE.1 INSTRUCTIONS TO OFFERS- COMMERCIAL ITEMS135-139E.2 52.209-5 REPRESENTATION BY CORPORATIONS REGARDING AN UPAID TAX LIABLITY139E.3 52.209-7 INFORMATION REGARDING RESPONSIBILITY MATTERS140-141E.4 52.216-1 TYPE OF CONTRACT141E.5 52.233-2 SERVICE OF PROTEST141E.6 VAAR 852.233-70 PROTEST CONTENT/ALTERNATIVE DISPUTE RESPLUTION141E.7 VAAR 852.233-71 ALTERNATIVE PROTEST PROCEDURE142E.8 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERNCE142E.9 52.212-2 EVALUATION-COMMERCIAL ITEMS142-146E.10 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERICAL ITEMS146-15952.SECTION A - CONTINUATION OF SF 1449 BLOCKSA.1 PRICE SCHEDULE OF SERVICES: BLOCK 19 AND BLOCK 20Date of award through 360 DaysCLINNo.Description:Grounds Maintenance ServicesQuantityUnitUnit CostEst. Total Cost001Realign, raise/lower, level, backfill upright marble headstones onto a new concrete grade beam headstone support system with inset precast sockets and piles in Sections 15 and 17. Includes surveying and installation. 2,280EA$ ________$ ____________002Clean upright marble headstones.2,280EA$ ________$ ____________003Construct concrete grade beam with precast sockets for sites currently with no headstones within Sections 15 and 17.106EA$ ________$ ____________004Level topsoil surface, renovate and re-establish turf grass stand in Sections 15 and 17.171,531SF$ ________$ ____________005006Demo and install irrigation system lateral lines, salvage and reuse sprinkler heads within Sections 15 and 17.The contractor shall include the price for payment, performance and bid bonds for CLINS 001-005)1LS$ ________$ ____________$___________ Total Estimated Cost:$ ____________Note: Service Contract Act Wage Determination applies to CLINs 001, 002, 004 and 005, and Davis Bacon Wage Determination applies to CLIN 003 only. INFORMATION, CLAUSES AND PROVISIONS FOR CLIN 003 CONSTRUCTION with Construct concrete grade beams and precast sockets for sites currently with no headstones within Sections 15 and 17.A.2 INFORMATION REGARDING BIDDING MATERIAL, BID GUARANTEE AND BONDS (a) A bid guarantee is required in an amount not less than 20 percent of the TOTAL bid price (all CLINS) but shall not exceed $3,000,000. Failure to furnish the required bid guarantee in the proper form and amount, by the time set for opening of bids, will require rejection of the bid in all cases except those listed in FAR 28.101-4, and may be cause for rejection even then. (b) If the contract will exceed $100,000 (see FAR 28.102-1 for lesser amount), the bidder to whom award is made will be required to furnish two bonds, a Payment Bond, SF 25A, and a Performance Bond, SF 25, each in the penal sum as noted in the General Conditions of the Specification. Copies of SFs 25 and 25A may be obtained upon application to the issuing office.DESCRIPTION OF WORK:Cost Range: $1,000,000.00 to $5,000,000.00.A.3 52.228-1 BID GUARANTEE (SEP 1996) (a) Failure to furnish a bid guarantee in the proper form and amount, by the time set for opening of bids, may be cause for rejection of the bid. (b) The bidder shall furnish a bid guarantee in the form of a firm commitment, e.g., bid bond supported by good and sufficient surety or sureties acceptable to the Government, postal money order, certified check, cashier's check, irrevocable letter of credit, or, under Treasury Department regulations, certain bonds or notes of the United States. The Contracting Officer will return bid guarantees, other than bid bonds— (1) To unsuccessful bidders as soon as practicable after the opening of bids; and (2) To the successful bidder upon execution of contractual documents and bonds (including any necessary coinsurance or reinsurance agreements), as required by the bid as accepted. (c) The amount of the bid guarantee shall be 20% percent of the bid price or $3M, whichever is less. (d) If the successful bidder, upon acceptance of its bid by the Government within the period specified for acceptance, fails to execute all contractual documents or furnish executed bond(s) within 10 days after receipt of the forms by the bidder, the Contracting Officer may terminate the contract for default. (e) In the event the contract is terminated for default, the bidder is liable for any cost of acquiring the work that exceeds the amount of its bid, and the bid guarantee is available to offset the difference.A.4 52.211-10 COMMENCEMENT, PROSECUTION, AND COMPLETION OF WORK (APR 1984) ALTERNATE I (APR 1984) The Contractor shall be required to (a) commence work under this contract within 15 calendar days after the date the Contractor receives the notice to proceed, (b) prosecute the work diligently, and (c) complete the entire work ready for use not later than 360 calendar days after date on Notice to Proceed. The time stated for completion shall include final cleanup of the premises. The completion date is based on the assumption that the successful offeror will receive the notice to proceed by /at post award conf. The completion date will be extended by the number of calendar days after the above date that the Contractor receives the notice to proceed, except to the extent that the delay in issuance of the notice to proceed results from the failure of the Contractor to execute the contract and give the required performance and payment bonds within the time specified in the offer.(End of Clause)A.5 52.222-40 NOTIFICATION OF EMPLOYEE RIGHTS UNDER THE NATIONAL LABOR RELATIONS ACT (DEC 2010) (a) During the term of this contract, the Contractor shall post an employee notice, of such size and in such form, and containing such content as prescribed by the Secretary of Labor, in conspicuous places in and about its plants and offices where employees covered by the National Labor Relations Act engage in activities relating to the performance of the contract, including all places where notices to employees are customarily posted both physically and electronically, in the languages employees speak, in accordance with 29 CFR 471.2(d) and (f). (1) Physical posting of the employee notice shall be in conspicuous places in and about the Contractor's plants and offices so that the notice is prominent and readily seen by employees who are covered by the National Labor Relations Act and engage in activities related to the performance of the contract. (2) If the Contractor customarily posts notices to employees electronically, then the Contractor shall also post the required notice electronically by displaying prominently, on any Web site that is maintained by the Contractor and is customarily used for notices to employees about terms and conditions of employment, a link to the Department of Labor's Web site that contains the full text of the poster. The link to the Department's Web site, as referenced in (b)(3) of this section, must read, "Important Notice about Employee Rights to Organize and Bargain Collectively with Their Employers." (b) This required employee notice, printed by the Department of Labor, may be— (1) Obtained from the Division of Interpretations and Standards, Office of Labor-Management Standards, U.S. Department of Labor, 200 Constitution Avenue, NW., Room N-5609, Washington, DC 20210, (202) 693-0123, or from any field office of the Office of Labor-Management Standards or Office of Federal Contract Compliance Programs; (2) Provided by the Federal contracting agency if requested; (3) Downloaded from the Office of Labor-Management Standards Web site at ; or (4) Reproduced and used as exact duplicate copies of the Department of Labor's official poster. (c) The required text of the employee notice referred to in this clause is located at Appendix A, Subpart A, 29 CFR Part 471. (d) The Contractor shall comply with all provisions of the employee notice and related rules, regulations, and orders of the Secretary of Labor. (e) In the event that the Contractor does not comply with the requirements set forth in paragraphs (a) through (d) of this clause, this contract may be terminated or suspended in whole or in part, and the Contractor may be suspended or debarred in accordance with 29 CFR 471.14 and subpart 9.4. Such other sanctions or remedies may be imposed as are provided by 29 CFR part 471, which implements Executive Order 13496 or as otherwise provided by law. (f) Subcontracts. (1) The Contractor shall include the substance of this clause, including this paragraph (f), in every subcontract that exceeds $10,000 and will be performed wholly or partially in the United States, unless exempted by the rules, regulations, or orders of the Secretary of Labor issued pursuant to section 3 of Executive Order 13496 of January 30, 2009, so that such provisions will be binding upon each subcontractor. (2) The Contractor shall not procure supplies or services in a way designed to avoid the applicability of Executive Order 13496 or this clause. (3) The Contractor shall take such action with respect to any such subcontract as may be directed by the Secretary of Labor as a means of enforcing such provisions, including the imposition of sanctions for noncompliance. (4) However, if the Contractor becomes involved in litigation with a subcontractor, or is threatened with such involvement, as a result of such direction, the Contractor may request the United States, through the Secretary of Labor, to enter into such litigation to protect the interests of the United States.(End of Clause)A.6 VAAR 852.228-70 BOND PREMIUM ADJUSTMENT (JAN 2008) When net changes in original contract price affect the premium of a Corporate Surety Bond by $5 or more, the Government, in determining the basis for final settlement, will provide for bond premium adjustment computed at the rate shown in the bond.(End of Clause)A.7 VAAR 852.236-71 SPECIFICATIONS AND DRAWINGS FOR CONSTRUCTION (JUL 2002) The clause entitled "Specifications and Drawings for Construction" in FAR 52.236-21 is supplemented as follows: (a) The contracting officer's interpretation of the drawings and specifications will be final, subject to the disputes clause. (b) Large scale drawings supersede small scale drawings. (c) Dimensions govern in all cases. Scaling of drawings may be done only for general location and general size of items. (d) Dimensions shown of existing work and all dimensions required for work that is to connect with existing work shall be verified by the contractor by actual measurement of the existing work. Any work at variance with that specified or shown in the drawings shall not be performed by the contractor until approved in writing by the contracting officer.(End of Clause)A.8 VAAR 852.236-72 PERFORMANCE OF WORK BY THE CONTRACTOR (JUL 2002) The clause entitled "Performance of Work by the Contractor" in FAR 52.236-1 is supplemented as follows: (a) Contract work accomplished on the site by laborers, mechanics, and foremen/forewomen on the contractor's payroll and under his/her direct supervision shall be included in establishing the percent of work to be performed by the contractor. Cost of material and equipment installed by such labor may be included. The work by the contractor's executive, supervisory and clerical forces shall be excluded in establishing compliance with the requirements of this clause. (b) The contractor shall submit, simultaneously with the schedule of costs required by the Payments Under Fixed-Price Construction Contracts clause of the contract, a statement designating the branch or branches of contract work to be performed with his/her forces. The approved schedule of costs will be used in determining the value of a branch or branches, or portions thereof, of the work for the purpose of this article. (c) If, during the progress of work hereunder, the contractor requests a change in the branch or branches of the work to be performed by his/her forces and the contracting officer determines it to be in the best interest of the Government, the contracting officer may, at his/her discretion, authorize a change in such branch or branches of said work. Nothing contained herein shall permit a reduction in the percentage of work to be performed by the contractor with his/her forces, it being expressly understood that this is a contract requirement without right or privilege of reduction. (d) In the event the contractor fails or refuses to meet the requirement of the FAR clause at 52.236-1, it is expressly agreed that the contract price will be reduced by 15 percent of the value of that portion of the percentage requirement that is accomplished by others. For the purpose of this clause, it is agreed that 15 percent is an acceptable estimate of the contractor's overhead and profit, or mark-up, on that portion of the work which the contractor fails or refuses to perform, with his/her own forces, in accordance with the FAR clause at 52.236-1.(End of Clause)A.9 VAAR 852.236-74 INSPECTION OF CONSTRUCTION (JUL 2002) The clause entitled "Inspection of Construction" in FAR 52.246-12 is supplemented as follows: (a) Inspection of materials and articles furnished under this contract will be made at the site by the resident engineer, unless otherwise provided for in the specifications. (b) Final inspection will not be made until the contract work is ready for beneficial use or occupancy. The contractor shall notify the contracting officer, through the resident engineer, fifteen (15) days prior to the date on which the work will be ready for final inspection.(End of Clause)SECTION B - CONTINUATION OF SF 1449 BLOCKSB.1 CONTRACT ADMINISTRATION DATA(continuation from Standard Form 1449, block 18A.) 1. Contract Administration: All contract administration matters will be handled by the following individuals: a. CONTRACTOR: b. GOVERNMENT: Contracting Officer 00786 Derek C. ReedDepartment of Veterans AffairsNCA Contracting Service155 Van Gordon StreetLakewood CO 80228 2. 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 Management, or[]52.232-36, Payment by Third Party 3. INVOICES: Invoices shall be submitted in arrears: a. Quarterly[] b. Semi-Annually[] c. Other[] Monthly 4. GOVERNMENT INVOICE ADDRESS: All Invoices from the contractor shall be submitted electronically in accordance with VAAR Clause 852.232-72 Electronic Submission of Payment Requests.SUBMIT INVOICES ELECTRONICALLY IN ACCORDANCE WITH VAAR 852.232-72 ACKNOWLEDGMENT OF AMENDMENTS: The offeror acknowledges receipt of amendments to the Solicitation numbered and dated as follows:AMENDMENT NODATEB.2 LIMITATIONS ON SUBCONTRACTING-- MONITORING AND COMPLIANCE (JUN 2011) This solicitation includes VAAR 852.219-10 VA Notice of Total Service- Disabled Veteran-Owned Small Business Set-Aside. Accordingly, any contract resulting from this solicitation will include this clause. The contractor is advised in performing contract administration functions, the CO may use the services of a support contractor(s) retained by VA to assist in assessing the contractor's compliance with the limitations on subcontracting or percentage of work performance requirements specified in the clause. To that end, the support contractor(s) may require access to contractor's offices where the contractor's business records or other proprietary data are retained and to review such business records regarding the contractor's compliance with this requirement. All support contractors conducting this review on behalf of VA will be required to sign an “Information Protection and Non-Disclosure and Disclosure of Conflicts of Interest Agreement” to ensure the contractor's business records or other proprietary data reviewed or obtained in the course of assisting the CO in assessing the contractor for compliance are protected to ensure information or data is not improperly disclosed or other impropriety occurs. Furthermore, if VA determines any services the support contractor(s) will perform in assessing compliance are advisory and assistance services as defined in FAR 2.101, Definitions, the support contractor(s) must also enter into an agreement with the contractor to protect proprietary information as required by FAR 9.505-4, obtaining access to proprietary information, paragraph (b). The contractor is required to cooperate fully and make available any records as may be required to enable the CO to assess the contractor's compliance with the limitations on subcontracting or percentage of work performance requirement.(End of Clause)B.3 PRE-PROPOSAL CONFERENCE / SITE VISITA Pre-Proposal Conference and Site Visit will be held at Fort Sam Houston National Cemetery, 1520 Harry Wurzbach Road, San Antonio, TX 78209.Pre-Proposal Conference will be held in the Maintenance Building Employee Break Room on April 2, 2015 at 10:00am Central Standard Time (CST).Due to the room size limitations, Offerors are encouraged to notify the Contracting Officer of their plan to attend. Notification should include: Company Name, Address, Names of Attendees, and Phone No. Attendance Notification should be received by the Contracting Officer via e-mail derek.reed@ or by Fax (303) 914-5715 no later than March 26, 2015 at 4:00pm MST.Questions regarding the solicitation should be submitted via e-mail to the Contracting Officer two days prior to site visit so that the Government may have adequate time to prepare responses for discussion during the Pre-Proposal Conference.If you plan to conduct a site visit / inspection of the Fort Sam Houston National Cemetery other than on the day stated above, YOU MUST CONTACT one of the following personnel to make arrangements:Fort Sam Houston National Cemetery ContactsDan Phillips, Cemetery Director(210) 820-3891Aubrey David, Assistant to the Director(210) 805-2580Facsimile #(210) 820-3445B.4 STATEMENT OF WORKSCOPE:The Contractor shall furnish labor, supervision, quality control, transportation, parts, materials, equipment, supplies, necessary or incidental to install concrete grade beam headstone support systems; remove conflicting underground irrigation lateral lines and sprinkler heads, and reinstall a new, fully functional irrigation system including testing; remove, raise, realign, reset, and clean designated upright headstones; and renovate designated sections of turf at the Fort Sam Houston National Cemetery, San Antonio, TX, and hereafter referred to as “Fort Sam Houston National Cemetery” or “Cemetery” as required by Section A1, “PRICE SCHEDULE OF SERVICES.”All contract work shall be completed as required under the terms of this contract in each Burial Section as defined in the Work Statement (designated on the contract drawings and provided to the Contractor by the Contracting Officer and/or COR) AND accepted by the COR PRIOR to any work beginning in the NEXT Burial Section, unless otherwise approved by the Contracting Officer/COR.THE NATIONAL CEMETERY ADMINISTRATION MISSION:The National Cemetery Administration honors veterans with a final resting place and lasting memorial that commemorate their service to our Nation. National Cemeteries are National Shrines. Therefore, the standards for management, maintenance, appearance and operational procedures performed by the Contractor have been established by the National Cemetery Administration to reflect this Nations’ concern and respect for those interred there. For this reason, the Contractor’s strict adherence to the Performance Work Statement, Performance Work Requirements Summary and Guidance Specifications shall be required and shall be essential. 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.BACKGROUND: In 1999 Congress passed legislation requiring VA to ensure that National Cemeteries serve as a dignified and respectful setting. Each Cemetery is to be an expression of appreciation and respect of a grateful Nation for the service and sacrifice of her veterans. Further, each National Cemetery is to be maintained as a National Shrine. A National Shrine is defined as a place of honor and memory that declares to the visitor/family who views it as a majestic setting, offering a sense of serenity, historic sacrifice and nobility of purpose. The National Cemetery is a beautiful and awe-inspiring tribute to those who gave much to preserve our Nation’s freedom and way of life.INTRODUCTION:The Department of Veteran Affairs, Fort Sam Houston National Cemetery intends to award a fixed price contract to install concrete grade beam headstone support systems; remove the conflicting underground irrigation laterals and sprinkler heads, and reinstall a new, fully functional irrigation system including testing; remove, raise, realign, reset, and clean designated upright headstones; and renovate designated sections of turf. The Fort Sam Houston National Cemetery is located at 1520 Harry Wurzbach Road, San Antonio, TX 78209.SUMMARY OF WORK:The Contractor shall furnish all personnel, supervision, professional expertise, vehicles, tools, materials, services, equipment and quality control necessary to construct concrete grade beam headstone support systems, which include, but are not limited to: clearing and grubbing vegetation; excavation; placement and compaction of aggregate base; cutting, removal, and disposal of existing irrigation lateral lines and sprinkler heads; headstone identification, tagging, and removal; placement of pre-cast concrete headstone support block; placement of cast-in-place, reinforced concrete grade beam system; headstone re-installation with leveling sand; headstone cleaning, and reinstallation of a new, fully functional irrigation system including testing.The Contractor shall raise/lower, realign, reset, backfill, and clean upright headstones at the Cemetery in a manner that will meet or exceed the requirements to present a clean, neat, professional, and aesthetic headstone appearance and in accordance with Contract Specifications. Services include, but are not limited to work consisting of extracting, resetting, aligning, backfilling, and 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 ensuring accurate placement on each gravesite.The Contractor shall finally remove and restore Cemetery turfgrass in designated burial sections, which includes, but is not limited to: killing and removing existing turfgrass, rototilling the existing topsoil, adding or removing topsoil to establish a new finish grade, installing new turfgrass sod, and establishing new turfgrass sod, preservation of existing cemetery features (lawns, paving, roads, stones, and markers), The Contractor shall restore cemetery features disturbed or removed as a result of performing new work, as well as, repair, replace, or reinstall any damaged cemetery property, such that at the end of the day the condition is as good as before commencement of work. Scheduling of services shall be coordinated with the Contracting Officer’s Representative (COR) to avoid disruption of ongoing cemetery operations. All work will be done during normal Federal workdays during cemetery workday hours. No work will be allowed during special weekend, or Federal Holiday, activities.PROJECT REQUIREMENTS:The Contractor shall be responsible for full management of the facility’s upright headstone raise and realignment and turf renovation services described herein. The Government’s requirements are described in the National Cemetery Administration’s (NCA’s) “Operational Standards and Measures” (provided by the Contracting Officer upon request), this Statement of Work (SOW), the Contract Specifications and other requirements identified herein, as they are applicable to the services required in the Pricing Schedule.The Contractor shall be responsible for:Headstone Installation including Upright Headstone Setting, Raising, and Realignment in accordance with the contract requirements, onto the new concrete grade beam system;Installation of the fully functional irrigation system including the furnishing, installing and testing of all pipe, fittings, valves, heads, controllers, wires, air release valves, valve boxes, and all other components pertinent to the plans and specifications of this system.Cleaning Upright Headstones;Turfgrass Renovation;Layout of the work and for all measurements in connection with the layout;Utilizing existing burial section grid monumentation for all headstone row layout work;Executing the work to the lines and grades needed to accomplish the work and to ensure that headstones and flat markers are correctly and accurately located on their associated gravesites;Debris and trash removal;Maintaining a safe presentable working environment for Contractor, cemetery staff, and the general public.Preventing any disruption to the cemetery operations, including funerals, visitor privacy, internal traffic, and utilities;Preserving the environment and following applicable regulations;Preserving existing cemetery features (lawns, paving, roads, stones, and markers);Restoring cemetery features disturbed or removed as a result of performing new work;Ensuring all work conforms to the NCA’s established National Standards; andTimely submission of required reports and documentation.To ensure the accuracy of upright headstone and marker placement during raise and realignment (R&R) activities, the following procedures shall be followed by the Contractor, cemetery personnel and COR before the Raise and Realignment (R&R) process begins:The Memorial Service Network (MSN) will provide each Cemetery with the correct Gravesite Layout Map(s) prior to beginning the R&R project. The COR or Cemetery Director/designee shall conduct an initial gravesite verification survey prior to the R&R of any headstone or marker in the Cemetery. The COR will obtain a copy of the Burial Register Report from the Burial Operation Support System (BOSS) and current gravesite layout map(s) obtained from the MSN for the verification survey. The Burial Register Report and gravesite layout map(s) will be used to verify the section, row, grave number, first and last name of each decedent and the condition of the headstone/marker included in the Scope of Work. All inconsistencies will be researched, discussed and resolved with the MSN Director prior to the R&R of any headstone or marker. Upon completion of the verification survey and corrective actions as necessary, the COR shall certify the survey by signing the Headstone/Marker Raise & Realign Verification Survey sheet (see Attachment 4). A copy of the signed Headstone/Marker Raise & Realign Verification Survey sheet shall be forwarded to the Contracting Officer (CO) which will be incorporated into the contract files and provided to the Contractor prior to R&R; a copy of the survey will be maintained by the Cemetery. Additional copies of the survey will be retained by the COR for the official contract files. The CO will give the approval to begin R&R process.The Contractor shall complete and submit DAILY, prior to the completion of each work day during which R&R activities take place, a Daily Headstone/Marker Raise & Realign Verification Survey for all headstones and markers raised & realigned (see Attachment 5). The COR/Cemetery Director/designee will verify the accuracy of the placement of headstones or markers on the correct gravesite using the same Burial Register Report and gravesite layout map(s) that were used for the initial headstone/marker verification survey. DAILY, the COR will inform the Contractor Supervisor of all identified inconsistencies and ensure corrective actions are completed that day. The Daily Headstone/Marker Raise & Realign Verification Survey will be maintained by the COR for certifying payments for completed work, tracking project progress and other administrative needs.When site conditions are restrictive and it is not possible to safely operate equipment while keeping the headstones/markers on the gravesite, the Contractor shall prepare these sites by hand. At no time may headstones/markers be removed from the gravesites.The Contractor is responsible to protect headstones and markers during the raise and realignment, and turf renovation process from damage or being discolored from contact with dirt, soil or other contaminants.HEADSTONES AND/OR MARKERS SHALL NOT BE PHYSICALLY REMOVED FROM THE GRAVESITE DURING THE RAISE AND REALIGNMENT OR TURF RENOVATION PROJECTS.CONTRACT OBJECTIVES:To complete the upright headstone raise and realignment and turf renovation project at the Fort Sam Houston National Cemetery, following the technical approach in this Statement of Work in order to maintain the high standards of appearance as a National Shrine, in accordance with best commercial practices and the requirements identified in the solicitation.The performance period of the contract is planned for one year, dependent on the availability of funds.STANDARDS OF EMPLOYEE CONDUCT:Contractor personnel shall be required to adhere to the following standards of dress and conduct, as briefly mentioned here, while performing work in the National Cemetery. These standards and regulations are enforceable under Title 38, U.S.C., Part I, Chapter 9, Section 5901.Clothing shall be presentable and suitable to the work while maintaining proper appearance and decorum indicative for a National Shrine. Uniform shirts and hats are preferred. Clothing shall be clean and cleanliness and personal hygiene are imperative. T-shirts and/or tank tops as outer garments are prohibited. Protective/safety clothing and shoes shall meet or exceed OSHA and state requirements.Behavior and language must be appropriate, reverent, and respectful at all times.Eating and drinking (except water) is prohibited in the work areas and within sight of a committal shelter during a service. Use of intoxicating beverages, any tobacco products, and illegal drugs on the Cemetery premises is strictly prohibited. Contractor personnel shall not lean, sit, or stand on or against headstones or monuments. 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.No tools, equipment or other items will be placed or leaned on headstones or monuments.The Contractor shall discuss the guidance in this paragraph and in Attachment 9 with his/her employees and all subcontractors. Any doubts as to proper procedures shall be brought to the attention of the COR, Cemetery Director, and/or CO for guidance or resolution. Each contractor and subcontractor employee shall sign a Statement of Compliance (Attachment 9); the Contractor shall deliver the signed statements to the COR before work may begin or before any new employee is allowed to work on Cemetery grounds.PARKING AND VA REGULATIONS: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 Cemetery will not validate 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/summons answerable in the United States (Federal) District Court, or other appropriate jurisdiction/agency. USE OF CEMETERY FACILITIES:The Government shall 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 cemetery facilities used by Contractor's employees.The Government will not furnish a storage building at the Cemetery site for use by the Contractor to store supplies and equipment. However, the Government will provide an area designated for the Contractor’s use. The Contractor can establish facilities to include but not limited to office site, covered storage, portable toilet facilities etc. on or in the designated area after such facilities are approved by the COR and Contracting Officer (CO). All utilities to this area are the responsibility of the Contractor. 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 be responsible for maintaining fire extinguishers and other safety equipment. The Contractor will be responsible for safely storing any chemicals, pesticides, herbicides, cleaning solutions, etc. in accordance with manufacturers recommendations. An SDS (Safety Data Sheet) is required for all chemicals, pesticides, herbicides and cleaning solutions.Electricity and phone service will NOT be furnished by the Government for the Contractor’s work area. (Utilities are addressed in the Specifications, paragraph XII)SUPERVISION AND TRAINING:The Contractor shall provide a supervisor who speaks and writes fluent English on site, and at all times when Contractor personnel are on the premises. The Contractor shall be responsible for maintaining satisfactory standards of personnel conduct and work performance and shall administer disciplinary action as required. The Contractor is expected to remove any employees from the Cemetery for cause, to include, but not limited to, safety violations, other misconduct in performance of duty under these specifications and/or conduct contrary to the best interests of the Government. If the Contractor fails to act in this regard, or the reason for a removal is immediately required to protect the interests of the Government, the COR may direct the removal of an employee from the premises. Contractor objections to any such action will be referred to the Contacting Officer (CO) for final resolution; however, the Contractor will first immediately comply with COR direction pending any CO final resolution at a later time or date. The Contractor will not be due any type of compensation for their costs incurred as a result of an employee being removed for cause; unless the removal is directed by the COR, and is later found invalid and/or unreasonable by the Contracting Officer.The 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. Contractor shall ensure that appropriate safety equipment is used by Contractor personnel and shall be used as prescribed by OSHA standards, including hard hats, safety shoes, safety glasses, 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 ExtinguishersOccupational 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.INSPECTION AND CLEANING OF CEMETERY FACILITIES: The Contractor will perform a weekly inspection. During this inspection the appearance of the Cemetery will be observed, and any deficiencies from the contract will be noted. Deficiencies shall be corrected as soon as practicable. Items that need correcting outside the scope of the contract will be reported to the COR or his/her representative. The Contractor will be required to submit inspection reports and work accomplished to the COR weekly. The COR is located at Fort Sam Houston National Cemetery. The inspection forms will be provided to the Contractor. (See “Work Summary and Progress Report”, Attachment 2).INSTALLATION DURING CEMETERY FUNCTIONS:Contractor personnel shall not operate motorized equipment or conduct other commercial activities within the designated area during interment services. The COR will identify 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. PERFORMANCE EVALUATION MEETING:The issuance of a Contract Discrepancy Report (CDR), found at Attachment 3, may be cause for the scheduling of a meeting among the Contractor, Contracting Officer, and the COR. 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 minutes, they will so state their objections in writing to the Contracting Officer, within ten calendar days, and also 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 to revise or uphold the comments as written. The Contracting Officer will notify the Contractor of the decision in writing within ten calendar days of submission of any objections.Contractor Response Times:During Normal Working Hours: The Contractor shall be prepared to shift workers and work areas as necessary to safeguard the cemetery and its visitors and restore the work area(s) to a safe condition. The Contractor shall respond to all normal working hours’ requests made by the COR(s) within 30 minutes of the initial notification.After Normal Hours: After Hours requests warrant rapid response in order to safeguard the cemetery and its visitors and restore the work area(s) to a safe condition. The Contractor shall respond to all after normal hours requests made by the COR(s) within one (1) hour of the initial call. Calls by other Government employees other than the COR(s) shall not be acted upon, but shall be referred to the COR(s) for review. Repairs shall begin as expeditiously as circumstances allow and should normally be completed within (24) hours of the initial emergency call. The Contractor shall keep the COR(s) fully informed of the situation and what action will be taken to secure and correct the situation.CONTRACTOR’S QUALITY CONTROL PLAN (QCP): The Contractor shall establish and maintain a complete QCP to assure the requirements of this contract are provided as specified. This QCP will be forwarded to the Contracting Officer along with the requested initial proposal and may be revised as necessary during the life of the contract, with concurrence of the COR and Contracting Officer. The Contracting Officer will review the QCP and list any needed clarifications, and return to Contractor for response, if necessary. The Contractor’s QCP shall include the following or have incorporated into during performance of contract, 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, and the title of the individual(s) who will perform the inspections.On-site records of all inspections conducted by the Contractor noting necessary corrective action taken. The Government reserves the right to request copies of any and/or each inspection.Incorporation of either active or established internal policy and procedures for updating equipment and procedures that may affect performance of contract. The methods for identifying and preventing deficiencies in the quality of service performed, before the level of performance becomes unacceptable; and the organizational functions, 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.QUALITY ASSURANCE:The COR will evaluate the Contractor’s performance. The COR will evaluate the Contractor’s performance through on-site inspections, evaluation of the Contractor's quality control program and receipt of complaints from cemetery personnel.The COR may inspect each task as completed or increase the number of quality control inspections if called for by repeated failures discovered during inspections or repeated customer complaints. Likewise, the COR may decrease the number of quality control inspections if performance dictates. The COR will also receive and investigate complaints from various customers visiting the Cemetery. The Contractor shall be responsible for initialing validated visitor complaints. The COR shall make final determination of the validity of visitor complaint(s). ACTIONS:Normally, 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 acceptable 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 and/or the COR may exercise any contractual remedy available for non-performance, in accordance with FAR 52.212-4, “Inspection and Acceptance”. If the Contractor does not achieve satisfactory performance by the end of the next period or agreed suspense date, further actions may be considered, to include a determination on whether continued performance by the contractor is feasible. HISTORIC PRESERVATION: When 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. EXPOSURE OR ACCIDENTAL DISCOVERY OF REMAINS: Should any on-site activity, incident, emergency, or disaster result in exposure and/or damage to any remains, container for remains (i.e., casket or urn), or outer burial container, the Contractor shall IMMEDIATELY notify the the Cemetery Director, the COR and/or the CO for guidance; and stop any further work and await permission to proceed.B.5 GENERAL CONDITIONSWORK ENVIRONMENT AND WEATHER CONDITIONSAll work under this service Contract will be performed primarily out-of-doors and personnel performing these services will be exposed to wind, heat, sun, cold, dampness, frost, fog and rain. These conditions, may, at times, be extreme. The Contractor shall take all necessary precautions to protect his/her employees from the elements to the maximum practicable extent. Weather will not be considered an excusable delay in meeting specifications or project schedule. The Contractor understands that it may be necessary to work throughout all weather conditions and to apply additional labor and equipment as necessary to meet deadlines, at no additional cost to the Government. If weather conditions are such the work performed on that day may cause more damage to the Cemetery grounds than good, the COR has the authority to stop work until conditions improve and the COR directs continuation of performance. Due to the sensitive mission of the Cemetery, the work could occasionally involve contact with and/or exposure to grieving individuals. Contractor personnel shall exercise and exhibit absolute decorum, composure and stability at all times and refer such individuals to Cemetery staff.SAFETY AND ENVIRONMENTAL PROTECTIONThe Contractor shall be responsible to ensure all work shall be done in a manner that safeguards all VA visitors, employees, and public. The Contractor shall be solely responsible for any and all actions initiated and/or completed by his/her employees. Furthermore, the Contractor and his/her employees shall have a clear understanding of, and be sensitive to, such environmental issues as ground water contamination, wetlands, etc., and be consistent and fully compliant with all applicable Federal, State, County and City laws, ordinances, Right-to-Know laws, EPA guidelines, and regulations.Matters related to safety, and any actions of the Contractor shall meet all safety requirements, Department of Veterans Affairs, OSHA, and the State. It is incumbent upon the Contractor to be familiar with these requirements.Adequate warning devices, barricades, guards, flagmen or other necessary precautions shall be provided by the Contractor at all work sites to eliminate hazards and for the protection, safety, and warning of all public visitors, pedestrians, cemetery employees, and vehicular traffic within the area. All open and unattended holes in the ground must be covered with plywood and/or barricaded for pedestrian safety.Spill Prevention, Containment, and Clean-up: The Contractor shall contain, clean up, and report all spills on Government property in a manner that complies with all applicable Federal, State, and Local laws and regulations or otherwise stated herein, and the installation spill control plan at no cost to the Government.Dust Control: Keep dust down at all times, including during nonworking periods. Sprinkle or treat, with dust suppressants, the soil at the site, haul roads, and other areas disturbed by operations. Dry power brooming will not be permitted. Instead, use vacuuming, wet mopping, wet sweeping, or wet power brooming.FIRE SAFETYApplicable Publications: Publications listed below form part of this Article to extent referenced. Publications are referenced in text by basic designations only. National Fire Protection Association (NFPA):Standard for Portable Fire ExtinguishersFlammable and Combustible Liquids CodeOccupational Safety and Health Administration (OSHA)29 CFR 1926, Safety and Health Regulations for ConstructionFire Safety Plan: Establish and maintain a fire protection program in accordance with 29 CFR 1926. Means of Egress: Do not block exits for occupied buildings, including paths from exits to roads. 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.Situate temporary facilities, such as trailers, storage sheds, and dumpsters, away from existing buildings and new construction by distances in accordance with NFPA 241. For small facilities with less than 6 m (20 feet) exposing overall length, separate by 3m (10 feet).Fire Extinguishers: Provide and maintain extinguishers in construction areas and temporary storage areas in accordance with 29 CFR 1926, NFPA 241 and NFPA 10. Flammable and Combustible Liquids: Store, dispense and use liquids in accordance with 29 CFR 1926, NFPA 241 and NFPA 30. Smoking: Smoking is prohibited except in designated smoking rest areas approved by the COR.OPERATIONS AND STORAGE AREAS Working space and space available for storing materials will only be available at the approval of the COR or Contracting Officer. If approved, the location is to be where approved by the COR or where shown on drawings as the “Contractor Staging Area”. It is understood the VA will not be held responsible for any damage to the Contractor’s equipment, materials, supplies or the like which may result from vandalism, theft etc. while on site. Contractor shall base operations out of this staging area, using it for materials and equipment storage, administration, employee toilets, trash dumpster area, employee parking, employee lunch/break area, etc. “Contractor Staging Area” fencing: Before work operations begin, Contractor shall provide a chain link fence, six (6) feet minimum height, around the “Contractor Staging Area”. Provide gates as required for access with necessary hardware, including hasps and padlocks. Fasten fence fabric to terminal posts with tension bands and to line posts and top and bottom rails with tie wires spaced at maximum 15 inches. Bottom of fences shall extend to one inch above grade. After completion of project work, Contractor shall remove fencing and restore area back to original condition.“Contractor Staging Area” facilities: Temporary buildings (e.g., storage sheds, shops, offices) may be erected by the Contractor within the approved “Contractor Staging Area” with the approval of the COR or Contracting Officer and shall be built with labor and materials furnished by the Contractor without expense to the Government. The temporary buildings shall remain the property of the Contractor and shall be removed by the Contractor at its expense upon completion of the work.The Contractor shall confine all operations (including storage of materials) on Government premises to areas authorized or approved by the COR or Contracting Officer. Do not store materials and equipment in other than approved areas. The Contractor shall hold and save the Government, its officers and agents, free and harmless from liability of any nature occasioned by the Contractor's performance. The Contractor shall, under regulations prescribed by the Contracting Officer or COR, use only established roadways, or use temporary roadways constructed by the Contractor when and as authorized by the COR or Contracting Officer. When materials are transported in prosecuting the work, vehicles shall not be loaded beyond the loading capacity recommended by the manufacturer of the vehicle or prescribed by any Federal, State, or local law or regulation. When it is necessary to cross curbs or sidewalks, the Contractor shall protect them from damage. The Contractor shall repair or pay for the repair of any damaged curbs, sidewalks, or roads. Execute work in such a manner as to interfere as little as possible with work being done by others. To minimize contract activity interference with flow of cemetery traffic, keep roads, walks and entrances to grounds, parking and occupied areas of buildings clear of materials, debris and standing equipment/vehicles at all times. At least one lane must be open to traffic at all times. Coordination of work with COR or authorized designee: The burial activities at a National Cemetery will take precedence over contract activities. The Contractor shall cooperate and coordinate with the COR or authorized designee, in arranging schedule to cause the least possible interference with cemetery activities in actual burial areas. Work noise during the interment services shall not disturb the service. Trucks and workmen shall not pass through the service area during this period. TEMPORARY TOILETSThe contractor shall provide portable chemical toilets for use by workmen as necessary to comply with applicable OSHA requirements. These portable toilet facilities shall be kept clean and free of excessive odors, insects, etc. Locate portable toilet facilities in the COR approved “Contractor Staging Area” only. It will not be permissible to locate portable toilet facilities in any other locations throughout the Cemetery. Use of the permanent cemetery toilet facilities by workmen is strictly prohibited throughout the duration of this contract. All connections and appliances connected therewith shall be removed prior to completion of contract, and premises left perfectly clean. DISPOSAL AND RETENTIONContractors shall be responsible for cleaning cemetery structures, headstones/flat makers, monuments, and roadways that are soiled or stained as a result of Contractor’s performance. The Contractor shall wash-down with water all soiled or stained structures headstones/flat markers, and monuments at the end of each workday. Roadways shall be cleaned with a street sweeper each day as needed to keep the existing roads free from dirt and mud resulting from Contractor operations. No hazardous chemicals are to be used at anytime on Government property with the exception of herbicide treatments. The Contractor shall bear all costs associated with washing and cleaning. Any such washing/cleaning shall be brought to the immediate attention of the COR prior to washing/cleaning.At the end of each day the Contractor shall remove all debris from the Cemetery site resulting from the work. The Contractor shall ensure at all times that rubbish and trash generated by the Contractor is kept clear of vehicular and pedestrian traffic throughout the site. The Government will not provide receptacle(s) for disposal of debris related to this contract. The Contractor shall provide his/her own REFUSE FACILITIES, and these shall only be located in the COR approved “Contractor Staging Area”. Do not place dumpsters or refuse facilities in any other location at the Cemetery other than the approved “Contractor Staging Area”. The contractor shall dispose of all debris and other waste materials generated by his/her work at a licensed off-site landfill unless otherwise directed by the COR. The Contractor shall dispose of all hazardous waste in accordance with the Resource Conservation and Recovery Act (RCRA) and all other applicable Federal, State, and Local law and regulations. On-installation storage or disposal of hazardous waste is NOT allowed.PROTECTION OF EXISTING VEGETATION, STRUCTURES, EQUIPMENT, UTILITIES, AND IMPROVEMENTSDamage to Government property: The Contractor (including his or her employees, subcontractors, consultants or the like) shall be responsible for repair or replacement of any contractor damaged cemetery structure, to include: turf, curb, road pavement, headstones or markers, valve boxes, grid monument control markers, trees, plant beds, etc., which are chipped, marred, damaged and/or ruined at the fault of the Contractor. The Contractor shall bear all costs associated with replacement and reinstallation. Any such damage shall be brought to the immediate attention of the COR prior to repair, replacement, or installation.The Contractor shall preserve and protect all structures, equipment, and vegetation (such as trees, shrubs, and grass) on or adjacent to the work site that are not to be removed and which do not unreasonably interfere with the work required under this contract. The Contractor shall only remove trees when specifically authorized to do so by the COR, and shall avoid damaging vegetation that will remain in place. If any limbs or branches of trees are broken during contract performance, or by the careless operation of equipment, or by workmen, the Contractor shall trim those limbs or branches with a clean cut and remove and properly dispose of from the site as defined herein.The Contractor shall protect from damage all existing improvements and utilities at or near the work site and on adjacent property of a third party, the locations of which are made known to or should be known by the Contractor. The Contractor shall immediately notify the COR of any such occurrence and repair any damage to those facilities, including those that are the property of a third party, resulting from failure to comply with the requirements of this contract or failure to exercise reasonable care in performing the work. If the Contractor fails or refuses to repair the damage promptly, the Contracting Officer may have the necessary work performed and charge the cost to the Contractor.Protection of Existing Utilities: Contractor shall be responsible for damages to utilities, above and below ground.Refer to paragraphs, "Operations and Storage Areas", "Alterations", and "Restoration" for additional instructions concerning repair of damage to structures and site improvements. RESTORATION Contractor shall remove, cut, alter, replace, patch and repair existing work as necessary. Except as otherwise shown or specified, do not disturb any water, steam, gas, or electric services without prior approval of the COR or Contracting Officer. Existing work to be altered or extended and that is found to be defective in any way, shall be reported to the COR before it is disturbed. Materials and workmanship used in restoring work shall conform in type and quality to that of original construction, except as otherwise shown or specified. Upon completion of Contract, Contractor shall deliver work complete and undamaged. Existing cemetery features (lawns, paving, roads, and walks) disturbed or removed as a result of performing required new work, shall be patched, repaired, reinstalled, or replaced with new work, and refinished and left in as good condition as existed before commencing work. All restoration work shall be accomplished without undue delay.At Contractor's own expense, Contractor shall immediately restore to service and repair any damage caused by Contractor's workmen/subcontractors to existing cemetery infrastructure. USE OF ROADWAYSFor hauling, Contractor shall use only established public roads and roads on cemetery property and, when authorized by the COR, such temporary roads which are necessary in the performance of Contract work. Temporary roads shall be constructed by the Contractor at Contractor's expense. When necessary to cross curbing, sidewalks, or similar construction, they must be protected by well-constructed bridges.AVAILABILITY AND USE OF UTILITY SERVICESWATER: Water will only be made available via Contractor connection to existing cemetery water system in existing locations where connection is available, and for purposes of this Contract only. The Contractor at Contractor's expense and in a workmanlike manner satisfactory to the COR shall be responsible for installing and maintaining temporary connections to the cemetery water supply in accordance with regulations. Contractor shall not obstruct normal traffic flow on adjacent roads while water is being obtained. In locations where cemetery water system is not readily available, the Contractor shall provide and utilize portable water tanks and/or water trucks as necessary to transport water to areas where needed in order to complete the work required by this Contract.ELECTRICITY: In case the Contractor requires electricity while in performance of this Contract, the Contractor shall provide and utilize portable generators as necessary to complete the work. WORK PERFORMED BY OTHERS ON SITEThe Government may undertake or award other contracts for additional work at or near the site of work for this contract. The Contractor shall fully cooperate with any other contractors and with Government employees and shall carefully adapt scheduling and performance of work, and needing any direction, it shall be provided by the COR. The Contractor Supervisor shall be 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 Supervisor 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. REPORTING AND RECORD KEEPINGThe Contractor Supervisor shall report on a daily basis to the COR at the main office of the Cemetery and log in. This DAILY check-in is mandatory and shall be at a time agreed upon by the COR and the Contractor Supervisor within the requirements of paragraph “b” below.The purpose of the DAILY meeting is to coordinate and establish the daily work schedule to ensure that no work is being performed at the immediate site of a scheduled interment or ceremony, and to submit the required written reports to the COR. These Daily meetings are for the Contractor Supervisor to ask questions and ensure he/she understands the off-limit areas, which may vary depending on the event. The Contractor Supervisor can thus assign tasks accordingly throughout the rest of the Cemetery so that productive use of labor and equipment is assured, and downtime is avoided. If the Contractor Supervisor fails to re-direct employees away from an event in a timely fashion, the COR may then assist in doing so. The Contractor Supervisor or his designee shall provide the COR the following documentation:The Contractor Supervisor shall provide WEEKLY and DAILY work schedules to the COR. The contractor is required to schedule all required services and is further required to comply with his schedule except for delays beyond his control. Such delays shall be coordinated through the COR. The work schedule shall include deficient work identified by contractor's quality control inspections and not yet corrected.The Contractor shall submit the WEEKLY schedule every Friday by 3:00 P.M. indicating the work to be performed during the following week and the DAILY schedule shall be submitted on a daily basis by 8:00 A.M. indicating work being performed on that day.The Contractor Supervisor shall provide weekly an accurate written report identifying all work that took place within the previous seven calendar days. The contractor shall document services performed, indicate the location where work was to be performed, and provide information to the COR as required. A list of scheduled ceremonies will be provided to the Contractor Supervisor the week prior to the scheduled events, and a list of scheduled funerals will be provided daily. The Contractor Supervisor shall be solely responsible for ensuring that no contract work causes any funeral, ceremony, procession or visitation to be delayed, altered, or otherwise impacted in such a way that the dignity or security of the event is compromised. The Contractor shall be solely responsible for staying abreast of all such upcoming events and when in doubt, he/she must ask the COR.The Memorial Service Network will provide each Cemetery with the correct Gravesite Layout Map(s) prior to beginning the raise and realignment (R&R) process. The COR or Cemetery Director/designee shall conduct an initial gravesite verification survey prior to the R&R of any headstone or marker in the Cemetery. The COR will obtain a copy of the Burial Register Report from the Burial Operation Support System (BOSS) and current gravesite layout map(s) obtained from the Memorial Service Network (MSN) for the verification survey. The Burial Register Report and gravesite layout map(s) will be used to verify the section, row, grave number, first and last name of each decedent and the condition of the headstone/marker included in the contract services. All inconsistencies will be researched, discussed and resolved with the MSN Director prior to the R&R of any headstone or marker. Upon completion of the verification survey and corrective actions as necessary, the COR shall certify the survey by signing the Headstone/Marker Raise & Realign Verification Survey sheet (see Attachment 4). A copy of the signed Headstone/Marker Raise & Realign Verification Survey sheet shall be forwarded to the Contracting Officer (CO) which will be incorporated into the contract files and provided to the Contractor prior to R&R; a copy of the survey will be maintained by the Cemetery. Additional copies of the survey will be retained by the COR for the official contract files. The CO will give the approval to begin the R&R process.The Contractor shall complete and submit DAILY, prior to the completion of each work day during which R&R activities take place, a Daily Headstone/Marker Raise & Realign Verification Survey for all headstones and markers raised & realigned (see Attachment 5). The COR/Cemetery Director/designee will verify the accuracy of the placement of headstones or markers on the correct gravesite using the same Burial Register Report and gravesite layout map(s) that were used for the initial headstone/marker verification survey. DAILY, the COR will inform the Contractor Supervisor of all identified inconsistencies and ensure corrective actions are completed that day. The Daily Headstone/Marker Raise & Realign Verification Survey will be maintained by the COR for certifying payments for completed work, tracking project progress and other administrative needs.The Contractor’s performance and progress on this contract shall be measured weekly based on how timely, accurately, and adequately he/she accomplishes and completes the weekly work scheduled and as needed to systematically accomplish the contract work over the duration of the project. In instances where the COR determines that the work is behind schedule, he will notify the Contracting Officer and the Contractor shall increase workforce and/or hours of operation at no additional cost to the Government in order to achieve completion of the contract work within the specified timeframe. SUBMITTALS - The Contractor shall submit the following documents or information in accordance with the table below. SubmittalFrequencySubmittal ScheduleWork plan/Staffing plan Initial and as revisedWith proposalFire safety planInitial and as revisedPrior to beginning workEmergency contactsInitial and as revisedPrior to beginning workLicenses, permits, insurance on vehicles, liability, Workman’s Compensation Insurance, etcInitial and as revisedPrior to beginning workEquipment listInitial and as revised7 calendar days prior to mobilizationWork scheduleDaily Every day by 8:00 A.M.Headstone/Marker Raise & Realign Verification SurveyDailyBy 3:00 P.M. during R&R activitiesWeekly report and rework listWeeklyEvery Friday by 3:00 P.M.Sod delivery tickets and certificationAs neededUpon deliveryGradation of crushed rockAs neededUpon deliveryFertilizer and herbicides information sheets/labelsAs neededPrior to useSafety Data Sheets (See FAR Clause 52.223-3)As neededPrior to chemical useConcrete testing agency’s “Report of Latest Inspection of Laboratory Facilities by CCRL”Initial and as revisedPrior to concrete workConcrete mix design and admixtures; test resultsInitial and as revisedPrior to concrete placementPrecast box shop drawingInitial and as revisedPrior to concrete workSurveyor’s licenseInitial and as revisedPrior to R&R activitiesHeadstone survey; new lines and gradesInitial and as revisedPrior to R&R activitiesKeystone selectionInitial and as revisedPrior to R&R activitiesIrrigation head inventoryAs neededPrior to excavationManufacturers' catalog cuts and specifications for piping and any new irrigation headsAs neededIrrigation testing resultsInitial and as revisedNo more than 7 calendar days after irrigation installation completionReproducible irrigation As-built drawingsFinalNo more than 14 calendar days after irrigation installation completionSUPERVISION: Contractor Supervisor: A competent and experienced English-speaking Contractor Supervisor shall be provided by the Contractor whenever work is being performed - other than trash and debris pick-up. The Contractor Supervisor must have not less than five (5) years of experience as a direct supervisor of grounds maintenance operations that included mowing, trimming, edging, and cleanup in industrial, commercial or public sites. The Contractor Supervisor shall 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.In the absence of the Supervisor, the Contractor shall appoint an English-speaking crew foreman or an employee who shall be responsible to insure that the work is being accomplished in an expeditious manner, is performed in accordance with the contract specifications and that the work will progress without undue delay.EMPLOYEE REQUIREMENTSThe Contractor shall be responsible to ensure Contractor employees providing work on this contract are fully trained and completely competent to perform the required work. Labor Force and Equipment: The Contractor shall be aware of the intensive labor and equipment requirements needed to meet contract specifications. Contractor shall be responsible to provide all labor and equipment as necessary to meet deadlines. The Contractor will provide all necessary resources to complete the efforts assigned under the scope of this contract. Employee Listing: The Contractor shall maintain and provide the COR a current list of all employees on site including subcontractor personnel. The list shall include the employee’s name, job title, and driver’s license number.Employee Identification: The Contractor's employees shall wear visible identification at all times while on the premises of the Cemetery.Contractor personnel shall park only in the COR approved “Contractor Staging Area” identified for this project. Workers are not allowed to park throughout the cemetery grounds, and violation of this requirement shall form the basis for immediate contract enforcement action, to include immediate removal from the Cemetery. The Contractor shall be responsible to ensure that his/her employees (including contractor’s consultants, subcontractors, etc.) are aware of all the terms and conditions regarding their performance and conduct during the performance period of this contract.Possession of weapons is prohibited. Enclosed containers, including tool kits, shall be subject to search. Violations of VA regulations may result in citation/summons answerable in the United States (Federal) District Court, or other appropriate agency/jurisdiction.Contractor personnel are subject to rules of the Cemetery applicable to their conduct. ORIENTATION FOR CONTRACTOR EMPLOYEES: The contractor shall be responsible to ensure that contractor employees coming to the work site will receive complete information on each of these subjects:Safety, Environmental Protection, and Fire Safety.Project Work Schedule, Rules Pertaining To Employee Requirements and Conduct, General Parameter Job Related Issues.Disaster procedures.All technical requirements and work procedures of the contract.WORK HOURSWork may be performed between the hours of 7:00 a.m. to 4:00 p.m. local time, Monday through Friday except observed Federal Holidays or unless otherwise directed by the COR. At Contractor request and with the written permission of the COR, work may also be permitted to be scheduled during weekends and/or Holidays. When situations prohibit work completion during the normal work week, (such as weather-related or contractor-caused delays), then the Contractor will make arrangements with the COR to work on weekends, as needed, in order to meet the requirements of performance within the period specified. The Government will not compensate the Contractor for any alternate work schedules needed for the Contractor to complete all contract work within the specified period of performance. After Normal Hours/On-Call/Emergency SituationsThe Contractor shall establish and maintain a point-of-contact to receive emergency calls from the COR(s). The point-of-contact shall be available on a 24-hour basis including during weekends, Federal Holidays and after normal hours of operation. The Contractor shall provide phone, pager and cell phone numbers for emergency and/or after hour’s situations. Repairs shall be made as expeditiously as circumstances allow or within (24) hours upon initial emergency call. Contractor shall provide name/telephone number(s) for Project Manager (Home Office), Supervisor, and Foreman, including normal and after hours contact numbers, cell and fax numbers.If work is authorized to be performed after hours or on weekends/holidays and an emergency should occur, the Contractor shall contact the COR and the Cemetery Director. In the absence of the COR and the Cemetery Director, the Contractor shall contact the local police.Federal Holidays. The Federal Government observes the following holidays: New Year’s Day, Martin Luther King Jr.’s Birthday, President’s Day, Memorial Day, Independence Day, Labor Day, Columbus Day, Veteran’s Day, Thanksgiving Day, and Christmas Day. In addition, no work will be permitted during Memorial Day weekend activities.PERMITS AND LICENSES: The Contractor shall be responsible for obtaining all necessary and current licenses, permits, vehicular insurance and registration, Workman’s Compensatory Liability Insurance, property liability insurance etc., prior to the commencement of work. The contractor shall provide the Contracting Officer copies of these required documents with his/her proposal or as other times where the COR deems necessary during the duration of the project.CONTRACTOR-FURNISHED ITEMSThe Contractor shall be responsible for supplying all equipment, personnel, tools, supplies and materials necessary to perform the services required by this contract. Contractor-furnished items necessary to perform work as required under this contract shall be furnished, maintained and operated by the contractor and shall be consistent and fully compliant with all applicable OSHA, Federal, State, County, City laws, ordinances and regulations.The Contractor shall be responsible for the supply, maintenance and repair of all contractor-owned equipment. This includes, minor maintenance/repair and minor operating parts for equipment such as lubrication, oil changes, spark plugs, gaskets, cotter pins/keys, electric extension cords, etc., to keep all equipment in good operational condition throughout the period of performance of this contract. No contractor equipment maintenance repairs of any kind can be done on cemetery property without the COR(s) approval.The Contractor shall be responsible for ensuring that all of his/her motor vehicles and equipment meet State inspection, safety, licensing, registration, and insurance requirements.Only Contractor equipment and supplies (property) required to perform work under this contract shall be stored at the Contractor’s designated storage area at the end of each workday. No personal property, equipment, or vehicles shall be stored on the cemetery premises.THE GOVERNMENT’S RESPONSIBILITIESUpon award of the contract, the Government will inform the Contractor prior to commencing the work, of any known damages to the cemetery grounds, headstones/markers or any other areas that the Contractor is unaware of and not responsible for. In addition, upon award of the contract, a walk-through of the cemetery grounds will be scheduled by mutual agreement of the Government and Contractor, and will be attended by the COR, appropriate contractor personnel (to include the Supervisor/Project Manager). The Contracting Officer is an optional attendee.The Government will not provide the Contractor with any furnishings, fuel storage, equipment, materials, restrooms, or telephones. Utilities will be provided as defined in “AVAILABILITY AND USE OF UTILITY SERVICES”.Notification of Non-Compliance: The COR will notify the Contractor of any detected non-compliance with the foregoing requirements. The Contractor shall take immediate corrective action after receipt of such notice. Such notice, when delivered to the Contractor at the work site, shall be deemed sufficient for the purpose of notification. If the Contractor fails or refuses to comply promptly, the Contracting Officer may issue an order ceasing all or part of the work until satisfactory corrective action has been taken. No part of the time lost due to such cessation direction shall be made the subject of claim for extension of time for excess costs or damages by the Contractor.B.6 SPECIFICATIONSSECTION 00 01 10TABLE OF CONTENTSDIVISION 00 – SPECIAL SECTIONS00 01 15List of Specification Exhibits and DrawingsDIVISION 03 – CONCRETE03 30 53Cast-In-Place ConcreteDIVISION 04 – MASONRY04 01 00Upright Marble Headstone CleaningDIVISION 10 – SPECIALTIES10 80 00Upright Headstone Raise, Lower, Realign, Level, BackfillDIVISION 31 – EARTHWORTH31 20 00EarthworkDIVISION 32 – EXTERIOR IMPROVEMENTS32 84 00Planting Irrigation32 92 00Turfgrass Renovation and ReestablishmentSECTION 00 01 15SPECIFICATION EXHIBITS AND DRAWINGSEXHIBIT LETTEREXHIBIT TITLEAUpright Headstone Traditional Installation Details (Compacted Aggregate)BUpright Headstone (Civil War Type) Installation DetailsCUpright Headstone Installation DetailsDPlan View – Upright Headstone Burial Section Layout and RealignmentEElevation View – Upright Headstone Burial Section Vertical AlignmentFTurfgrass Specifications and Mowing RequirementsDRAWING NUMBEREXHIBIT TITLEL-101Site PlanL-201Sections 15 & 17 LayoutL-300Civil NotesL-301Sections 15 & 17 Beam LayoutL-302Civil DetailsL-303Detailed Beam SectionsI-101Sections 15 & 17 Irrigation ReplacementI-201Irrigation DetailsSECTION 03 30 53CASTINPLACE CONCRETEPART 1 GENERAL1.1 DESCRIPTION:This section specifies castinplace structural concrete and materials and mixes for other concrete.1.2 RELATED WORK:A.Materials testing and inspection during construction: Section 01410, TESTING LABORATORY SERVICES.1.3 TESTING AGENCY FOR CONCRETE MIX DESIGN:A.Testing agency retained and reimbursed by the Contractor and approved by the COR.B.Testing agency maintaining active participation in Program of Cement and Concrete Reference Laboratory (CCRL) of National Institute of Standards and Technology. Accompany request for approval of testing agency with a copy of Report of Latest Inspection of Laboratory Facilities by CCRL.C.Testing agency shall furnish equipment and qualified technicians to establish proportions of ingredients for concrete mixes.1.4 TOLERANCES:A.Formwork: ACI 117, except the elevation tolerance of formed surfaces before removal of shores is +0 mm (+0 inch) and -20 mm (-3/4 inch).B.Reinforcement Fabricating and Placing: ACI 117, except that fabrication tolerance for bar sizes Nos. 10, 13, and 16 (Nos. 3, 4, and 5) (Tolerance Symbol 1 in Fig. 2.1(a), ACI, 117) used as column ties or stirrups is +0 mm (+0 inch) and -13 mm (-1/2 inch) where gross bar length is less than 3600 mm (12 feet), or +0 mm (+0 inch) and -20 mm (-3/4 inch) where gross bar length is 3600 mm (12 feet) or more.C.Cross-Sectional Dimension: ACI 117, except tolerance for thickness of slabs 12 inches or less is +20 mm (+3/4 inch) and - 6 mm (-1/4 inch). 1.5 REGULATORY REQUIREMENTS:A.ACI 315 – Details and Detailing of Concrete Reinforcement.B.ACI 318 Building Code Requirements for Reinforced Concrete.C.ACI 301 – Standard Specifications for Structural Concrete.1.6 SUBMITTALS:A.Testing Agency for Concrete Mix Design: Approval request including qualifications of principals and technicians and evidence of active participation in program of Cement and Concrete Reference Laboratory (CCRL) of National Institute of Standards and Technology and copy of report of latest CCRL, Inspection of Laboratory.B.Test Report for Concrete Mix Designs: Trial mixes including watercement ratio curves, concrete mix ingredients, and admixtures.1.7 PRE-CONCRETE CONFERENCE:A.General: At least 15 days prior to submittal of design mixes, conduct a meeting to review proposed methods of concrete construction to achieve the required results.B.Agenda: Includes but is not limited to:1.Submittals.2.Coordination of work.3.Availability of material.4.Concrete mix design including admixtures.5.Methods of placing, finishing, and curing.6.Material inspection and testing.C.Attendees: Include but not limited to representatives of Contractor; subcontractors involved in supplying, conveying, placing, finishing, and curing concrete; Contracting Officer; COR.1.8 APPLICABLE PUBLICATIONS:A.Publications listed below form a part of this specification to extent referenced. Publications are referenced in text by basic designation only.B.Federal Specifications (Fed. Spec.):MM-L-751HLumber SoftwoodC.American Concrete Institute (ACI):117-90Standard Specifications for Tolerances for Concrete Construction and Materials117R-90Commentary on Standard Specifications for Tolerances for Concrete Construction and Materials211.191Standard Practice for Selecting Proportions for Normal, Heavyweight, and Mass Concrete211.298Standard Practice for Selecting Proportions for Structural Lightweight Concrete21477Recommended Practice for Evaluation of Strength Test Results of Concrete301-99Standard Specifications for Structural Concrete 304R-2000Guide for Measuring, Mixing, Transporting, and Placing Concrete305R-99Hot Weather Concreting306R-(R2002)Cold Weather Concreting308(R1997)Standard Practice for Curing Concrete309R-96Guide for Consolidation of Concrete31599Details and Detailing of Concrete Reinforcement318/318R02Building Code Requirements for Reinforced Concrete and Commentary347R-(R1999)Guide to Formwork for ConcreteD.American National Standards Institute and American Hardboard Association (ANSI/AHA):A135.4-95Basic HardboardE.American Society for Testing and Materials (ASTM):A82-02Standard Specification for Steel Wire, Plain, for Concrete ReinforcementA18502Standard Specification for Steel Welded Wire Fabric, Plain, for Concrete ReinforcementA615/A615M03Standard Specification for Deformed and Plain BilletSteel Bars for Concrete ReinforcementA653/A653M-03Standard Specification for Steel Sheet, Zinc-Coated (Galvanized) or Zinc-Iron Alloy-Coated (Galvannealed) by the Hot-Dip ProcessA706/A706M-03Standard Specification for Low-Alloy Steel Deformed and Plain Bars for Concrete ReinforcementA767/A767M-00 REV.BStandard Specification for Zinc-Coated (Galvanized) Steel Bars for Concrete ReinforcementA775/A775M-01Standard Specification for Epoxy-Coated Reinforcing Steel BarsA820-01Standard Specification for Steel Fibers for Fiber-Reinforced ConcreteA996/A996M-03 REV.AStandard Specification for Rail-Steel and Axle-Steel Deformed Bars for Concrete ReinforcementC31/C31M03Standard Practice for Making and Curing Concrete Test Specimens in the fieldC3303Standard Specification for Concrete AggregatesC39/C39M01Standard Test Method for Compressive Strength of Cylindrical Concrete SpecimensC94/C94M03Standard Specification for ReadyMixed ConcreteC143/C143M00Standard Test Method for Slump of Hydraulic Cement ConcreteC15002 REV. AStandard Specification for Portland Cement C17103Standard Specification for Sheet Materials for Curing ConcreteC17299Standard Specification for Sampling Freshly Mixed ConcreteC17301...Standard Test Method for Air Content of Freshly Mixed Concrete by the Volumetric MethodC192/C192M02Standard Practice for Making and Curing Concrete Test Specimens in the LaboratoryC23197(E1999)Standard Test Method for Air Content of Freshly Mixed Concrete by the Pressure MethodC26001Standard Specification for AirEntraining Admixtures for ConcreteC309REV. A 98Standard Specification for Liquid MembraneForming Compounds for Curing ConcreteC33003Standard Specification for Lightweight Aggregates for Structural ConcreteC494/C494MREV. A 99(E2001)Standard Specification for Chemical Admixtures for ConcreteC496-96Standard Test Method for Splitting Tensile Strength of Cylindrical Concrete SpecimensC567-00Standard Test Method for Density of Structural Lightweight ConcreteC61803Standard Specification for Coal Fly Ash and Raw or Calcined Natural Pozzolan for Use as a Mineral Admixture in ConcreteC66603Standard Test Method for Resistance of Concrete to Rapid Freezing and ThawingC881-02Standard Specification for Epoxy-Resin-Base Bonding Systems for ConcreteC1107-02Standard Specification for Packaged Dry, Hydraulic-Cement Grout (Non-shrink)D6-95(R2000)Standard Test Method for Loss on Heating of Oil and Asphaltic CompoundsD297-93(R2002)(E2003)Standard Test Methods for Rubber Products-Chemical AnalysisD175199Standard Specification for Preformed Expansion Joint Filler for Concrete Paving and Structural Construction (Non-extruding and Resilient Bituminous Types)D4397-02Standard Specification for Polyethylene Sheeting for Construction, Industrial and Agricultural ApplicationsE1155-96(R2001)Standard Test Method for Determining FFF.American Welding Society (AWS):D1.498Structural Welding Code Reinforcing SteelG.Concrete Reinforcing Steel Institute (CRSI):DA4-90Manual of Standard PracticeH.National Cooperative Highway Research Program (NCHRP):Report No. 244-81Concrete Sealers for the Protection of Bridge StructuresI.U. S. Department of Commerce Product Standard (PS):PS 1-83Construction and Industrial PlywoodJ.U. S. Army Corps of Engineers Handbook for Concrete and Cement:CRD C51374Rubber WaterstopsCRD C57274Polyvinyl chloride WaterstopsPART 2 – PRODUCTS:2.1 MATERIALS:A.Portland Cement: ASTM C150 Type I or II.B.Coarse Aggregate: ASTM C33.1.Size 67. Size 467 may be used for footings and walls over 300 mm (12 inches) thick.2.Maximum size of coarse aggregates not more than one fifth of narrowest dimension between sides of forms, one third of depth of slabs, nor three fourth of minimum clear spacing between reinforcing bars.C.Fine Aggregate: ASTM C33.D.Mixing Water: Fresh, clean, and potable.E.Admixtures:1.Water Reducing Admixture: ASTM C494, Type A and not contain more chloride ions than are present in municipal drinking water.2.Water Reducing, Retarding Admixture: ASTM C494, Type D and not contain more chloride ions than are present in municipal drinking water.3.High-Range Water-Reducing Admixture (Super plasticizer): ASTM C494, Type F or G, and not contain more chloride ions than are present in municipal drinking water.4.Non-Corrosive, Non-Chloride Accelerator: ASTM C494, Type C or E, and not contain more chloride ions than are present in municipal drinking water. Admixture manufacturer must have long-term non-corrosive test data from an independent testing laboratory of at least one year duration using an acceptable accelerated corrosion test method such as that using electrical potential measures.5.Air Entraining Admixture: ASTM C260.6.Certification: Written conformance to the requirements above and the chloride ion content of the admixture prior to mix design review.F.Reinforcing Steel: ASTM A615, or ASTM A996, deformed, grade as shown. G.Reinforcing Bars to be Welded: ASTM A706.H.Galvanized Reinforcing Bars: ASTM A767.I.Supports, Spacers, and Chairs: Types which will hold reinforcement in position shown in accordance with requirements of ACI 318 except as specified. J.Sheet Materials for Curing Concrete: ASTM C171.K.Liquid Membrane-forming Compounds for Curing Concrete: ASTM C309, Type I, with fugitive dye. Compound shall be compatible with scheduled surface treatment, such as paint and resilient tile, and shall not discolor concrete surface.L.Epoxy shall be in conformance to ODOT SS-2070. 2.2 CONCRETE MIXES:A.Mix Designs: Proportioned in accordance with Section 5.3, "Proportioning on the Basis of Field Experience and/or Trial Mixtures" of ACI 318.1.If trial mixes are used, make a set of at least 6 cylinders in accordance with ASTM C192 for test purposes from each trial mix; test three for compressive strength at 7 days and three at 28 days.2.Submit a report of results of each test series, include a detailed listing of the proportions of trial mix or mixes, including cement, admixtures, weight of fine and coarse aggregate per m3 (cubic yard) measured dry rodded and damp loose, specific gravity, fineness modulus, percentage of moisture, air content, watercement ratio, and consistency of each cylinder in terms of slump.3.Prepare a curve showing relationship between watercement ratio at 7day and 28day compressive strengths. Plot each curve using at least three specimens. 4.If the field experience method is used, submit complete standard deviation analysis.B.After approval of mixes no substitution in material or change in proportions of approval mixes may be made without additional tests and approval of the COR or as specified. Making and testing of preliminary test cylinders may be carried on pending approval of cement, providing Contractor and manufacturer certify that ingredients used in making test cylinders are the same. The COR may allow Contractor to proceed with depositing concrete for certain portions of work, pending final approval of cement and approval of design mix.C.Cement Factor: Maintain minimum cement factors in Table I regardless of compressive strength developed above minimums.TABLE I - CEMENT AND WATER FACTORS FOR CONCRETEConcrete StrengthNon-Air-EntrainedAir-EntrainedMin. 28 Day Comp. Str.Min. Cementkg/m3 (lbs/c. yd)Max. Water Cement RatioMin. Cementkg/m3 (lbs/c. yd)Max. WaterCement Ratio4,000 psi300 (500)*310 (520)**Determined by Laboratory in accordance with ACI 211.1 for normal concrete or ACI 211.2 for lightweight structural concrete.D.Maximum Slump: Maximum slump, as determined by ASTM C143 with tolerances as established by ASTM C94, for concrete to be vibrated shall be as shown in Table II.TABLE II MAXIMUM SLUMP, mm (INCHES)*Type of ConstructionNormal Weight ConcreteReinforced Footings and Substructure Walls5 inches*Slump may be increased by the use of the approved high-range water-reducing admixture (super plasticizer). Tolerances as established by ASTM C94. Concrete containing the high-range-water-reducing admixture may have a maximum slump of 225 mm (9 inches). The concrete shall arrive at the job site at a slump of 75 mm to 100 mm (3 inches to 4 inches), and 100 mm to 125 mm (4 inches to 5 inches) for lightweight concrete. This should be verified, and then the high-range-water-reducing admixture added to increase the slump to the approved level.E.Air-Entrainment: Air-entrainment of normal weight concrete shall conform with Table III. Air-entrainment of lightweight structural concrete shall conform with Table IV. Determine air content by either ASTM C173 or ASTM C231.TABLE III TOTAL AIR CONTENTFOR VARIOUS SIZES OF COARSE AGGREGATES (NORMAL CONCRETE)Nominal Maximum Size of Total Air Content Coarse Aggregate, mm (Inches) Percentage by Volume 10 mm (3/8 in).6 to 10 13 mm (1/2 in).5 to 9 20 mm (3/4 in).4 to 8 25 mm (1 in).31/2 to 61/2 40 mm (1 1/2 in).3 to 6F.Enforcing Strength Requirements: Test as specified in Section, TESTING LABORATORY SERVICES, during the progress of the work. Sevenday tests may be used as indicators of 28day strength. Average of any three 28day consecutive strength tests of laboratorycured specimens representing each type of concrete shall be equal to or greater than specified strength. No single test shall be more than 3.5 MPa (500 psi) below specified strength. Interpret field test results in accordance with ACI 214. Should strengths shown by test specimens fall below required values, Contracting Officer may require any one or any combination of the following corrective actions, at no additional cost to the Government:1.Require changes in mix proportions by selecting one of the other appropriate trial mixes or changing proportions, including cement content, of approved trial mix.2.Require additional curing and protection.3.If five consecutive tests fall below 95 percent of minimum values given in Table I or if test results are so low as to raise a question as to the safety of the structure, COR may direct Contractor to take cores from portions of the structure. Use results from cores tested by the Contractor retained testing agency to analyze structure.4.If strength of core drilled specimens falls below 85 percent of minimum value given in Table I, the COR may order load tests, made by the Contractor retained testing agency, on portions of building so affected. Load tests in accordance with ACI 318 and criteria of acceptability of concrete under test as given therein.5.Concrete work, judged inadequate by structural analysis, by results of load test, or for any reason, shall be reinforced with additional construction or replaced, if directed by the Contracting Officer.2.3 BATCHING AND MIXING:A.General: Concrete shall be "ReadyMixed" and comply with ACI 318 and ASTM C94, except as specified. Batch mixing at the site is permitted. Mixing process and equipment must be approved by the COR. With each batch of concrete, furnish certified delivery tickets listing information in Paragraph 16.1 and 16.2 of ASTM C94. Maximum delivery temperature of concrete is 380C (100 degrees Fahrenheit). Minimum delivery temperature as follows:Atmospheric TemperatureMinimum Concrete Temperature-1. degrees to 4.4 degrees C (30 degrees to 40 degrees F)15.6 degrees C (60 degrees F.)-17 degrees C to -1.1 degrees C (0 degrees to 30 degrees F.)21 degrees C (70 degrees F.)1.Services of aggregate manufacturer's representative shall be furnished during the design of trial mixes and as requested by the COR for consultation during batching, mixing, and placing operations of lightweight structural concrete. Services will be required until field controls indicate that concrete of required quality is being furnished. Representative shall be thoroughly familiar with the structural lightweight aggregate, adjustment and control of mixes to produce concrete of required quality. Representative shall assist and advise COR.PART 3 – EXECUTION3.1 PLACING REINFORCEMENT:A.General: Details of concrete reinforcement in accordance with ACI 318 and ACI 315, unless otherwise shown.B.Placing: Place reinforcement conforming to CRSI DA4, unless otherwise shown.1.Place reinforcing bars accurately and tie securely at intersections and splices with 1.6 mm (16 gauge) black annealed wire. Secure reinforcing bars against displacement during the placing of concrete by spacers, chairs, or other similar supports. Portions of supports, spacers, and chairs in contact with soil shall be made of or coated with a non-corroding material. Type, number, and spacing of supports conform to ACI 315.C.Spacing: 1.Minimum clear distances between parallel bars, except in columns and multiple layers of bars in beams shall be equal to nominal diameter of bars. Minimum clear spacing is 25 mm (1 inch) or 11/3 times maximum size of coarse aggregate.2.If the beam is formed against the trench sides, ensure trench sides are as close to vertical as possible. Reinforcement may need to be set slightly higher and narrower to account for the rougher surfaces in order to maintain required cover.D.Splicing: Splices of reinforcement made only as required or shown or specified. Accomplish splicing as follows:1.Lap splices: Lap splices are permitted. 2.Welded splices: Splicing by buttwelding of reinforcement permitted providing the weld develops in tension at least 125 percent of the yield strength (fy) for the bars. Welding conform to the requirements of AWS D1.4. Welded reinforcing steel conform to the chemical analysis requirements of AWS D1.4.a.Submit test reports indicating the chemical analysis to establish weldability of reinforcing steel.b.Submit a field quality control procedure to insure proper inspection, materials and welding procedure for welded splices.c.Department of Veterans Affairs retained testing agency shall test a minimum of three splices, for compliance, locations selected by the COR.3.Mechanical Splices: Develop in tension and compression at least 125 percent of the yield strength (fy) of the bars. Stresses of transition splices between two reinforcing bar sizes based on area of smaller bar. Provide mechanical splices at locations indicated. Use approved exothermic, tapered threaded coupling, or swaged and threaded sleeve. Exposed threads and swaging in the field not permitted.a.Initial qualification: In the presence of the COR, make three test mechanical splices of each bar size proposed to be spliced. Department of Veterans Affairs retained testing laboratory will perform load test.b.During installation: Furnish, at no additional cost to the Government, one companion (sister) splice for every 50 splices for load testing. Department of Veterans Affairs retained testing laboratory will perform the load test.E.Bending: Bend bars cold, unless otherwise approved. Do not field bend bars partially embedded in concrete, except when approved by Contracting Officer Representative.F.Cleaning: Metal reinforcement, at time concrete is placed, shall be free from loose flaky rust, mud, oil, or similar coatings that will reduce bond.G.Future Bonding: Protect exposed reinforcement bars intended for bonding with future work by wrapping with felt and coating felt with a bituminous compound unless otherwise shown.3.2 PLACING CONCRETE:A.Preparation:1.Remove hardened concrete, wood chips, shavings and other debris from forms.2.Remove hardened concrete and foreign materials from interior surfaces of mixing and conveying equipment.3.Ensure trench cuts are clean and vertical before depositing concrete. Once placed, the vertical sides of the beam should not bear on the soil at all (as they would if the beam was wider at the top than at the bottom). Material that has sloughed either because the soil isn’t cohesive enough or because of it was kicked in shall be removed from the trench before depositing concrete. Non-cohesive spots shall be formed vertical.4.Ensure pre-cast boxes are level and stabilized from movement during concrete placement. Remove any temporary anchors from precast boxes immediately after placing concrete.5.Have forms, trench, pre-cast box placement, and reinforcement inspected and approved by the COR before depositing concrete.6.Provide runways for wheeling equipment to convey concrete to point of deposit. Keep equipment on runways which are not supported by or bear on reinforcement. Provide similar runways for protection of vapor barrier on coarse fill.B.Bonding: Before depositing new concrete on or against concrete which has been set, thoroughly roughen and clean existing surfaces of laitance, foreign matter, and loose particles.1.Preparing surface for applied topping:a.Remove laitance, mortar, oil, grease, paint, or other foreign material by sand blasting. Clean with vacuum type equipment to remove sand and other loose material.b.Broom clean and keep base slab wet for at least four hours before topping is applied.c.Use a thin coat of one part Portland cement, 1.5 parts fine sand, bonding admixture; and water at a 50: 50 ratio and mix to achieve the consistency of thick paint. Apply to a damp base slab by scrubbing with a stiff fiber brush. New concrete shall be placed while the bonding grout is still tacky.C.Conveying Concrete: Convey concrete from mixer to final place of deposit by a method which will prevent segregation. Method of conveying concrete subject to approval of the COR.D.Placing: For special requirements see Paragraphs, HOT WEATHER and COLD WEATHER.1.Do not place concrete when weather conditions prevent proper placement and consolidation, or when concrete has attained its initial set, or has contained its water or cement content more than 1 1/2 hours.2.Deposit concrete in forms as near as practicable in its final position. Prevent splashing of forms or reinforcement with concrete in advance of placing concrete.3.Do not drop concrete freely more than 3000 mm (10 feet) for concrete containing the high-range water-reducing admixture (super plasticizer) or 1500 mm (5 feet) for conventional concrete. Where greater drops are required, use a tremie or flexible spout (canvas elephant trunk), attached to a suitable hopper.4.Discharge contents of tremies or flexible spouts in horizontal layers not exceeding 500 mm (20 inches) in thickness, and space tremies such as to provide a minimum of lateral movement of concrete.5.Continuously place concrete until an entire unit between construction joints is placed. Rate and method of placing concrete shall be such that no concrete between construction joints will be deposited upon or against partly set concrete, after its initial set has taken place, or after 45 minutes of elapsed time during concrete placement.6.On bottom of members with severe congestion of reinforcement, deposit 25 mm (1 inch) layer of flowing concrete containing the specified high-range water-reducing admixture (super plasticizer). Successive concrete lifts may be a continuation of this concrete or concrete with a conventional slump.7.Concrete on metal deck:a.Concrete on metal deck shall be minimum thickness shown. Allow for deflection of steel beams and metal deck under the weight of wet concrete in calculating concrete quantities for slab.1)The Contractor shall become familiar with deflection characteristics of structural frame to include proper amount of additional concrete due to beam/deck deflection.E.Consolidation: Conform to ACI 309. Immediately after depositing, spade concrete next to forms, work around reinforcement and into angles of forms, tamp lightly by hand, and compact with mechanical vibrator applied directly into concrete at approximately 450 mm (18 inch) intervals. Mechanical vibrator shall be power driven, hand operated type with minimum frequency of 5000 cycles per minute having an intensity sufficient to cause flow or settlement of concrete into place. Vibrate concrete to produce thorough compaction, complete embedment of reinforcement and concrete of uniform and maximum density without segregation of mix. Do not transport concrete in forms by vibration.1.Use of form vibration shall be approved only when concrete sections are too thin or too inaccessible for use of internal vibration.2.Carry on vibration continuously with placing of concrete. Do not insert vibrator into concrete that has begun to set.3.3 HOT WEATHER:Follow the recommendations of ACI 305 or as specified to prevent problems in the manufacturing, placing, and curing of concrete that can adversely affect the properties and serviceability of the hardened concrete. Methods proposed for cooling materials and arrangements for protecting concrete shall be made in advance of concrete placement and approved by the COR.3.4 COLD WEATHER:Follow the recommendations of ACI 306 or as specified to prevent freezing of concrete and to permit concrete to gain strength properly. Use only the specified non-corrosive, non-chloride accelerator. Do not use calcium chloride, thiocyantes or admixtures containing more than 0.05 percent chloride ions. Methods proposed for heating materials and arrangements for protecting concrete shall be made in advance of concrete placement and approved by Contracting Officer Representative.3.5 PROTECTION AND CURING:A.Conform to ACI 308: Initial curing shall immediately follow the finishing operation. Allow at least 7 days after concrete placement before backfilling the beam. Protect exposed surfaces of concrete from premature drying, wash by rain and running water, wind, mechanical injury, and excessively hot or cold temperatures. Keep concrete not covered with membrane or other curing material continuously wet for at least 7 days after placing, except wet curing period for high-early-strength concrete shall be not less than 3 days. Keep wood forms continuously wet to prevent moisture loss until forms are removed. Cure exposed concrete surfaces as described below. Other curing methods may be used if approved by Contracting Officer Representative.1.Liquid curing and sealing compounds: Apply by power-driven spray or roller in accordance with the manufacturer’s instructions. Apply immediately after finishing. Maximum coverage 10m2/L (400 square feet per gallon) on steel troweled surfaces and 7.5m2/L (300 square feet per gallon) on floated or broomed surfaces for the curing/sealing compound.2.Plastic sheets: Apply as soon as concrete has hardened sufficiently to prevent surface damage. Utilize widest practical width sheet and overlap adjacent sheets 50 mm (2 inches). Tightly seal joints with tape.3.Paper: Utilize widest practical width paper and overlap adjacent sheets 50 mm (2 inches). Tightly seal joints with sand, wood planks, pressuresensitive tape, mastic or glue.3.6 CONCRETE SURFACE PREPARATION:A.Metal Removal: Unnecessary metal items cut back flush with face of concrete members.B.Patching: Maintain curing and start patching as soon as forms are removed. Do not apply curing compounds to concrete surfaces requiring patching until patching is completed. Use cement mortar for patching of same composition as that used in concrete. Use white or gray Portland cement as necessary to obtain finish color matching surrounding concrete. Thoroughly clean areas to be patched. Cut out honeycombed or otherwise defective areas to solid concrete to a depth of not less than 25 mm (1 inch). Cut edge perpendicular to surface of concrete. Saturate with water area to be patched, and at least 150 mm (6 inches) surrounding before placing patching mortar. Give area to be patched a brush coat of cement grout followed immediately by patching mortar. Cement grout composed of one part Portland cement, 1.5 parts fine sand, bonding admixture, and water at a 50:50 ratio, mix to achieve consistency of thick paint. Mix patching mortar approximately 1 hour before placing and remix occasionally during this period without addition of water. Compact mortar into place and screed slightly higher than surrounding surface. After initial shrinkage has occurred, finish to match color and texture of adjoining surfaces. Cure patches as specified for other concrete. Fill form tie holes which extend entirely through walls from unexposed face by means of a pressure gun or other suitable device to force mortar through wall. Wipe excess mortar off exposed face with a cloth.C.Upon removal of forms, clean vertical concrete surface that is to receive bonded applied cementitious application with wire brushes or by sand blasting to remove unset material, laitance, and loose particles to expose aggregates to provide a clean, firm, granular surface for bond of applied finish.3.7 CONCRETE FINISHES:A.Concrete surfaces will not require additional finishing. 3.8 SITE WORK CONCRETE TESTING:A.Batch Plant Inspection and Materials Testing:1.Perform continuous batch plant inspection until concrete quality is established to satisfaction of COR and perform periodic inspections thereafter as determined by COR.2.Periodically inspect and test batch proportioning equipment for accuracy and report deficiencies to the COR.3.Sample and test mix ingredients as necessary to insure compliance with specifications.4.Sample and test aggregates daily and as necessary for moisture content. Test the dry rotted weight of the coarse aggregate whenever a sieve analysis is made and when it appears there has been a change in the aggregate.5.Certify, in duplicate, ingredients and proportions and amounts of ingredients in concrete conform to approved trial mixes. When concrete is batched or mixed off immediate building site, certify (by signing, initialing or stamping thereon) on delivery slips (duplicate) that ingredients in truckload mixes conform to proportions of aggregate weight, cement factor, and watercement ratio of approved trial mixes.B.Field Inspection and Materials Testing:1.Provide a technician at site of placement at all times to perform concrete sampling and testing.2.Review the delivery tickets of the ready-mix concrete trucks arriving on-site. Notify the Contractor if the concrete cannot be placed within the specified time limits or if the type of concrete delivered is incorrect. Reject any loads that do not comply with the Specification requirements. Rejected loads are to be removed from the site at the Contractor’s expense. Any rejected concrete that is placed will be subject to removal.3.Take concrete samples at point of placement in accordance with ASTM C172. Mold and cure compression test cylinders in accordance with ASTM C31. Make at least three cylinders for each 40 m3 (50 cubic yards) or less of each concrete type, and at least three cylinders for any one day's pour for each concrete type. After good concrete quality control has been established and maintained as determined by the COR make three cylinders for each 80 m3 (100 cubic yards) or less of each concrete type and at least three cylinders from any one day's pour for each concrete type. Label each cylinder with an identification number. The COR may require additional cylinders to be molded and cured under job conditions.4.Perform slump tests in accordance with ASTM C143. Test the first truck each day and every time test cylinders are made. Test pumped concrete at the hopper and at the discharge end of the hose at the beginning of each day’s pumping operations to determine change in slump.5.Determine the air content of concrete per ASTM C173. For concrete required to be air-entrained, test the first truck and every 20 m3 (25 cubic yards) thereafter each day. For concrete not required to be air-entrained, test every 80 m3 (100 cubic yards) at random. For pumped concrete, initially test concrete at both the hopper and the discharge end of the hose to determine change in air content.6.If slump or air content fall outside specified limits, make another test immediately from another portion of same batch.7.Perform unit weight tests in compliance with ASTM C138 for normal weight concrete and ASTM C567 for lightweight concrete. Test the first truck and each time cylinders are made.8.Notify laboratory technician at batch plant of mix irregularities and request materials and proportioning check.9.Verify that specified mixing has been accomplished.10.Environmental Conditions: Determine the temperature per ASTM C1064 for each truckload of concrete during hot weather and cold weather concreting operations.a.When ambient air temperature falls below 4.4 degrees C (40 degrees F), record maximum and minimum air temperatures in each 24 hour period; record air temperature inside protective enclosure; record minimum temperature of surface of hardened concrete.b.When ambient air temperature rises above 29.4 degrees C (85 degrees F), record maximum and minimum air temperature in each 24 hour period; record minimum relative humidity; record maximum wind velocity; record maximum temperature of surface of hardened concrete.11.Inspect the reinforcing steel placement, including bar size, bar spacing, top and bottom concrete cover, proper tie into the chairs, and grade of steel prior to concrete placement. Submit detailed report of observations.12.Observe conveying, placement, and consolidation of concrete for conformance to specifications.13.Observe condition of formed surfaces upon removal of formwork prior to repair of surface defects and observe repair of surface defects.14.Observe curing procedures for conformance with specifications, record dates of concrete placement, start of preliminary curing, start of final curing, end of curing period.15.Observe preparations for placement of concrete:a.Inspect handling, conveying, and placing equipment, inspect vibrating and compaction equipment.b.Inspect preparation of construction, expansion, and isolation joints.16.Observe preparations for protection from hot weather, cold weather, sun, and rain, and preparations for curing.17.Observe concrete mixing:a.Monitor and record amount of water added at project site.b.Observe minimum and maximum mixing times.18.Measure concrete flatwork for levelness and flatness as follows:a.Perform Floor Tolerance Measurements FF and FL in accordance with ASTM E1155. Calculate the actual overall F- numbers using the inferior/superior area method.b.Perform all floor tolerance measurements within 48 hours after slab installation and prior to removal of shoring and formwork.c.Provide the Contractor and the COR with the results of all profile tests, including a running tabulation of the overall FF and FL values for all slabs installed to date, within 72 hours after each slab installation.19.Other inspections:a.Grouting under base plates.b.Grouting anchor bolts and reinforcing steel in hardened concrete.C.Laboratory Tests of Field Samples:1.Test compression test cylinders for strength in accordance with ASTM C39. For each test series, test one cylinder at 7 days and one cylinder at 28 days. Use remaining cylinder as a spare tested as directed by Contracting Officer. Compile laboratory test reports as follows: Compressive strength test shall be result of one cylinder, except when one cylinder shows evidence of improper sampling, molding or testing, in which case it shall be discarded and strength of spare cylinder shall be used.2.Make weight tests of hardened lightweight structural concrete in accordance with ASTM C567.3.Furnish certified compression test reports (duplicate) to COR. In test report, indicate the following information:a.Cylinder identification number and date cast.b.Specific location at which test samples were taken.c.Type of concrete, slump, and percent air.pressive strength of concrete in MPa (psi).e.Weight of lightweight structural concrete in kg/m3 (pounds per cubic feet).f.Weather conditions during placing.g.Temperature of concrete in each test cylinder when test cylinder was molded.h.Maximum and minimum ambient temperature during placing.i.Ambient temperature when concrete sample in test cylinder was taken.j.Date delivered to laboratory and date tested. E N D SECTION 04 01 00HEADSTONE CLEANINGDESCRIPTION OF WORKThis section outlines headstone cleaning services. The Contractor shall provide all supervision, professional advice/guidance, labor, parts, materials, equipment, and personnel, to provide the services defined herein.The COR will determine the beginning point and ending points in each gravesite section.DEFINITIONS:“Clean” under this contract means the headstones and flat markers shall contain NO discoloration, environmental deposits, mold, mildew, moss, algae, lichen, dirt/mud, grass clippings, grass marks, bird droppings, etc.All equipment and supplies maintained and operated by the Contractor shall be consistent and fully compliant with all applicable Federal, State, and County laws, ordinances and regulations and meet State inspection, safety, licensing, registration, and insurance requirements. All in-ground vases, temporary markers, floral, commemorative, or other types of decorations (arrangements) causing interference with the headstone cleaning operation shall be carefully, and in an orderly manner, moved from and after completion of the 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 or vases. Use care not to scratch or damage headstones or flat markers in any manner. Contractor shall be responsible for replacing damaged headstones or flat markers and restoring all damages caused to turf during performance of this work. Any headstones or flat markers that are chipped, marred, broken, or damaged by the Contractor shall be reported to the COR or the Cemetery Director 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. The cost of the replacement headstones will be deducted from Contractor’s invoice(s). All headstone replacements must be coordinated with the COR. Any existing permanent gravesite control markers, temporary contractor installed control markers, grid or sectional monuments that are disturbed, displaced, or broken shall be replaced and properly reset by a licensed surveyor at the Contractor’s expense. Curbs, roads, walks, turf, trees, utilities, etc. existing above and below the ground that are damaged or disturbed by the Contractor during performance of contract work shall be repaired at the Contractor’s expense. The requirements of this paragraph shall be completed by the Contractor within fourteen (14) workdays, unless otherwise agreed to by the COR. HEADSTONE CLEANING PROCESSAll in-ground vases, temporary markers, floral, commemorative, or other types of decorations (arrangements) causing interference with the cleaning of the headstones or flat markers operation shall be carefully, and in an orderly manner, moved from and after completion of the 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 or vases. Cleaning techniques shall demonstrate a clear understanding of, and the sensitivity to, such environmental issues as ground water contamination, wetlands, etc., and shall be consistent and fully compliant with all applicable Federal, State, and County laws, ordinances and regulations.Clean water shall be used to clean headstones and flat markers. Cleaning techniques with water shall include high pressure spraying, hand scrubbing, and rinsing. When water under pressure is used, such pressure shall not be greater than 600 PSI. Excessive staining and/or discoloration may be removed with pressurized water and a stiff nylon brush (no wire brushes, bleach, or abrasive cleaners shall be permitted) followed by rinsing with clear water.If water used in cleaning should soften the soil around the base of the headstone or flat marker so that the headstone or flat marker is loosened, care shall be taken not to tip the headstone or flat marker out of plumb or alignment. Headstones and flat markers shall be set and anchored firmly in place with no movement from forces subjected by the COR or inspector after cleaning has been completed.Care shall be taken to protect the turf area from damage. Any turf damaged by the Contractor shall be restored at Contractor’s expense.UPRIGHT MARBLE HEADSTONES ONLY: After cleaning upright marble headstones, apply a final undiluted spray application of “D/2 Biological Solution” cleaner (or approved equal) per manufacturer’s recommendations to all sides of the headstone: Apply to WET stone surface using a sprayer; gently agitate with a soft bristle brush, and RINSE thoroughly with water. Contractor shall submit the required Safety Data Sheets (SDS) to the COR prior to use of any chemicals including but not limited to D/2 Biological Solution. DO NOT USE D/2 BIOLOGICAL SOLUTION ON UPRIGHT GRANITE, FLAT GRANITE, OR BRONZE MARKERS.Headstones and flat markers that have been cleaned but become marked, discolored, dirt covered, or muddied due to subsequent contract work including but not limited to turf reestablishment issues shall be re-cleaned at no additional cost to the government. Headstones and flat markers that become discolored, dirt covered, or muddied, etc. after initial cleaning has been completed, but prior to overall project completion, shall be re-cleaned at no additional cost to the government. All headstones and flat markers are to be clean at the time of the project Final Inspection.The end result of this service is that the Contractor shall provide the Government “CLEAN” headstones. The definition of “CLEAN” is listed above in Paragraph 3.13. E N D SECTION 10 80 00UPRIGHT HEADSTONE RAISE, LOWER, REALIGN, LEVEL, BACKFILLDESCRIPTION OF WORKThis section outlines upright headstone raise, lower, realignment, reset, and backfill services, defined as work consisting of extracting, resetting, aligning, backfilling, and 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 on each gravesite at the Cemetery. The contractor shall provide all supervision, professional advice/guidance, labor, parts, materials, equipment, and personnel, to provide the services defined herein.The COR will determine the beginning point and ending points in each gravesite section. Upright headstone descriptions:Standard upright marble headstones are approximately 42 inches long, 13 inches wide, 4 inches thick, and weigh approximately 230 pounds. Other headstone types may exist and are not included in the contract scope of work unless otherwise specified. All in-ground vases, 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 after completion of the 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 or vases. 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. Use care not to scratch or damage headstones in any manner. WHEN HEADSTONES ARE REMOVED FROM THEIR SOCKETS, THEY SHALL BE CAREFULLY STORED ON EACH ASSOCIATED GRAVESITE. 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. 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.Contractor shall be responsible for replacing damaged headstones and restoring all damages caused to turf during performance of this work.Crushed Rock Base Material Specifications: Crushed Rock shall be composed of limestone, granite, dolomite, or any other hard, sound rock that is produced by blasting and then crushing.Crushed Rock shall be clean, hard, tough, and durable fragments (excluding) schist, shale or slate) of uniform quality throughout and free of any detrimental quantities of soft, friable, thin, elongated or laminated pieces, disintegrated material, dirt, organic matter, oil, alkali, or other deleterious substance. Crushed Rock shall consist of hard durable fragments of particles of rock, free of stripping dirt, vegetation, and other foreign substances. Hardness: Resistant to breaking, crushing or crumblingShape: Sharp and angular (Do not use rounded pea gravel.)Gravel or Crushed Gravel mixed with filler, sand, crushed rock, or crushed stone is NOT an acceptable substitutes.Crushed Rock shall consist of the product obtained by crushing rock or stone so that is meets the following gradation requirements:Sieve Size % PassingParticle Size% of Passing1/2 inch1003/8 inch70 – 90No. 450 – 72No. 835 – 55No. 4014 – 32No. 2004.0- 10.0The gradation of crushed rock shall comply with ASTM D-448. Sampling and sieve analysis shall be performed in accordance with ASTM D-75 and ASTM C-paction of Crushed Rock Base Material: The Crushed Rock Base Material shall be compacted in lifts not exceeding 1-1/2” in thickness. Before compaction, moisten or aerate each layer as necessary to provide optimum moisture content. If the fines are dry at the time of compaction, use a very fine mist type hose and spray the Base Material sparingly. The moisture content of the material during placing operations shall be within ± 2% of the optimum moisture content as determined by ASTM D 1557. Compact each layer to 90% to 95% relative density. Do not perform compaction operations on excessively wetted soils.Tamping Tools: Shall be approved by COR prior to use. Tamping tools shall have sufficient impact area and weight to achieve 90% to 95% compaction of the Crushed Rock Base Material. Tamping tools having wood handles and that do not have sufficient weight are not acceptable.UPRIGHT HEADSTONE SETTINGHeadstones shall be removed from their sockets per paragraph 1.1.5. Prior to excavating for the concrete support beam, all headstone sockets shall be widened 8 inches by hand digging the front of the socket INTO the gravesite (i.e. on the same side as the FRONT of the headstone), for a total socket width of 12 inches. Extend the total depth of the widened socket by 24 inches also by hand digging. Thoroughly inspect the excavated socket for any casketed or cremated remains; immediately notify the COR of any possible identification of remains for relocation by Cemetery staff. Beam excavation shall only proceed for a particular row once this inspection is complete and results are documented for the entire row.Moistened Crushed Rock Base Material shall be added and heavily tamped to 90% to 95% compaction in the bottom of the pre-cast box to provide a minimum three (3) inch footing under the base of the headstone prior to the re-installation of the headstones. The actual measurement will vary depending on the how much the headstone needs to be raised or lowered and shall be approved by the COR. See Exhibits (A) and (B).Moistened 1/4” decomposed granite (DG) with fines shall be placed around all four sides of the headstones and compacted per the requirements of paragraph 1.1.7, up to the top of the pre-cast box.In cases where headstone sockets are not in the proposed concrete support beam footprint, apply the following procedures:After removal of the headstone(s), backfill and compact the existing socket prior to digging the new socket. Backfill the existing socket with Moistened Crushed Rock Base Material. Thoroughly tamp to 90% to 95% compaction at each 1-1/2” inch vertical intervals (1-1/2” inch lifts), leaving the last 3 inches at the top to have tamped topsoil and grass seed applied. Contractor shall dig/excavate the new socket in accordance with the requirements in paragraph 1.2.2.All headstone sockets shall be clean and free of loose dirt and debris prior to adding Crushed Rock Base Material. The completed raised and realigned headstones shall be anchored firmly in place such that the headstones are rigid with no give or play in any direction regardless of the soil and terrain conditions. All headstones shall be firmly set and anchored in place with no movement from forces subjected by the COR.UPRIGHT HEADSTONE RAISE AND REALIGNMENT PROCESS:Prior to starting work in each burial section, the location of the existing permanent gravesite control markers and the required gravesite row/gravesite spacing layout dimensions shall be verified and certified by a licensed surveyor and coordinated with the COR.The Contractor shall use a licensed surveyor to validate and/or relocate any existing permanent control markers that do not conform to the section layout. The Contractor shall use a licensed surveyor to install temporary control markers where any existing permanent control markers cannot be located or are missing.The Contractor shall use a licensed surveyor to accurately and precisely install temporary control markers at the ends of each gravesite row.Headstones shall be accurately adjusted and precisely reinstalled on the correct gravesites by utilizing temporary grave plotting maps, existing permanent gravesite control markers, temporary contractor installed gravesite control markers, and temporary contractor installed control markers at the ends of each gravesite row. All measurements, setting of string lines, and the layout of rows/columns shall be taken from existing or temporary gravesite control markers, and NOT from previously set headstones, unless otherwise directed by the COR. The mean (or average) topsoil level shall be determined for the entire section to be aligned in all directions with assistance from a licensed surveyor and the COR, with approval by the COR. The Contractor shall use the mean (or average) topsoil level to allow all of the headstones in the section to be aligned vertically without having drastic changes in headstone heights (several inches) between the rows and columns of headstones in ALL directions. In irregular terrain where sloping and uneven ground conditions exist, all headstones and markers will be set at the proper height and overall level necessary to provide a smooth, flowing transition between ALL headstones in ALL directions through uneven terrain. The Contractor shall take the adjoining sections and/or terrain into consideration when determining the mean topsoil levels. IMPORTANT: To meet the requirement of a smooth, flowing transition, the Contractor may be required to set the headstones at a height other than at the required 25 inches above grade (or 20 inches for Civil War type headstones) with approval by the COR. See Exhibit (D).Keystone Placement and InstallationThe headstone realignment process starts by the selection of specific headstones throughout the gravesite section to be designated as “Key” stones (or “Keystones”) for use throughout the remainder of the realignment process. Keystones shall be chosen and utilized throughout the section at a maximum spacing of every 10th headstone or at a more frequent spacing as necessary in areas of sloped or rolling terrain in order to achieve a smooth, flowing transition between the rows and columns. See Exhibits (C) and (D). Each of the Keystones shall be permanently set in accordance with the requirements of paragraph 1.2 at the proper location and at the proper height using a licensed surveyor with the approval of the COR. The Keystones shall be laid out to the correct dimensions to match the required measurements for the section such that the rows and columns are evenly spaced. The vertical height of the Keystones shall be adjusted to accommodate the mean (average) topsoil levels throughout the entire section in order to achieve a smooth, flowing transition between all the rows and columns. See Exhibit (D).All Keystones shall be vertically plumbed and aligned by leveling the front, back, and sides while raising or lowering the headstone as necessary to achieve a height of 25 inches above the mean (average) topsoil level. IMPORTANT: To meet the requirement of a smooth, flowing transition, the Contractor may be required to set the Keystones at a height other than at the required 25 inches above grade (or 20 inches for Civil War type headstones) with approval by the COR. The COR shall approve of the quantity, location, height, and installation of the Keystones prior to the Contractor continuing with the realignment process.The next step in the headstone realignment process is the Contractor selects a row and a column of headstones at the center or close to the center of the section to be realigned with approval from the COR. See Exhibit (C).Install heavy string lines along the front, sides, tops, and transversely of all applicable Keystones. The string lines shall be laid out to the correct dimensions as determined by Keystones and the requirements of paragraph 1.3.2 such that the rows and columns are evenly spaced. All headstones shall be vertically plumbed and aligned by leveling the front, back, and sides while raising or lowering the headstone as required to achieve a height of 25 inches above the mean (average) topsoil level. IMPORTANT: To meet the requirement of a smooth, flowing transition, the Contractor may be required to set the headstone at a height other than at the required 25 inches above grade with approval by the COR. These measurements shall be adhered to as closely as possible and may be adjusted to suit unique site conditions with approval by the COR. See Exhibit (C).At the start of work in each burial section, the first row of reset/realigned headstones in each burial section shall be inspected by COR for appearance, spacing, depth, alignment, plumb, 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. It is the Contractors responsibility to notify the COR 24 hours in advance of when each of these inspections will be needed.All remaining headstones in all rows, columns, and transverse directions are then aligned in accordance with paragraph 1.3.6. The installation, adjusting, and setting of the remaining headstones shall meet the requirements of section 1.2. See Exhibits (C) and (D).A plus/minus (+/-) 1/8 inch maximum tolerance shall be maintained in the lateral and transverse directions in accordance with the dimensional requirements of paragraph 1.3.2. The alignment of the headstones should be checked frequently during this process because the tamping of the headstones may move the headstone out of level or off the mark on the line.Headstones shall be installed to within one degree of fully vertical when measured on front and sides using a digital level.The measurements between rows or columns of headstones and between the headstones within each row or column may differ from one gravesite section to the next. This condition is to be discussed with COR where this is found to occur. Some variances may be allowed by the COR in order to keep a uniform appearance of headstones being aligned.Any upright headstones broken or damaged by the Contractor shall be reported to the COR or the Cemetery Director 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. The cost of the replacement headstones will be deducted from Contractor’s invoice(s). All headstone replacements must be coordinated with the COR. Any existing permanent gravesite control markers, temporary contractor installed control markers, grid or sectional monuments that are disturbed, displaced, or broken shall be replaced and properly reset by a licensed surveyor at the Contractor’s expense. Curbs, roads, walks, turf, trees, utilities, etc. existing above and below the ground that are damaged or disturbed by the Contractor during performance of contract work shall be repaired at the Contractor’s expense. The requirements of this paragraph shall be completed by the Contractor within fourteen (14) workdays, unless otherwise agreed to by the COR. In areas where smaller than standard size headstones occur (Civil War type), coordinate the measurements, dimensions, and layout of these headstones with COR. Typically the Civil War type headstones are set at 20 inches above grade and located by aligning the faces of the headstones along the rows and aligning the centerline of the headstones down the ernment furnished headstones that are permanently removed from a grave for any purpose shall be transported by the Contractor to an approved location on cemetery grounds and destroyed in any convenient manner, ensuring that the replaced headstone cannot be used for private, personal, or commercial activities. E N D SECTION 31 20 00EARTHWORKPART 1 – GENERALDESCRIPTION OF WORKA.This section includes the requirements for earthwork including, but not limited to, the following:1. Site preparation.2. Excavation.3. Foundation Base Aggregate.4. Filling and backfilling.5. Grading.6. Soil Disposal.DEFINITIONSA.Borrow Material: Borrow materials are soils generated during excavation operations at the site. 1.Backfill: Backfill shall be obtained from onsite excavation. The material shall be used as indicated on the Construction Drawings. It shall be free of organic matter, debris and other deleterious substances. The material shall contain no particles greater than 3 inches.B.Unsatisfactory Materials: Materials that do not comply with the requirements listed above are unsatisfactory. Unsatisfactory materials also include non-engineered fills; trash; refuse; backfills from previous construction; and material classified as satisfactory that contain or are contaminated with unsatisfactory material. The COR shall be notified of any contaminated materials.C.Degree of compaction: Degree of compaction is expressed as a percentage of the maximum density obtained by the test procedure presented in ASTM D 698, abbreviated as a percent of laboratory maximum density.D.Unauthorized excavation: Removal of materials beyond indicated sub-grade elevations or dimensions without written authorization by the COR. No payment will be made for unauthorized excavation or remedial work required to correct unauthorized excavation.1.3 RELATED WORKA.Protection of existing utilities, fire protection services, existing equipment, roads, and pavements: Section 01010, GENERAL REQUIREMENTS.1.4 SUBMITTALSA.Unless otherwise noted, submittals shall be made 14 days before commencing the Work specified in this Section. The following shall be submitted in accordance with Section 01334 SAMPLES AND SHOP DRAWINGS.1.Import Material: The Contractor shall submit the following for each imported material a minimum of 14 days prior to delivery:a.Material source(s);b.Particle size analysis in accordance with ASTM C136 2.Equipment List: The Contractor shall submit a list of equipment to be utilized for the work 7 days prior to mobilization. The list shall include equipment make, model, year, tire or track dimensions, weight and other information.3.Construction Procedures Plan: The Contractor shall submit a plan that includes, but not be limited to, material excavation, marker surveying and identification tagging, marker removal, marker collar removal, marker transportation and storage, marker re-installation, backfill processing and placement, equipment use, borrow source utilization, and protection to be provided in the event of rain, wind, heat or other potential cause of damage 14 days prior to material construction. 4.Record Drawing Information: Record Drawings including, but not limited to, drawings showing the original and final marker locations, foundation location including measurements and dimensions, shall be prepared by the Contractor and submitted to the COR following completion of the project. The preconstruction survey of the markers will be submitted to the COR in draft form for use during construction. 5. Cleaning Agent: The Contractor shall submit manufacturer’s spec sheets on proposed cleaning agent(s) for approval.1.5 APPLICABLE PUBLICATIONSA.Publications listed below form a part of this specification to extent referenced. Publications are referenced in text by basic designation only.B.American Society for Testing and Materials (ASTM):D698-00Laboratory Compaction Characteristics of Soil Using Standard Effort (12,400 ft. lbf/ft3 (600 kN m/m3))D1556-00Density and Unit Weight of Soil in Place by the Sand-Cone Method D1557-00Laboratory Compaction Characteristics of Soil Using Modified Effort (56,000 ft-lbf/ft3 (2700 kN m/m3))D2922-01Standard Test Methods for Density of Soil and Soil-Aggregate in Place by Nuclear Methods (Shallow Depth) D2940-98Graded Aggregate Material for Bases or Subbases for Highways or AirportsSS-2630State of Oregon Department of Transportation (ODOT) SS-2630 - (2006) Standard Specifications - Section 2630 - Base Aggregate [use CalTrans equivalent]SS-2690State of Oregon Department of Transportation (ODOT) SS-2690 - (2006) Standard Specifications - Section 2690 – PCC Aggregates [use CalTrans equivalent]1.6 UTILIZATION OF EXCAVATED MATERIALSA.Contractor excavated and stockpiled materials shall be used as fill and backfill materials as specified. Excavated materials shall be stockpiled in designated stockpile areas. No excavated material shall be disposed of to obstruct the flow of any stream or road, endanger a partly finished structure, impair the efficiency or appearance of any structure, or be detrimental to the completed work in any way.PART 2 – PRODUCTS2.1 MATERIALSA.Foundation Base Aggregate shall be ? inch in conformance to ODOT SS-2630 [or CalTrans equivalent specifications.] B.Leveling Sand shall be Sand for Mortar in conformance to ODOT SS-2690 [or CalTrans equivalent specifications].PART 3 – EXECUTION3.1 SITE PREPARATIONA.Trees and Shrubs: Protect from damage, existing trees and shrubs which are not shown to be removed in construction area. Immediately repair damage to existing trees and shrubs by trimming, cleaning and painting damaged areas, including roots, in accordance with standard industry horticultural practice for the geographic area and plant species. Do not store building materials closer to trees and shrubs that are to remain, than the farthest extension of their limbs. If the Contractor is obstructed by tree roots within the drip-line of a standing tree that are 2 inches in diameter or greater, the Contractor shall request an inspection by the COR. The COR will inspect and determine if any roots will be pruned.B.Stripping Topsoil: Strip topsoil from within limits of earthwork operations as specified. Topsoil shall be a fertile, friable, natural topsoil of loamy character and characteristic of locality. Topsoil shall be capable of growing healthy horticultural crops of grasses. Stockpile topsoil and protect as directed by COR. Eliminate foreign materials, such as weeds, roots, stones, subsoil, frozen clods, and similar foreign materials larger than 0.014 m3 (1/2 cubic foot) in volume, from soil as it is stockpiled. Remove foreign materials larger than 50 mm (2 inches) in any dimension from topsoil to be used as backfill. C.Lines and Grades: With the services of a Registered Professional Land Surveyor or Registered Civil Engineer, specified in Site Survey section, the Contractor shall survey and document existing lines and grades and submit for approval new lines and grades in order to achieve grades that provide a smooth surface free from irregular surface changes. The intent here is not to change the overall contour of the gravesites but rather to eliminate any irregular surface changes. Grading shall comply with compaction requirements and grade cross sections, lines, and elevations indicated by the approved survey. Where spot grades are indicated the grade shall be established based on interpolation of the elevations between the spot grades while maintaining appropriate transition at structures and paving and uninterrupted drainage flow into inlets.3.2 EXCAVATIONA.The Contractor shall perform excavation of every type of material encountered within the limits of grading to the lines, grades, and elevations indicated and as specified. Grading shall be in conformance with the Site Survey Drawings and the tolerances specified in Paragraph Grade Tolerance. Excavation areas will be cleared of vegetation prior to excavation. Satisfactory excavated materials shall be transported to and placed in fill as indicated. Unsatisfactory materials encountered within the excavation shall be excavated below grade and replaced with satisfactory materials as directed. Surplus excavated material not required for fill shall be disposed offsite. B.Excavation of trenches shall be accomplished by cutting accurately to the dimensions shown on the Construction Drawings. Excessive open trench excavation shall be backfilled with satisfactory, thoroughly compacted, material. Contractor shall maintain excavations free from detrimental quantities of leaves, brush, sticks, trash, and other debris until final acceptance of the work.3.3 SUBGRADE PREPARATIONA.Ground surface on which fill is to be placed shall be cleared of vegetation.B.The subgrade shall be shaped to lines, grades, and sections shown on the Construction Drawings, and compacted as specified. Soft or otherwise unsatisfactory material shall be removed and replaced with satisfactory excavated material or other approved material as directed. Existing low areas and those resulting from removal of unsatisfactory material shall be brought up to required grade with satisfactory materials, and the entire subgrade shall be shaped and compacted as specified.C.All subgrade areas shall be moisture conditioned and compacted to not less than 90 percent compaction in accordance with ASTM D2922.D.If the Contractor excavates below the lines and grades indicated on the Construction Drawings, the Contractor shall place fill to elevate these areas back to grade at no cost to the Government.E.The prepared subgrade surface shall be reasonably smooth, free of holes, depressions greater than 3 inch deep, or protrusion extending above the surface more than 3 inch. No overlying materials shall be placed until the subgrade has been checked and approved. The subgrade surface shall be protected and restored if damaged.3.4 FOUNDATION base Aggregate A.Aggregate shall be placed in the bottom of the prepared trench subgrade and compacted. All areas shall be moisture conditioned and compacted to not less than 95 percent compaction in accordance with ASTM D2922.B.Aggregate finish grades shall be constructed to within plus or minus 0.1 foot of the indicated grades. The finished surface of the aggregate shall be free of depressions and shall be reasonably smooth in accordance with the grade tolerance.3.5 FILL AND BACKFILLA.Fill shall be not be dropped from a height greater than 3 feet nor excessively loaded on markers. The soil shall be placed in the trench and compacted in 4 inch deep loose lifts. The moisture content of fill placed shall be adjusted prior to placement. Each lift shall be rough graded prior to compaction. Equipment shall be operated with careful attention to protection of markers. Fill shall not be constructed on surfaces that are muddy, frozen, or contain frost. Compact soil to not less than 95 percent compaction in accordance with ASTM D2922.3.6 GRADE TOLERANCEA.Excavation and finish grades shall be constructed to within plus or minus 0.1 foot of the indicated grades. The finished surface of the excavations and fills shall be free of depressions and shall be reasonably smooth in accordance with the grade tolerances.3.7 Disposal of unsuitable and excess excavated materialA.Remove from site and legally dispose trash and debris.B.Remove from site and legally dispose excess soil after all fill and backfill operations are completed.3.8 CLEAN UPA.Upon completion of earthwork operations, clean all work areas within contract limits, remove tools, and equipment. Provide site clear, clean and free of debris. Remove all debris, rubbish, and excess material from Cemetery Property. E N D SECTION 32 84 00PLANTING IRRIGATIONPART 1 GENERAL 1.1 DESCRIPTION A.The work consists of installing a complete underground irrigation system as shown on the Drawings and as specified hereafter. The Contractor is responsible to achieve 100% irrigation surface coverage and to blend seamlessly with the existing irrigation system. The Contractor shall furnish all labor, materials, supplies, equipment, tools, and transportation, and perform all operations in connection with and reasonably incidental to the complete installation of the fully functional irrigation system including the furnishing, installing and testing of all pipe, fittings, valves, heads, controllers, wires, air release valves, valve boxes, and all other components pertinent to the plans and specifications of this system. The Contractor shall perform all trenching, excavation, boring, backfilling, compaction, concrete placement, electrical work, welding, and any other work necessary for the successful completion of the landscape irrigation system as shown and described in the Contract Documents.B.The term 100% irrigation surface coverage is defined as head to head coverage not to exceed the radius of each individual specified irrigation head radius as shown on the “Irrigation Legend” on the Drawings. As an example, the Toro TR70 PSS-27 sprinkler head’s specified radius is 51.2 feet. The head to head coverage shall not exceed 51.2 feet spacing between the irrigation heads in the rows and between the rows thereby achieving 100% irrigation coverage of the area that is irrigated.C.Other items of work specifically included are:1.Procurement of all applicable licenses, permits, and payment of required fees.2.Coordination of Utility Locates ("Call Before You Dig").3.Sleeving for irrigation pipes as indicated, and/or beneath all hardscape surfaces.D.These Written specifications and the Drawings together are the Contract Documents. Contract Documents are binding as one instrument for the installation of a complete working landscape irrigation system as shown and described in the Contract Documents.1.2 DEFINITIONSA.Lateral Piping: Piping located downstream from control valves to sprinklers, specialties, and drain valves. Piping is under pressure during flow.B.Mainline Piping: Located downstream from point of connection to water distribution piping to, and including, control valves. Piping is under system pressure.C.Low Voltage: As defined in NFPA?70 for circuits and equipment operating at less than 50?V or for remote-control, signaling power-limited circuits.D.Hardscape: Site roads, walks, walls, or any other surface improvements for which removal for excavation to perform maintenance or replacement of the irrigation system pipes, or wires will require disturbance of other than landscape materials.1.3 RELATED WORKA.Maintenance of Existing Utilities: Section 01 00 00, GENERAL REQUIREMENTS. B.Concrete: Section 03 30 53, CAST-IN-PLACE CONCRETE (SHORT FORM). C.Excavation, Backfill: Section 31 20 11, EARTH MOVING (SHORT FORM). 1.4 SITE INVESTIGATION:A.The Contractor shall examine related work and surfaces before starting the work of this section. The Contractor shall report to the COR or his/her authorized representative, in writing, conditions which will prevent the proper execution of irrigation installation. Deviations from plans and specifications shall be executed only with the express permission of the Contracting Officer and at no cost to the Owner. If obvious inadequacies or inappropriate design are found on the drawings, they shall be promptly brought to the attention of the COR in writing before proceeding with installation of the system.1.5 QUALITY ASSURANCEA.Irrigation Contractor:1.Irrigation Contractor must have demonstrated, using persons directly employed by the Contractor, experience with the construction of at least five (5) irrigation systems of similar construction. 2.The Irrigation Contractor shall be a licensed irrigator in the State of Texas and provide proof to the COR before beginning the landscape irrigation installation. The Contractor’s on-site supervisor shall be a State of Texas licensed irrigator and provide proof to the COR before beginning the landscape irrigation installation.B.Equipment Manufacturer: 1. Manufacturer regularly and presently manufactures the item submitted as one of their principal products.2. There is a permanent service organization, maintained or trained by the manufacturer, which will render satisfactory service within 24 hours of receipt of notification that service is requested.3. Installer, or supplier of a service, has technical qualifications, experience, and trained personnel and facilities to perform the specified work.C.Products Criteria: 1.Multiple Units: When two or more units of the same type or class of materials or equipment are required, these units are products of one manufacturer. 2.Assembled Units: Manufacturers of equipment assemblies, which use components made by others, assume complete responsibility for the final assembled product. a.All components of an assembled unit need not be products of the same manufacturer but component parts which are alike are the product of a single manufacturer. ponents are compatible with each other and with the total assembly for the intended service. 3.Nameplates: Nameplate bearing manufacturer's name or identification trademark shall be securely affixed in a conspicuous place on equipment, or name or trademark cast integrally with equipment, stamped, or otherwise permanently marked on each item of equipment.D.System Requirements: 1.Full and complete coverage of the irrigated areas is required. Contractor shall, at no additional cost to the Government, make necessary adjustments to head locations as required to achieve full coverage of irrigated areas.2.Layout work as closely as possible to drawings. Drawings are diagrammatic to the extent that swing joints, offsets and all fittings are not shown. Diagrammatic also refers to the location of the pipelines and valves, which may have been adjusted for clarity of the drawings. Lines are to be common trenched wherever possible. 3.Locations of remote control valves are schematic. Remote control valves shall be grouped wherever possible and aligned at a set dimension back of curb along roads. Manifolding of remote control valves off of a single submain connection is not allowed – each remote control valve shall be connected independently to the submain line(s). Remote control valves shall be located individually or in groups of two, to minimize tripping hazards. Where the exact location for the valves has not been set, or there are any conflicts, the location shall be coordinated with the COR before installation.4.Irrigation lines and control wire shall run at boundaries of graves, thru designated utility lanes or beside roadways so that any gravesite may be opened in the future without disruption of the irrigation system.5.Irrigation lines, control wires and power wires shall be run in trenches as indicated on the drawings or as typical for industry standards, if not indicated. 6.Connect new system to existing mains.7.Unless noted otherwise, all irrigation lines, power wires and control wires shall be run in sleeves or conduit where installed beneath any site hardscape materials or roadways. Sleeves shall be installed using boring methods only, no trenching/cutting through roadways or hardscape materials is allowed.E. Follow manufacturer's instructions for installation.1.6 SUBMITTALSA.Submit as one package in accordance with Section 01 33 23, SHOP DRAWINGS, PRODUCT DATA, AND SAMPLES. Highlight items being supplied on the catalog cut sheets. Submittal package must be complete prior to being reviewed by the COR. Incomplete submittals will be returned without review.B.Manufacturers' Literature and Data: Submit manufacturers' catalog cuts and specifications for equipment to be included in the project work:1. Piping2. Jointing Materials3. Valves4. Irrigation Controller5. 24 Volt Wire6. Irrigation Heads7. PVC Fittings8. Wire Splicing Materials9. Quick Coupler Assembly10. Valve Boxes11. Valve ID Tags12. Flow Sensing Cable13. Line Location Tape14. Flow Sensing Assemblies15. Air Release Valves16. PVC Solvent Cement and Primer17. Joint CompoundC.Materials List: Include all materials and products that are part of the irrigation system including, but not limited to: pipe, fittings, and heads. Quantities of materials need not be included.D.Provide two (2) copies of irrigation information in a 3-ring binder with table of contents and index sheet. Provide sections that are indexed and labeled for sprinklers, pipe and fittings, shop drawings, and all other irrigation equipment shown or described on the drawings and within these specifications. Highlight items being supplied on the catalog cut sheets. Submittal package must be complete prior to being reviewed by the COR. Incomplete submittals will be returned without review. Sequentially number each page of the submittal for ease in referencing during submittal review. Pages within a letter or number identified Tab section may be numbered sequentially as long as the process is consistent and provide unique page identification for each page of the submittal.E.Shop Drawings: Complete detailed layout shop drawings covering design of system showing pipe sizes and lengths; fittings, locations, types and sizes of sprinkler heads; controls; valves; location and mounting details of electrical control equipment; complete wiring diagram showing routes and wire sizes; wiring details and source of current and connections to existing services. Do not start work before final shop drawing approval.F.Testing: Submit a proof of testing report following completion of each test listed in Part 1 of these specifications. Unless otherwise noted, include name of test, date of test, name of the individual completing the test, name of the company completing the test and a summary of the test results. If system fails test, document any and all retests until system passes test. G.Maintenance and Operation Instructions: Submit information listed in Part 3 of these specifications. H.Name and address of a permanent service organization maintained or trained by the manufacturers that will as a result of determined warranty work, or after warranty period following execution of a service contract for this facility, render satisfactory service within 24 hours of receipt of notification that service is requested.I. Reproducible "as-built" drawings.1.7 SUBSTITUTIONSA.Unless otherwise noted, use specified equipment to match existing equipment. COR must approve equipment prior to construction. Changes and associated design costs to accommodate alternative equipment are Contractor’s responsibility. “As-Built” information shall show the sizes installed.B.Pipe sizes referenced in the construction documents are minimum sizes, and may be increased at Contractor’s option.1.8 Performance REQUIREMENTSA.Minimum Working Pressures: The following are minimum pressure requirements for piping, valves, and appurtenances unless otherwise indicated.1.Irrigation Mainline Piping: 1380 kPa (200 psig).2.Lateral Piping: 1035 kPa (150 psig).1.9 Codes AND REGULATIONSA.Work and materials will be in accordance with the latest edition of the National Electric Code, the Uniform Plumbing Code, and applicable laws and regulations of the governing authorities.B.When the contract documents call for materials or construction of a better quality or larger size than required by the above-mentioned rules and regulations, provide the quality and size required by the contract documents.C.If quantities are provided either in these specifications or on the drawings, these quantities are provided for information only. It is the Contractor's responsibility to determine the actual quantities of all material, equipment, and supplies required by the project and to complete an independent estimate of quantities and wastage. 1.10 AVAilaBILITY AND USE OF UTILITY SERVICESA.The government shall make NO utilities available to the Contractor from existing outlets and supplies except as follows. Upon completion of the new irrigation system for this project or completion of portions thereof, the contractor through the permanent connection of the new irrigation system to the existing fully functional irrigation system, shall be provided water at available flow and pressure, for use by the Contractor, with Contractor provided additional facilities and/or equipment as required to perform the required flushing and testing of the new irrigation system. 1.11 GENERAL CONSTRUCTION REQUIREMENTSA.Coordinate construction of irrigation system with COR. Coordinate temporary shut-down of existing system with the COR, Cemetery Director, and Cemetery Staff prior to construction. Disturbance to cemetery operations must be minimized. See irrigation plans and installation details and Specifications Sections for required coordination efforts related to the installation of specific irrigation components.B.Connections to the existing mainline must be approved by the COR while minimizing the impact on the operation of the existing irrigation system. C.Install irrigation mainline and control wiring in sleeves under new roads prior to installation of road base, and under all other concrete or asphalt, either existing or new for this project. All sleeves shall be installed by boring methods only, no trenching or cutting of roadways are allowed.D.Install irrigation components in landscaped areas unless specifically indicated otherwise. Irrigation components in other than landscaped areas shall be in sleeves, with no joints beneath the non-landscaped areas.E.Construction cannot proceed unless staking of irrigation mainline, remote control valve locations, and sprinkler locations are reviewed and accepted by the COR.1.12 TESTINGA.Notify the COR three days in advance of testing.B.Newly installed irrigation pipelines jointed with rubber gaskets or threaded connections shall be subject to pressure and leakage testing after partial completion of backfill. Pipelines jointed with solvent-welded PVC joints will be allowed to cure at least 24 hours before testing.C.Hydrostatic Pressure Test – Solvent Weld Lateral Pipe:1.Subject lateral pipe to a hydrostatic pressure equal to the anticipated operating pressure for 30 minutes. 2.Cap all sprinkler risers.3.Backfill to prevent pipe from moving under pressure. Expose couplings and fittings.4.Leakage will be detected by visual inspection. Replace defective pipe, fitting, joint, valve, or appurtenance. Repeat the test until the pipe passes test.5.Cement or caulking to seal leaks is prohibited. 6.After lateral passes test and prior to operational test, install sprinklers and backfill and compact all pipe, fittings, joints, or appurtenance.D.Operational Test – Remote Control Valves, Lateral Piping and Sprinklers:1.Coordinate with COR to activate the remote control valve. The COR will visually observe operation, water application patterns, and leakage. 2.Adjust or move water emission devices to correct operational or coverage deficiencies.3.Replace defective pipe, fitting, joint, valve, sprinkler, or appurtenance to correct leakage problems. Cement or caulking to seal leaks is prohibited.4.Repeat test(s) until each lateral passes all tests. Repeat tests, replace components, and correct deficiencies at no additional cost to the Owner. 1.13 WARRANTY AND REPLACEMENTA.The purpose of the warranty is to ensure that the Government receives irrigation materials of prime quality, installed and maintained in a thorough and careful manner. 1.Warranty irrigation materials, equipment, and workmanship against defects for a period of one year from Final Acceptance by COR. Fill and repair depressions. Restore landscape, utilities, structures or site features damaged by the settlement of irrigation trenches or excavations. Repair damage to the premises caused by construction or a defective item. Make repairs within 24 hours of notification from COR.2.Replace damaged items with identical materials and methods per contract documents or applicable codes. Make replacements at no additional cost to the contract price.3.Warranty applies to originally installed materials and equipment and replacements made during the Warranty period.1.14 GENERAL CONSTRUCTION REQUIREMENTSA.Coordinate construction of irrigation system with COR. Coordinate temporary shut-down of existing system with the COR, Cemetery Director, and Cemetery Staff prior to construction. Disturbance to cemetery operations must be minimized. See irrigation plans and installation details and Specifications Sections for required coordination efforts related to the installation of specific irrigation components.B.Connections to the existing mainline must be approved by the COR while minimizing the impact on the operation of the existing irrigation system.C.Install irrigation mainline and control wiring in sleeves under new roads prior to installation of road base, and under all other concrete or asphalt, either existing or new for this project. All sleeves shall be installed by boring methods only, no trenching or cutting of roadways are allowed.D.Install irrigation components in landscaped areas unless specifically indicated otherwise. Irrigation components in other than landscaped areas shall be in sleeves, with no joints beneath the non-landscaped areas.E. Construction cannot proceed unless staking of irrigation mainline, remote control valve locations, and sprinkler locations are reviewed and accepted by the COR.1.15 APPLICABLE PUBLICATIONS A.The publications listed below form a part of this specification to the extent referenced. The publications are referenced in the text by the basic designation only. B.American National Standard Institute (ANSI): B40.1-05GaugesPressure Indicating Dial TypeElastic Element C.American Society of Sanitary Engineers (ASSE):1013-2005Reduced Pressure Principle Backflow PreventersD.American Society for Testing and Materials (ASTM): A242/A242M-04 (2009)High Strength Low-Alloy Structural SteelA536-84 (2009)Ductile Iron CastingsB61-08Steam or Valve Bronze Castings B62-09Composition Bronze or Ounce Metal Castings D1785-06Poly(Vinyl Chloride) (PVC) Plastic Pipe, Schedule 40, 80, and 120 D1238-04cStandard Test Method for Melt Flow Rates of Thermoplastics by Extrusion PlastometerD1784-08Rigid Poly(Vinyl Chloride)(PVC) Compounds and Chlorinated Poly(Vinyl Chloride) (CPVC) CompoundsD1785-06Poly(Vinyl Chloride) (PVC) Plastic Pipe, Schedules 40, 80, 120D1894-08Standard Test Method for Static and Kinetic Coefficients of Friction of Plastic Film and SheetingD2241-05Poly(Vinyl Chloride) (PVC) PressureRated Pipe (SDR Series) D2464-06Threaded Poly (Vinyl Chloride) (PVC) Plastic Pipe Fittings, Schedule 80 D2466-06Poly(Vinyl Chloride) (PVC) Plastic Pipe Fittings, Schedule 40 D2564-04e1Solvent Cements for Poly (Vinyl Chloride) (PVC) Plastic Piping Systems D2657-07Standard Practice for Heat Fusion Joining of Polyolefin Pipe and FittingsD3139-98 (2005)Joints for Plastic Pressure Pipes Using Flexible Elastomeric SealsD3350-10 Standard Specification for PE Pipe & Fittings Materials F477-08Elastomeric Seals (Gaskets) for Joining Plastic PipeE.American Water Works Association (AWWA): C110/A21.10-08Ductile-Iron and Gray-Iron Fittings, 3-Inch Through 48-Inch for Water C111/A21.11-06RubberGasket Joints for Ductile-Iron Pressure Pipe and Fittings. C115/A21.15-05Flanged DuctileIron Pipe with Ductile-Iron or Gray-Iron Threaded Flanges C151/A21.51-09……………Ductile-Iron Pipe, Centrifugally Cast, for WaterC153/A21.53-00……………Ductile-Iron Compact Fittings for Water Service C504-06Rubber Seated Butterfly ValvesC509-09Resilient-Seated Gate Valves for Water Supply ServiceC901-08AWWA Standard for Polyethylene (PE) Pressure Pipe and Tubing, 13 mm (? In.) through 76 mm (3 In.), for Water ServiceF.Manufacturers Standardization Society (MSS): SP70-2006Cast Iron gate Valves, Flanged and Thread Ends G.National Electrical Manufacturers Association (NEMA): 250-2008Enclosures for Electrical Equipment (1000 Volts Maximum); PART 2 PRODUCTS 2.1 MATERIALSA.All materials shall be new and without flaws or defects of any type and shall be the best of their class and kind. All materials shall have a minimum guarantee of one year against material defects or defective workmanship.B.All material shall be the brands and types noted on the Drawings or as specified herein, or approved equal.C.The irrigation system was designed around equipment manufactured by specific companies as a standard. Approved equal equipment by other manufacturers may be used only with the approval of the COR. Submission of irrigation sprinkler heads for approval, as equal shall only be considered if submitted heads match the precipitation rate, gallons per minute and spacing of specified sprinkler heads.D.All irrigation equipment including pipe, pipe fittings, ductile iron fittings, mechanical restraints, wire, valves, etc., shall be inspected and approved by the COR before installed.E.Pipe sizes referenced in the construction documents are minimum sizes, and may be increased at Contractor’s option.2.2 SLEEVINGA.Provide sleeves beneath all hardscape for irrigation pipe.B.Use rigid, unplasticized polyvinyl chloride (PVC) 1120, 1220 National Sanitation Foundation (NSF) approved pipe, extruded from material meeting the requirements of Cell Classification 12454-A or 12454-B, ASTM Standard D1784, with an integral belled end.D. Use Class 200, SDR-21, rated at 200 psi, conforming to dimensions and tolerances established by ASTM Standard D2241.E.Sleeve sizes are to be as shown on the drawings or twice the nominal diameter of pipe if not shown. The wiring bundle area may not exceed more than 40% of the sleeve cross sectional area, per NEC recommendations. 2.3 PVC PIPe and fittings A.Plastic Pipe: Sub-main and lateral line piping shall be as specified on the drawings. All sub-main piping shall be Class 200 "0" ring gasket pipe, SDR 21; lateral line piping downstream of the zone valves which is 2-1/2" in diameter and greater shall be Class 200 SDR 21 and shall conform to ASTM D 2241. Lateral line piping downstream of the zone valves which is two inches (2") in diameter or less shall be Schedule 40 PVC and shall conform to ASTM D 1785. All PVC pipe shall be continuously marked with identification of the manufacturer, type, class, and size, and shall be free of holes, foreign material, blisters, wrinkles, dents or sunburn.B.PVC Pipe Fittings Pipe Size 2" and Smaller: Fittings on PVC lines 2" and smaller shall be Schedule 40 PVC, Type 1, Cell Classification 12454 and shall comply with ASTM D 2466.C.PVC Pipe Fittings Pipe Size 2 W' and Larger: All joints at changes in direction on PVC pipe sizes 2 W' and larger shall have Harco push on joint deep bell ductile iron fittings (or approved equal) with Harco knuckle joint restraints (or approved equal). All joints in straight runs of PVC pipe sizes 2 W' and larger immediately upstream or downstream of a change in direction shall be Harco push on deep bell ductile iron coupling restrained with Harco knuckle joint restraints (or approved equal).D.Threaded Nipples: All threaded PVC nipples shall be Schedule 80 molded PVC pipe. All galvanized nipples shall be Schedule 40 galvanized steel pipe.2.3 VALVES AND VALVE BOXESA.All valves and valve boxes shall be protected as specified on the Drawings.2.4 HEADSA. Heads shall be as specified on the Drawings or equal.2.5 IRRIGATION CONTROLLERSA. Controllers shall be protected as specified on the Drawings.2.6 CEMENTS, CLEANERS/PRIMERS AND JOINT COMPOUNDSA.Cement shall be IPS Weld -On, Wet 'R Dry 725 (or equal) PVC solvent cement for use on all schedules of PVC pipe and fittings 4" and smaller. For PVC pipe and fittings larger than 4" cement shall be IPS Weld-On, 711 (or equal) PVC solvent cement. Cement must be low VOC (Volatile Organic Compounds), NSF approved, and meet ASTM D 2564 requirements.B.Primer shall be IPS Weld-On, P-75 Wet 'R Dry (or equal) primer for PVC pipe 4" and smaller. For PVC pipe and fittings larger than 4", primer shall be IPS Weld-On, P-70 (or equal) purple primer.C.All threaded connections between metal to metal, PVC to metal and PVC to PVC shall be made using RECTORSEAL #5 slow dry, soft set, thread sealing compound. Thread sealing compound shall not be used on threaded connections between sprinkler and nipple or bubbler and nipple.D.All "0" ring gasket and pipe spigot ends shall be lubricated using the lubricant recommended or supplied by the pipe manufacturer. If the pipe manufacturer does not provide a lubricant for the pipe, use IPS Weld-On Seal lube as manufactured by Industrial Polychemical Service.2.7 WIREA.Wire for the 120 volt wiring shall be solid copper (or stranded copper in larger wire sizes), underground feeder for direct burial and PVC insulated. Size of wire shall be #12 AWG.B.Wire for the 24 volt wiring shall be solid copper wire, PVC insulated, UL approved underground feeder wire for direct burial in ground. Common wires shall be #12. Color white. The wire shall be supplied in either 500' or 2,500' rolls. The control wires shall be #14, color red, unless otherwise indicated on Drawings.C.Wire Splicing Materials: All wire splices shall be made water-tight using 3MTM DBRIY direct bury splice kit or equal. D.Grounding wire, ground rods, grounding plates and wire clamps for controllers shall be as detailed on the Drawings and shall meet the ASIC Guideline 100-2002 (January 2, 2002) for Earth Grounding Electronic Equipment in Irrigation Systems.2.8 WARNING TAPEA. Detectable marking tape shall consist of a minimum 5.0 mil (0.0050") overall thickness, five-ply composition; ultra-high molecular weight; 100% virgin polyethylene; acid, alkaline and corrosion resistant. Elongation properties shall be in accordance with ASTM D882-80A and shall be less than 150% at break. The tape shall have a 20 gauge (0.0020") solid aluminum foil core, encapsulated within 2.55 mil (0.00255") polyethylene backing. The tape color shall be blue with a legend that reads "Caution Waterline Below." The tape tensile strength shall be in accordance with ASTM D882-80A and be not less than 7,800 psi. The tape width shall be at least 6". Tape bury depth shall be 6" above irrigation pipe.2.9 RESTRAINTSA. Thrust Blocks:1.Use thrust blocks for fittings on pipe greater than or equal to 75 mm (3-inch) diameter or any diameter rubber gasketed pipe. Use of mechanical restraints does not eliminate the need for installation of thrust blocks as specified.2.Thrust block installation shall be as specified on the drawings.B. Joint Restraint Harness:1.Use a joint restraint harness wherever joints are not positively restrained by flanged fittings, threaded fittings, and/or retainer glands and thrust blocks.2.Use a joint restraint harness with all ductile iron fittings 150 mm (6-inch) and larger, transition fittings between metal and PVC pipe, where weak trench banks do not allow the use of thrust blocks, or where extra support is required to retain a fitting or joint.3.Use a joint restraint harness or retainer glands with preset torque shearing set screws, on all mainline gate valve assemblies 100 mm (4-inch) and larger.4.Use bolts, nuts, retaining clamps, all-thread, or other joint restraint harness materials that are stainless steel. Use retainer conforming to ASTM A536. Use high strength, low alloy steel bolts and connecting hardware conforming to ANSI/AWWA C111/A21.11.2.10 OTHER MISCELLANEOUS FITTINGS AND MATERIALSA. All other miscellaneous fittings and materials shall be as specified on the Drawings.PART 3 - EXECUTION 3.1 GENERALA.This section includes installation specifications for all items installed as a part of the irrigation system. Certain construction procedures or minor equipment installation procedures may have been omitted from these specifications that are necessary for the proper installation of the system. In any case, all materials and equipment shall be installed in a neat and workmanlike manner according to manufacturer's recommendations and specifications, local and state codes, as shown on the Drawings and as specified herein.3.2 PRODUCT HANDLINGA.Contractor shall be responsible for correct procedures in loading, unloading, staking, transporting and handling all materials to be used in the system. The Contractor shall avoid rough handling which could affect the useful life of equipment. Pipe shall be handled in accordance with the manufacturer's recommendations on loading, unloading and storage.3.3 POINT OF CONNECTIONA.All existing water main line locations shown on the Drawings are schematic. It shall be the Contractor's responsibility to pothole and field check to determine actual locations as incidental requisite to the construction contract.B.The existing satellite controller location is indicted on the plans.C.Where connections to existing stub outs are required, the Contractor shall make necessary adjustments should stubs not be located exactly as shown, at no additional cost to the Owner.3.4 EXCAVATION AND TRENCHINGA.The Contractor shall stake out the location of each run of pipe and all sprinkler heads and valves prior to trenching. Each run of the system shall be approved by the COR before actual installation is started. Notify the COR one week in advance of review. The COR will identify and approve modifications during this review.B.Irrigation system items staked include: irrigation mainline pipe, thrust blocks, isolation gate valve assemblies, air/vacuum relief valve assemblies, quick coupling valves, remote control valves, lateral piping, and sprinklers.C.If staked irrigation components conflict with utilities or other components or site features, coordinate rerouting of components with COR.D.Excavation and trenching for pipe lines shall be a true and straight line with the trench banks as nearly vertical as practical. The width of the trenches shall not be greater than necessary to permit proper joining, tamping, backfilling, bedding or any other installation procedures that may be necessary. Trench widths shall also be wide enough so that there will be a minimum horizontal and vertical separation of 4" between pipes in the same trench, except as noted on the Drawings.E.In locations where construction of irrigation piping is obstructed by existing trees and no other acceptable route for piping is available, the pipe installation shall be accomplished by means of horizontal directional boring. Alternate routes for location of pipe must be approved by the COR. The COR must be present when horizontal directional boring operations are in progress.F.Trench depths shall be sufficient to provide the specified pipe cover as described elsewhere in these specifications or as noted on the Drawings. In rocky areas the trenching depth shall be 6" below normal trench depth to allow for pipe bedding as described in other portions of these specifications.G.Concrete thrust block shall be installed where the irrigation main changes direction as at ells and tees and where the irrigation main terminates. Pressure tests shall not be made for a period of 36 hours following the completion of pouring of the thrust blocks.H.Install sprinkler lines to avoid electric ducts, storm and sanitary sewer lines, water and gas mains, all of which have right of way.\I.Install and maintain safety fencing around all unattended excavation. Place safety signs adjacent to construction area roadway to the satisfaction of the COR.3.5 SLEEVING AND BORINGA.Sleeves shall be the split type, installed around the existing pipe, and secured in place before casting the beam.B.Furnish and install where pipe will pass through the beam.C.Install sleeving at a depth that permits the encased pipe or wiring to remain at the same burial depth.D.During concrete placement, protect ends of sleeves from concrete intrusion. Keep sleeve openings clear. Extended Sleeve ends 12-inches beyond the edge of the beam to meet this requirement. Use formwork in these areas instead of forming the beam against the trench sides.E.Verify that sleeve sizing is adequate prior to installation. Sleeving to be twice line size or greater to accommodate retrieval for repair of wiring or piping and shall extend 12-inches beyond edges of paving or construction. Note that sleeves required for pipe with restrained casing spacers are larger than twice the diameter of the pipe.3.6 PIPE AND FITTINGS INSTALLATION:A.Installation of PVC pipe and fittings shall be in accordance with the manufacturer's recommendations and procedures and as mentioned in the specifications. Manufacturer's recommended procedures for making solvent weld fittings shall be strictly adhered to. Only solvent cements, cleaners, and primers or lubricants recommended or supplied by the pipe manufacturer shall be used.B.Caution shall be exercised by the Contractor in handling, loading, unloading, and storing of pipe and fittings. All pipe shall be stored and transported in a vehicle with a bed long enough to allow the pipe to lie flat without subjecting it to undue bending or concentrated external load at any point. Pipe shall be protected from damage by exposure to sunlight. Any section of pipe that has been scratched, dented or damaged or in any other way found to be defective, either before or after laying shall be replaced with sound pipe without additional expense to the Owner.C.Before installation, the inside of the pipe shall be cleaned of all dirt and foreign matter and shall be kept in a clean condition during and after laying of pipe. When work is not in progress, open ends of pipe and fittings shall be secured closed so that no trench water, earth or other foreign substances will enter the pipe or fittings. Where pipe ends are left for future expansion or connections, they shall be valved and/or capped as directed on the irrigation system drawings.D.All pipe and fittings shall be assembled to permit the pipe or fittings to be joined at the true parallel position of the fittings. Placement of pipe in curving trenches which cause excessive bending and stress on pipe and fittings will not be permitted. No excess piping or fittings shall be permitted in the installation of the system, which may increase pressure loss or potential blockage.E.Before installing the pipe, all rubbish and large rocks shall be removed from the trenches. If the soil is extremely rocky, the trenches shall be bedded with dirt or sand as outlined in other portions of these specifications. Material used for pipe bedding shall be approved by the COR. The full length of each section of the pipe shall rest solidly upon the pipe bed, with recesses excavated to accommodate bells, joints and couplings, except as noted on the Drawings.F.Pipe shall not be laid in water or when trench or weather conditions are unsuitable for the work. Any water which may be encountered or may accumulate in the trenches or excavation shall be pumped out or otherwise removed as necessary to keep the bottom of the trench or excavation free and clear of water during the progress of the work. Pipe shall not be laid when the temperature is 32 degrees F or below.G.Pipe will expand or contract at the approximate rate of 1" per 100' per 10 degrees F change of temperature. Therefore, the pipe shall be installed in a manner so as to provide for expansion and contraction as recommended by the manufacturer.H.The minimum horizontal and vertical clearance between lines in the same trench shall be 4", except as noted on the Drawings.I.All joints at changes in direction on PVC pipe sizes 2-1/2" and larger; all joints in straight runs of PVC pipe sizes 2-1/2" and larger immediately upstream or downstream of a change in direction; PVC sub-main o-ring gasket body gate valves; and all PVC sub-main valves with flange fittings shall be constructed with joint restraints, pipe restraints or self-restrained flange adapters as specified herein.J.After all piping, risers, valves, thrust blocks, etc., have been installed and partially backfilled as specified in other parts of these specifications, the control valve shall be opened and a full head of water used to flush out the system. After the system is thoroughly flushed, risers shall be capped off and the system pressure tested in accordance with the testing section of these specifications. At the conclusion of the pressure test, the heads shall be installed and the backfill operation completed.3.7 PVC PIPE SOLVENT WELDING PROCEDURE:A.PVC plastic pipe shall be squarely cut utilizing a hacksaw with a blade of 18 or 24 teeth per inch.B.Burrs left from cutting shall be wiped off with a clean dry cloth.C.Utilizing a cleaner/primer, thoroughly clean the mating pipe end and the fitting socket with a clean, dry cloth.D.Apply a uniform coat of solvent cement to the outside of the pipe end with a non-synthetic brush or dauber.E.In like manner, apply a thin coating of solvent cement to the inside of the fitting socket.F.Re-apply a light coat of solvent cement to the pipe end and quickly insert it into the fitting to the full depth of the fitting socket.G.Rotate the pipe or fitting approximately 1/4 turn to insure even distribution of the solvent cement.H.Hold in position for approximately 30 seconds.I.Wipe off any excess solvent cement that forms as a bead around the outer shoulder.J.Care should be taken so as not to use an excess amount of solvent cement that could cause burrs or obstructions to form on the inside of the pipe joint.K.Solvent weld joints shall be allowed to cure for at least 24 hours or as specified by the solvent manufacturer before pressure is applied to the system.3.8 BACKFILLING:A.Upon completion of a particular section of the irrigation system, and after sufficient time has elapsed for the curing of solvent weld joints, partial backfilling shall begin, leaving all joints, fittings, risers and connections exposed for visual inspection during the hydrostatic testing. Only upon successful completion of the hydrostatic test shall the backfill operation be completed for any one particular section.B.All backfill material shall be subject to approval by the COR. Backfill material shall be free from rock, large stones, brush, sod, frozen material or other unsuitable substances that may damage pipe during the backfilling operations.C.In the event that the material from the excavation or trenching is found to be unsuitable for use in backfill by the COR, it shall be removed from the site and properly disposed of by the Contractor at his own expense. The Contractor shall then, at no additional cost to the Owner, arrange for, purchase, and furnish suitable backfill material consisting of earth, loam, sandy clay, sand or other approved materials free of large clods of earth or sharp stones and capable of attaining the same relative density of the surrounding ground.D.In rocky areas, the trench depth shall be 6" below the normal trench depth to allow for an additional 6" of bedding material as padding for the pipe. In like manner, there shall be at least 6" of bedding material on all sides of the pipe as padding against the rock wall of the trench.E.All mainline and lateral piping shall have irrigation line location tape installed in the trench six (6") inches above the pipe. F.Backfill shall be placed in horizontal layers not exceeding 6" in depth and shall be thoroughly tamped, or water compacted to near original density or so that no settling will result. Backfill shall be placed to the original ground level. If settlement of trenches occurs within one (1) year from date of completion, it shall be the Contractor's responsibility to refill trenches and install new sod, new gravel mulch, or repave the repaired areas.G.After pipe is placed in trench and the first 6" layer of backfill is placed and compacted, the irrigation line marking tape shall be placed continuously in all trenches prior to completion of backfill operations.3.9 SADDLE TAPS:A.No saddle taps shall be permitted on PVC piping except as required to install new lateral zone electric remote control valves on existing PVC sub-main piping, or as approved by the COR.3.10 HEAD INSTALLATION:A.Heads shall be of the type and make specified and shall be installed as shown on the Drawings. Heads shall be installed with a 6" space or as otherwise indicated on the Drawings between the edge of the head and curbs, walls, driveways, building walls, etc. Heads shall be installed in the vertical position and backfilled and compacted to near 85% density.B.Head spacing shall not exceed the spacing shown and shall be in the location and configuration as shown on the Drawings. Contractor shall verify turf area dimension while staking head location. Heads shall be spaced to achieve uniform (head to head) coverage, or greater.C.After all piping and risers are in place and connected and before installation of the heads, all control valves for a given section shall be fully opened and a full head of water shall be used to flush out the system. If water pressure without the heads installed is not sufficient to provide adequate water flow from end risers, the Contractor shall cap off enough risers closest to the water source to provide adequate flushing of the end riser assemblies.3.11 EXISTING SATELLITE/FIELD CONTROLLER:A.Controller location is as indicated on the Drawings.B.Remote control valves shall be connected to the Controller in the numerical sequences as shown on the Drawings or as directed by the COR.C.Verify the existing Controllers is grounded as specified by the manufacturer and in accordance with ASIC Guideline 100-2002 (January 2, 2002) for Earth Grounding Electronic Equipment in Irrigation Systems.3.12 AUTOMATIC CONTROL VALVE INSTALLATION:A.Automatic control valves shall be of the type and size indicated on the Drawings. Installation shall be according to these specifications, the Drawings and the manufacturer's recommendations.B.The valve boxes shall be of the size and type as shown in the detail drawings.C.Valve wire splices shall be waterproofed using 3MTM DBRN direct bury splice kits (or equal) and the Contractor shall provide a 36" wire expansion coil to facilitate raising splices to ground level without cutting wires.D.Thoroughly flush mainline before installation of Control Valve Assemblies.E.Use a volume of water such that the velocity in the largest pipe flushing to this point is 0.9 m/s (3 FPS).F.Multiple points may be flushed simultaneously.G.Flush for a minimum of 20 minutes. Continue flushing until the water is clear of any and all debris.H.The COR will review the flushing operation and clarity of water before stopping the flushing operation.I.Install only one remote control valve to a valve box. Locate valve box 1.5m (5-feet) from and align square with nearby edges of paved areas.J.Attach ID tag with controller station number to control wiring at solenoid.K.Brand controller and station number in 50 mm (2-inch) high by 5 mm (3/16-inch) deep letters on valve box lid.3.13 INSTALLATION OF MAINLINE COMPONENTSA.Setting of valves:1.No valves shall be set under roads, pavement or walks.2.Clean interior of valves of foreign matter before installation.3.Set valve box cover flush with finished grade.4.Install as indicated in the installation details, per manufacturer’s instructions.5.Install where indicated on the irrigation plans.6.Brand or cast “GV” in 50 mm (2-inch) high by 5 mm (3/16-inch) deep letters on valve box lid.B.Air/Vacuum Relief Valve Assembly:1.As presented in the installation details, per manufacturer’s instructions.2.Install where indicated in the irrigation plans.3.Brand “AV” in 2-inch high by 3/16-inch deep letters on valve box lid.C. Quick Coupling Valve Assembly:1.As presented in the installation details, per manufacturer’s instructions.2.Install where indicated in the irrigation plans.3.Brand “QC” in 2-inch high by 3/16-inch deep letters on valve box lid.D. Pop-Up Gear-Driven Rotary Sprinkler Assembly:1.Thoroughly flush lateral pipe before installing sprinkler assembly. Water must be clear of any debris before flushing operation stops.2.Install per the installation details at locations shown on the drawings.3.Install sprinklers perpendicular to the finish grade. 4.Install swing joint with the appropriate angle between the lateral pipe and the lay length nipple per the installation details.5.Supply appropriate nozzle or adjust arc of coverage of each sprinkler for best performance.6.Adjust the radius of throw of each sprinkler for best performance.7.Install all sprinklers and quick couplers on swing joints as detailed on plans.3.14 24-VOLT CONTROL VALVE WIRING:A.Wire installation procedures as described herein shall be checked to conform to local codes.B.Contractor shall install the 24 volt control valve wiring in the same trench as the irrigation submain. All wires shall be laid below the pipe. In no case shall the wire be laid on top of the pipe. The wires shall be laid loose in the trench and taped together at 10'-0" intervals. When trenches used for piping are not appropriate for routing wire, Contractor shall install wire in a separate trench, 18" deep.C.Wire splices, other than at valve box locations, shall be kept to a minimum and if needed shall be made only at common splice points and placed in a wire splice box. These wire splices shall be made waterproof using 3MTMDBRN direct bury splice kits or equal. If a separate valve box is used for wire splices, brand “WS” in 50 mm (2-inch) high by 5 mm (3/16-inch) deep letters on valve box lid.D.At control wire splices, the Contractor shall provide a 36" wire expansion coil to facilitate raising splices to ground level without cutting wires.E.Continual wire shall be one color and in no case shall wires of different colors be spliced together.F.All 24 volt wiring shall be installed in PVC conduit when inside a building. All 24 volt wiring installed on exterior building walls shall be installed in metal conduit.G.Bundle control wires where two or more are in the same trench. Bundle with pipe wrapping tape spaced at 3 m (10-foot) intervals.H.Provide a 600 mm (24-inch) excess length of wire in an 200mm (8-inch) diameter loop at each 90 degree change of direction, at both ends of sleeves, and at 30 m (100-foot) intervals along continuous runs of wiring. Do not tie wiring loop. Coil 600mm (24-inch) length of wire within each remote control valve box.I.Install common ground wire and one control wire for each remote control valve. Multiple valves on a single control wire are not permitted.J.Unless noted on plans, install wire parallel with and below mainline pipe.K.Cap all exposed wire ends with wire nuts.L.Provide 300 mm (12 inch) expansion loops in wiring at each wire connection or change in wire direction. Provide 600 mm (24 inch) loop at remote control valves.3.15 TESTING:A.Newly installed irrigation pipelines jointed with rubber gaskets or threaded connections shall be subject to pressure and leakage testing after partial completion of backfill. Pipelines jointed with solvent-welded PVC joints will be allowed to cure at least 24 hours before testing.B.Subsections of mainline pipe may be tested independently, subject to the review of the COR.C.Furnish clean, clear water and all necessary pumps, bypass piping, storage tanks, meters, 3-inch test gauge, supply piping, and fittings in order to properly perform testing. Testing pump must provide a continuous 150 psi pressure to the mainline pipe. Where main lines are installed with significant elevation change, perform the test at the mid elevation of the segment being tested. Main lines may be tested in segments where the terrain makes it difficult to maintain the test pressure throughout. The test pressure is the minimum pressure on the line at the highest point of the line segment being tested.D.Upon completion of mainline and sub-mains, the mainline and each sub-main shall be tested with the COR present, for a two (2) hour period at 150 psi, unless otherwise noted. Prior to testing, the mainline and sub-mains shall be partially backfilled, leaving all joints and connections exposed for visual inspection. All dirt shall be flushed from the system and the line filled with water to remove air. The mainline shall be brought to static pressure. A pressure gauge and temporary valve shall be installed at the end of the mainline to permit air pressure to be applied to the main. A pressure of 150 psi must be retained for a two (2) hour period. The pressure shall not drop by more than 3 psi during the two (2) hour testing period. Any leaks resulting from the two (2) hour pressure test shall be repaired and the system retested until the system passes the test.\E.Upon completion of the lateral piping sections, each lateral system shall be pressure tested, with the COR present for two (2) hours at 100 psi. On systems using flex nipples, or swing joints, the lateral system shall be tested prior to installation of the flex nipples or swing joints. Prior to testing the lateral lines shall be partially backfilled leaving all joints and connections exposed for visual inspection. All air and dirt shall be flushed from the system and all open fittings shall be capped. The testing procedure shall be the same as used for the main line and sub-mains. The pressure shall not drop by more than 3 psi during the two (2) hour testing period. If after two (2) hour 100 psi pressure has been retained, the heads shall be installed, and the backfill operation completed. Any leaks resulting from the hydrostatic test shall be repaired and the system retested until the system passes the test.F.Contractor shall test the grounding for the existing controller as specified by the controller manufacturer and the ASIC Guideline 100-2002 (January 2, 2002) for Earth Grounding Electronic Equipment in Irrigation Systems. The COR must witness and approve the test.G.The Contractor shall demonstrate and document the continuous fault free operation of the Rain Master Central Control System and the Rain Master satellite controllers throughout the cemetery; all mainline and sub-mainline master valves and flow sensors for the complete irrigation system for a period of thirty (30) consecutive days minimum. A fault is a cause to restart the test. The test shall be completed as described below:1.The system must operate automatically from the program in the Rain Master Central Control computer.2.Prior to starting the test, each zone must demonstrate normal function and the controller must demonstrate automatic function. Activate each remote control valve in sequence from the satellite controller manually at the controller, automatically from the Central Computer, and via any handheld units. Manual operation on the valves from the bleed valve on the remote control valve is not an acceptable method of activation. The COR will visually observe operation, water application patterns, and leakage.3.Prior to starting the test, the primary main line flow sensor at the primary main line master valve and the two primary main line deductive flow sensors must be programmed in sequence to read a flow of zero (0) during normal system operations. When the primary main line flow sensors sense a flow in excess of zero, that will indicate a primary main line significant leak (in excess of 125 gpm) and will close the primary main line master valve. Prior to starting the test, the correct operation of the primary main line flow sensors and master valve shall be verified by manually opening a sub-main master valve and the submain lateral zones as required to simulate a leak with a flow in excess of 125 gpm. The primary main line flow sensors must sense the simulated leak and close the primary main line master valve.4.Prior to starting the test, each sub-main flow sensor must be set to sense an excessive flow. This is normally set at 10% above the largest flow on a single zone. After setting the flow sensor, the sensor must be tested by using the controller to turn on the largest zone and then manually bleeding on another valve to simulate a leak. The flow sensor must sense the leak and close the master valve.5.If the testing of the flow sensors and master valves for the primary main line and all submains pass, then and only then can the 30-day fault free test begin.6.The system must run on automatic for thirty (30) days.7.Each day the system must be checked by the COR to make certain that all programs ran; and to determine if there were any problems with operations.8.If the system or part of the system failed to run for any reason, that is a fault and the fault must be corrected and the test must start over.9.If the system runs but there is a valve stuck open, a broken head or a broken pipe, etc. and a flow sensor senses the excessive flow and closes the appropriate valve or master valve, then the system functioned properly and there is no fault. After repairing the problem area, the test continues. However, if the system failed to sense the excessive flow then there is a fault. Therefore the system must be repaired, the flow sensor/master valve corrected and the test starts over for another 30-day period.10.If during the test, there is a problem with existing irrigation equipment such as a controller, an electric remote control valve, etc. which was not installed by the Contractor, the Owner shall be responsible for correcting said problem. There is no fault. Once the problem with the existing equipment is corrected, the test will continue.E.Distribution Uniformity (DU):1.Perform a DU Test on one zone of burial section rotors.2.In conjunction with the COR, select the zones of sprinklers that are representative of the area being irrigated by the satellite controller.3.Perform a catch can test using procedures recommended by the Irrigation Association.4.Where DU test fails adjust zone pressures and/or nozzle sizes to meet required Distribution Uniformity.5.Calculate and provide a written documentation of the DU for each zone tested.6.An Irrigation Association Certified Landscape Irrigation Auditor must perform the test. Provide written evidence of certification prior to conducting test.3.16 ADJUSTING OF SYSTEM:A.Prior to starting the thirty (30) day fault free test, the Contractor shall adjust all valves for the proper operating pressure and adjust all heads for uniform coverage and even flow. Correct operations of the system must be accepted by the COR. Contractor shall wire the existing Controller (valve/station) as directed by the COR. The valve number shall be indicated on the Controller panel for each station.3.17 PROGRAMMING IRRIGATION CENTRAL CONTROL SYSTEMA.The Contractor shall retain and pay for the services of a Rain Master Certified Irrigation Water Manager. The Water Manager shall have the following minimum level of certification and shall provide written verifications of certification to the COR:1."Rain Master Factory Trained Oasis/Evolution DX2 Operator"2."Rain Master Factory Trained Oasis/Evolution DX2 Technician"B.The Water Manager shall be responsible for updating the programming the Irrigation Central Control System for the updated Satellite Controller for the new irrigation expansion area. Programming of the Central Control System shall include but not necessarily be limited to the following.1.Verify system communications from Central Controller to the updated Satellite Controller, Flow Sensors, and Master Valves.2.Using the Central Control hardware and software, establish databases and adjust program the system for the entire cemetery as necessary to accommodate the new irrigation system expansion area.3.Document the flow of each lateral zone in gallons per minute and enter the flow for each zone in the system database.4.With input from the Dallas-Fort Worth National Cemetery Maintenance Work Leader, build and install the "baseline/default watering program" with station run times for each lateral zone in the cemetery. Establish Cycle + Soak" parameters as required to avoid runoff and puddling throughout the cemetery.5.Calculate and program flow sensor limits on all flow sensor pulse monitors.6.Program the system to operate as required for monitoring flow sensors at the main line and each sub-main, recording flow and automatically reacting to problem flows by shutting down the affected portion of the system.7.Program the system to operate as required to manage the total flow demand placed on the water source.8.Program the system to operate as required to monitor the existing system weather station as needed to track evapotranspiration and automatically adjust the Satellite Controllers' station (zone) run time or day cycle intervals to match the landscape water requirements.9.Monitor, service, and repair the system as needed to successfully accomplish the required thirty (30) day "Fault Free Test"3.18 CLEAN UP:A.Contractor shall continuously keep a neat and orderly area in which they are installing the system. Disposal of rubbish and waste material resulting from the installation shall be continual. Upon completion of the system, the Contractor shall remove from the Owner's property at his own expense, all temporary structures, excess soils, rubbish, waste material, tools and equipment resulting from or used in the installation of the system.3.19 PROTECTION OF EXISTING UTILITIES:A.The Contractor shall be responsible for locating all cables, conduits, piping, and any other utilities or structures that may be encountered either above or below ground. All necessary precautions must be taken by the Contractor to prevent any damage to these existing utilities and improvements. In the event that such damage should occur from his operations, the Contractor shall repair or replace damaged utilities to their original condition at no additional expense to the Owner.3.20 ROCK OR OTHER MATERIAL:A.If the Contractor encounters unfavorable trenching conditions, no additional compensation will be paid. When material from the excavation or trenching is unsuitable for use as backfill, additional backfill material suitable for this purpose shall be brought in at the expenses of the Contractor. It shall also be the Contractor's responsibility to remove and dispose of all unsuitable materials removed from the trench that cannot be used in the backfill operation.3.21 FINAL ACCEPTANCE:A.Upon successful completion of the thirty (30) day fault free test, when the Contractor is satisfied that the system is operating properly, and all work and clean-up is completed he shall request a final inspection. The COR will respond to the notice of completion by the Contractor and shall appear for an inspect ion of the project. At that time the Contractor shall demonstrate the operation of each system in its entirety. In judging the work, no allowance for deviation from the original Drawings and Specifications will be made unless prior approval has been obtained.3.22 OPERATIONAL INSTRUCTION:A.After the system has been tested and accepted, the Contractor shall instruct cemetery personnel as selected by COR in the operation and maintenance of the system. Training provided shall be a minimum of 8 hours.B.Contractor shall provide the Owner with two (2) keys for the following:1.Manual Gate Valves.2.Manual Drain Valves.3.Valve Boxes.4.Controllers.5.Any locking assembly in need of key access.6.Quick CouplersC.Contractor shall provide the Owner with two copies of a Maintenance Manual bound in a three ring binder. The maintenance manual shall include copies of the approval submittals, controller operations manuals and manufacturers warranties on all irrigation products.3.23 SYSTEM MAINTENANCE AND WARRANTY:A.Maintenance of the irrigation system shall begin immediately following the installation of the system and shall continue until the entire system is accepted. Maintenance shall include repair of defects or damages, adjustments and fine tuning of the system, and repairs of damages resulting from vandalism, erosion, weather, and the like.B.For a period of one (1) year from final acceptance of the system, the Contractor shall promptly furnish and install, without cost to Owner, any and all parts or materials which prove defective in material or workmanship. Damage due to irrigation system line breaks shall be repaired and brought to original condition by the Contractor at no expense to the Owner.C.For a period of one (1) year from final acceptance of the system, the Contractor shall repair any settlement of trenches by one of the following methods as directed by the COR:1.For Trenches in Turf Areas:a.Bring to grade by top-dressing (raking topsoil into the grass).b.Bring to grade with topsoil and seed.c.Remove existing sod, fill depression with topsoil, and replace with new sod to match existing sod.2.For Trenches in Gravel Areas:a.Remove existing gravel, fill depression with topsoil, and replace gravel.b.Rake to smooth uniform grade.D.Repair by any of the above methods shall result in a smooth, level area. Maintenance of repaired areas shall be the responsibility of the Owner.E.Replace damaged items with identical materials and methods per contract documents or applicable codes. Make replacements at no additional cost to the contract price.F.Warranty applies to originally installed materials and equipment and replacements made during the Warranty period.3.24 INSPECTION:A.The following inspections shall be the minimum required inspections during the course of construction. Additional inspections shall be made at any time at the discretion of the Owner or COR. It shall be the responsibility of the Contractor to notify the COR, in writing, 48 hours in advance of each required inspection. The sequence of required inspections shall not be changed from the sequence listed below. The Contractor shall not proceed with work of the next sequence without written approval of the work of previous sequence. The Contractor shall attach a copy of the written inspection approvals to all applications for payment.1.Inspect staked locations of main lines, sub-mains, valves, laterals andheads.2.Inspect and pressure test main lines and sub-mains.3.Inspect 24 volt control wire installation.4.Inspect and pressure test automatic valves and lateral irrigationinstallation.5.Inspect automatic controller installation and operation.6.Inspect head placement, coverage and operating pressure prior to planting.7.Inspect at end of maintenance period.3.25 SPARE PARTSA.Upon completion of the work furnish the Owner the following for his maintenance stock.1.10 – Toro T7PSS-02 sprinklers2.2 – Toro P-220-27-0-8 Control Valves3.2 – 2” Brass Gate Valves (Control Valve Assembly)- - - E N D - - -SECTION 32 92 00 TURFGRASS RENOVATION AND REESTABLISHMENTWORK OVERVIEWThis section outlines operational procedures to be followed in sections designated for topsoil surface leveling, renovation, and re-establishment of the existing turfgrass stand. Turf renovation generally includes curb-to-curb renovation unless otherwise directed by the COR. The contractor shall provide all supervision, professional advice/guidance, labor, parts, materials, equipment, and personnel, to provide the services defined herein.The COR will determine the beginning point and ending points in each gravesite SOIL AND TURFGRASS RENOVATION PROCESS:The following renovation process shall begin with the approval of the COR and only when the existing turfgrass is actively growing and not in dormancy. Mow and trim target area several times removing grass clippings each time. Initial mowing in this sequence should be at normal maintenance height (i.e. 2.5 to 3 inches) and subsequent mowing 2 or 3 days apart should be at lowered height (i.e. 1.5 to 2 inches). After a minimum of two or more preparatory mowings and trimmings, the entire vegetated area should be treated with an application of an appropriate non-selective herbicide. Application rate should be the maximum label recommended rate for the complete elimination of perennial grass species and contaminant weeds. IMPORTANT: Application must be made at a time when grass is actively growing for the herbicide to work. Application to be made by a licensed pesticide applicator. Allow a minimum of 10 to 14 days to elapse for herbicide to fully translocate throughout all plant parts. The COR shall confirm and approve that all vegetation (turfgrass, weeds, etc.) in the treated area is completely dead prior to removal of the dead vegetation. If any vegetation within the treated area is still vital (alive) it shall not be removed. Re-treat the vegetated area in accordance with paragraph 2.2.3 until the vegetated area is completely dead.Contractor shall inventory, remove, and store all irrigation heads and cap head risers within the limits of work. Provide a copy of the inventoried equipment and materials to the COR. Provide protection of any exposed components, risers, etc. that might be damaged by renovation equipment.Contractor shall locate and inventory all irrigation components: (valve boxes, gate valves, quick couplers, etc.) within the limits of work and protect the location and component access throughout contract work. Provide a copy of the inventoried equipment and materials to the COR.The Contractor shall be responsible for the replacement of irrigation heads and components at finish grade, ensuring all irrigation lines and heads are free of foreign matter and operating properly.Removal of Existing Turf Stand:Power rake or verticut entire treated area to loosen and prepare the site for the removal of all residual plant debris including thatch. Remove all residual plant debris including thatch. Topsoil Preparation:Rototill area to a minimum depth of 6 inches to uniformly mix topsoil and to uniformly loosen top surface for re-grading and leveling.Provide and apply turf fertilizer that is commercial grade, free flowing, uniform in composition, and conforms to applicable state and federal regulations. Granular fertilizer shall bear the manufacturer's warranted statement of analysis. Granular fertilizer shall contain a minimum percentage by weight of 10 nitrogen (of which 50 percent shall be organic), 10 available phosphoric acid, and 10 potash. Spread at a rate recommended by the manufacturer evenly over entire area using any suitable broadcast application device.Rake in fertilizer into the top one (1) inch of soil to minimize the new sod from making direct contact with the fertilizer. Topsoil Leveling and GradingGrade and compact surface of site to achieve desired finished appearance, which is to be smooth and uniformly level down each row and between each row, free of all surface ripples, depressions, high spots, low areas, ridges. The finish grade for each gravesite section shall be smooth and uniformly level with adjacent gravesite sections and surrounding terrain. New surfaces shall be blended to existing areas.The prepared surface (finish grade) shall be a maximum 1 inch below the adjoining grade of any surfaced area. The prepared surface (finish grade) shall be a nominal 26 inches below the top of all upright headstones or by direction and approval of the COR. See Exhibits (A) and (B). In sections with Civil War type (older) upright marble headstones or other non-standard types of headstones exist, coordinate the finish grade in these areas with the COR.In locations where existing burial area surface has formed “ridges” between rows, these areas shall be knocked down by grading between high and low surfaces of the rows so that finished surface is uniformly flowing from row to row, and down each row. If this process does not achieve desired smooth and uniformly flowing finished grade due to numerous depressions and low or sunken areas in the existing surface grade, import, spread and compact additional high quality topsoil of similar characteristics and texture to the soil already present on site. Topsoil shall be free of foreign matter, any objects bigger than 25 mm (1 inch) and weed seeds. Apply and compact sufficient topsoil to eliminate all ripples, depressions, and sunken grave areas as needed to achieve the desired smooth and uniformly level finish grade and appearance.Firm the topsoil by rolling with a standard turfgrass roller that is half-full of water. If more weight is required to adequately firm the surface, fill the roller with water and repeat rolling as necessary. Properly firmed soil will show a foot print when walked upon, but will not allow the walker’s foot to sink into the soil Protect finished areas from damage by vehicular or pedestrian traffic. Install and maintain erosion control material to meet local environmental regulations. Copies of these requirements may be reviewed by contacting the COR.After finish grade has been established, raise all irrigation components and install sprinkler heads to finish grade. Adjust sprinkler heads to provide full coverage and best distribution uniformity.Turfgrass Sod Transplanting and Installation:Provide certified sod as specified in Exhibit (E). Moistening the Soil: During periods of higher than optimal temperature for the species specified, and after all unevenness in the soil surface has been corrected, the soil shall be lightly moistened immediately prior to installation of the turfgrass sod.Starter Strip: The first row of turfgrass sod shall be laid in a straight line, with subsequent rows placed parallel to and tightly against each other. Lateral joints shall be staggered to promote more uniform growth and strength. Care shall be exercised to insure that the pieces are not stretched or overlapped and that all joints are butted tightly to prevent voids that would cause air drying of the roots.Sloping Surfaces: On 3:1 or greater slopes, traditional size (1 sq yd / 1 sq m) turfgrass sod shall be laid across the angle of the slope (perpendicular), with staggered joints and secured by tamping, pegging, stapling or other approved methods of temporarily securing each piece. Large-roll turfgrass sod shall be laid in the direction of the slope, with temporary securing being at the discretion of the installation contractor.Swales and Intermittent Waterways: The installation of turfgrass sod within drainways or intermittent waterways shall be determined after considering maximum channel velocities for storms of a designated intensity. Traditional size turfgrass sod shall be laid perpendicular to the direction of flow and pegged to resist washout during the establishment period, while large-roll pieces shall be laid in the direction of the flow, with temporary securing being at the discretion of the installation contractor. Watering and Rolling: The installation contractor shall water the turfgrass sod immediately after transplanting to prevent drying. As sod placement is completed in any one section, the entire area shall be lightly rolled. It shall then be thoroughly watered to a depth sufficient to ensure the underside of the new sod pad and soil immediately below the pad are thoroughly wet. The Contractor shall be responsible for having adequate water available at the site prior to and during installation.All turfgrass sod shall be uniform in color, leaf texture and shoot density and shall be reasonably free of weeds, diseases and other visible imperfections at acceptance. Turfgrass Sod Establishment:The establishment period for turf shall begin immediately after installation, with the approval of the COR. All turf established by the Contractor shall be irrigated and fully maintained by the Contractor until final acceptance is made by the Government. The Governments reserves the right to increase or decrease frequency of watering as deemed necessary. Watering: Irrigate area routinely and as required to ensure complete and satisfactory sod establishment. Apply water at a moderate rate so as not to flood the plants and turf. Soil on sod pads shall be kept moist at all times to maintain moist soil to a depth of at least 4 inches. Sod shall be watered daily for the first 10 to 14 days to avoid dry out. Then, water sod routinely as needed to prevent visual wilt (blue/gray hue). In all cases, Contractor shall coordinate irrigation schedules with the COR.Eradicate all weeds. Water, fertilize, over-seed, and perform any other operation necessary to promote the growth of grass. Replant areas void of turf 0.1 m2 (one square foot) and larger in area. Mow the new lawn at least three times, prior to the final inspection. Begin mowing when grass is two and one-half (2-1/2) inches high. Mow to a two (2) inch height per each of the three mowings prior to final inspection. String trim/stick trim the turf around the headstones/ flat markers at least three times, maintaining the same surrounding height of the mowed turf prior to the final inspection. Begin trimming when grass is three and one-half (3-1/2) inches high. Mowing: Mowing shall be performed in accordance with the requirements of paragraph 2.3. The first mowing shall not be attempted until the turfgrass sod is firmly rooted and securely in place. Begin mowing sod when plant height reaches two and one-half (2-1/2) inches or as otherwise directed by the COR. Continue mowing and irrigation until sod is 100% established. After the sod has been established the Contractor shall request a Final Inspection in writing to the Contracting Officer and COR. Germinated weeds must be eliminated by spraying with a typical three-way broadleaf herbicide combination product or with DriveTM or an approved equal post emergence herbicide for control of crabgrass or both if necessary to achieve 100% turfgrass cover. The seedling turfgrass shall be mowed at least three times before any herbicide treatment is applied.In areas where turf work has been completed, clear the area of all debris. Any areas damaged during establishment operations must be restored to their original condition. Headstones shall be cleaned per the requirements of section 3.0.MOWING PROCEDURES AND EQUIPMENT FOR TURFGRASS SOD ESTABLISHMENT The Contractor shall use rear-discharge mowers or mowers with mulching decks only. At no time is freshly mowed grass to be blown onto headstones. Riding mowers may be used if they are not operated within two (2) inches of headstones, flat markers, monuments, tree trunks or other vertical mercial grade power trimmers and power edgers shall be used to trim grass from around headstones, monuments, markers, etc. The Contractor shall use trimmers with a plastic blade attachment to cleanly trim edges around all flat markers. Care must be taken not to chip flat markers with blades.All mowing equipment shall be cleaned before mowing at the Cemetery to reduce the risk of introducing contaminant weed seeds into the cemetery turf. No equipment will be cleaned on cemetery property.Cutting blades on mowing and trimming equipment must be kept sharp so that grass tips are cleanly cut and not torn or damaged.Turfgrass Heights: Turf shall be maintained at a height within one (1) inch of the range as specified in Exhibit (E) or as directed by the COR. The height of grass is what is measured to get the correct cutting height. The cutting height of all mowing equipment shall be set to maintain the specified height. At no time will more than one-third (1/3) of leaf blade be removed during any single mowing.Trimming: The base of headstones, trees, monuments, markers, buildings walls, fences, signs and other vertical surfaces shall be trimmed to keep the grass within one (1) inch above the range as specified in Exhibit (E) or as directed by the COR. Trimming operations will be considered a part of mowing and accomplished concurrently with mowing operations. A mowing cycle will not be considered complete until all trimming operations are accomplished. Areas will be mowed first, followed by the trimming operation.Mowing and trimming will be accomplished free of scalping, rutting, bruising, and uneven and rough cutting. Use of cutting equipment that is out of adjustment, thereby causing streaks or irregularities, uneven cutting, plowing, or gouging of the soil is not permitted. After cutting, grass will have a uniform height. Contractor shall be familiar with and utilize different mowing patterns. Changing direction and patterns reduces turf wear, prevents wheel rutting, and provides a neater appearance. All mowing around trees will be accomplished in a manner that prevents a “ringing pattern” around the tree and associated damage to turf.Mowing, trimming and edging operations will not damage headstones, markers, floral or commemorative items, structures, survey monuments, irrigation equipment, etc. TRASH, DEBRIS & LEAF REMOVALDebris and Trash: Any item, material, or foreign object not permanently attached to or planted within the cemetery grounds and boundaries. Items include, but are not limited to, fallen twigs and branches that are under ten (10) inches (25.40 cm) in diameter, paper products, cigarette butts, gum, glass and metal products, plastic and any other synthetic items, loose rock and stone over three (3) inches (7.62 cm) in diameter that are not the apparent result of an interment. Also included is the material found within the trash receptacles located throughout the cemetery grounds.Contractor shall collect and dispose of all debris and trash before and after each mowing and trimming event within the Cemetery.Any clippings deposited on headstones, flat markers, monuments, roadways, walkways (inside and out), flagpole bases, or other non-turf grass areas, shall be mechanically blown onto nearby turf areas when possible, or collected and disposed of on the same day as the mowing and trimming event that produced them. Any clippings deposited on sidewalks or at public visitor areas including at the Committal Shelter areas shall be swept or removed using mechanical blowers at same time mowing work is occurring. Clearly visible windrows of clippings, as a result of infrequent mowing, will be removed and disposed of at no extra cost to the Government. E N D SPECIFICATION EXHIBIT A01460500SPECIFICATION EXHIBIT B15240016700500SPECIFICATION EXHIBIT C0000SPECIFICATION EXHIBIT D-1498601587500ATTACHMENT 7EXPERIENCE – LIST OF REFERENCES: List below references for which you performed like or similar services. (Performed services at like dollar values, degree of work, amount of area serviced, type of grounds maintenance service).Contract Title & Number: ____________________________________________________Installation_______________________/Address: ______________________________________________________________________________________________Dollar Amount: $ _______________Point of Contact: ____________________________________POC Title: ___________________ Phone: ____________ E-mail: ________________________________==================================================================Contract Title & Number: ____________________________________________________Installation_______________________/Address: ______________________________________________________________________________________________Dollar Amount: $ _______________Point of Contact: ____________________________________POC Title: ___________________ Phone: ____________ E-mail: ________________________________==================================================================Contract Title & Number: ____________________________________________________Installation_______________________/Address: ______________________________________________________________________________________________Dollar Amount: $ _______________Point of Contact: ____________________________________POC Title: ___________________ Phone: ____________ E-mail: ________________________________ ==================================================================Contract Title & Number: ____________________________________________________Installation_______________________/Address: ______________________________________________________________________________________________Dollar Amount: $ _______________Point of Contact: ____________________________________POC Title: ___________________ Phone: ____________ E-mail: ___________________________________________ ==================================================================SPECIFICATION EXHIBIT ETURFGRASS SPECIFICATIONS AND MOWING HEIGHT REQUIREMENTS1. Provide Certified Turfgrass Sod, Premium Grade of the variety/type/blend/mixture as indicated in the Table below.2. Thickness of Cut: Turfgrass sod shall be machine cut at a uniform soil thickness of 0.60 inch (15 mm), plus or minus 0.25 inch (6 mm), at the time of cutting. Measurement for thickness shall exclude top growth and thatch.3. Pad Size: Individual pieces of turfgrass sod shall be cut to the supplier’s standard width and length. Maximum allowable deviation from standard widths and lengths shall be plus or minus 0.5 inch (15 mm) on width and plus or minus five percent on length. Broken pads and torn or uneven ends will not be acceptable.4. Strength of Turf Sod Sections: Standard size sections of turfgrass sod shall be strong enough that it can be picked up and handled without damage.5. Moisture Content: Turfgrass sod shall not be harvested or transplanted when its moisture content (excessively dry or wet) may adversely affect its survival.6. Mowing Height: Before harvesting, the turfgrass shall be mowed uniformly at a height of 1 to 2.5 inches (25 to 60 mm) on cool season grasses (i.e., bluegrass, bentgrass, rye and fescue), and 0.75 to 1.50 inches (20 to 40 mm) on warm season grasses (i.e., zoysiagrass, bermudagrass, St. Augustinegrass, etc.).7. Time Limitations: Turfgrass sod shall be harvested, delivered and installed/transplanted within a period of 24 hours, unless a suitable preservation method is approved prior to delivery. Turfgrass sod not transplanted within this period shall be inspected and approved by the inspecting officer or his representative prior to its installation. 8. Thatch: Turfgrass sod shall be relatively free of thatch, up to 0.5-inch (15 mm) allowable (uncompressed).9. Diseases, Nematodes and Insects: Turfgrass sod shall be reasonably free of diseases, nematodes and soil-borne insects. 10. Weeds: Certified, Premium grade turfgrass sod shall be free of objectionable grassy and broad leaf weeds. Certified, Premium grade turfgrass sod shall be considered free of such weeds if the sod contains no more than 2 weeds per 50 square yards of area. 11. Delivery and Off-Loading: Turfgrass sod shall be delivered to the site and off-loaded using equipment furnished by the turfgrass sod supply contractor.TURFGRASS VARIETY AND MOWING HEIGHT REQUIREMENTSCemeteryTurfgrass VarietyMowing Height RangeOptimal Mowing HeightFort Sam Houston National CemeteryBermuda 4191 to 3 inches2 inches Attachment 1 through Attachment 8Attachment 1Cemetery MapAttachment 2Work Summary & Progress Report (template)Attachment 3Contract Discrepancy Report (CDR) (form)Attachment 4Initial Headstone/Marker Raise and Realign Survey (form)Attachment 5Daily Headstone/Marker Raise & Realign Verification Survey (form)Attachment 6List of References/Past Performance Questionnaire Attachment 7 Service Contract Act Wage Determination and Davis Bacon Wage Determination attached. Note: Davis Bacon Wage Determination only applies to CLIN 003, Concrete Beam SystemAttachment 8Work AssignmentATTACHMENT 1 CEMETERY MAPATTACHMENT 2 WORK SUMMARY & PROGRESS REPORTATTACHMENT 2AWORK SUMMARY & PROGRESS REPORTPeriod Covered:From:To:Cemetery Location:Contractor Information:Fort Sam Houston National Cemetery Project Title:Upright Headstone Raise and Re-alignmentContract No: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 some or all of the services that have been tendered for acceptance. The Government may require re-performance of nonconforming services at no increase in contract price. The Government shall 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.WORK COMPLETED & SUBMITTED FOR ACCEPTANCE(This form is not to be used as an Invoice)1Section keystones have been properly chosen with the approval of the COR in order to achieve a smooth, flowing transition between the rows and columns. Keystones have been set in accordance with the requirements using a licensed surveyor.No. of Keystones& Section #’s:Date Completed:2Upright headstone sockets are dug with a 3" minimum clearance on all four sides and the bottom of the headstone to meet the height and alignment requirements. Sockets are clean and free of loose dirt and debris. The crushed stone base material has been added to the correct level and fully compacted.Quantity &Section #’s:Date Completed:3Upright headstones in burial sections are uniform in height (25") above ground (20" for older/smaller headstones), horizontally and vertically plumb, with inscriptions visible, and installed to ensure a pleasing top line while compensating for irregular terrain (sloping and uneven ground). Transverse and lateral alignment is within the maximum allowable tolerance of 1/8" and vertical alignment is within one degree of fully vertical when measured on front and sides using a digital level. COR has randomly sampled the headstones to verify height and alignment.Quantity &Section #’s:Date Completed:4Completed raised and realigned headstones in all soil and terrain conditions are firmly set in place so that the headstones are rigid with no give or play. COR has randomly checked to assure headstones are firmly set in place.Section Numbers:Date Completed:5Headstones otherwise present a neat overall appearance in a line vertically, laterally & transversely and provide a uniformly flowing transition throughout the Section and with adjoining Sections.Section Numbers:Date Completed:6Headstones have been cleaned in accordance with the contract requirements.Quantity &Section #’s:Date Completed:Report below any circumstances which may have adversely affected work progress such as weather, strikes, delays by the Government, etc. Signature of Contractor:Date SignedSignature of Cemetery Director / CORDate SignedNote: Contractor shall sign confirming that services indicated have been completed. Government shall also sign in acknowledgment of receipt of the Progress Report.Duplicate Form as NecessaryATTACHMENT 2BWORK SUMMARY & PROGRESS REPORTPeriod Covered:From:To:Cemetery Location:Contractor Information:Fort Sam Houston National Cemetery Project Title:Turf RenovationContract No: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 some or all of the services that have been tendered for acceptance. The Government may require re-performance of nonconforming services at no increase in contract price. The Government shall 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.WORK COMPLETED & SUBMITTED FOR ACCEPTANCE(This form is not to be used as an Invoice)1Contractor shall inventory, remove, and store all irrigation heads and cap head risers within the limits of work with a copy of the inventoried equipment and materials provided to the COR. Exposed components, risers, valve boxes, quick couplers, etc. have been protected.Quantity &Section #’s:Date Completed:2The entire vegetated area has been treated with an application of a non-selective herbicide by a licensed pesticide applicator. A minimum of 10 to 14 days has elapsed for the herbicide to fully translocate throughout all plant parts. The COR confirms that all vegetation in the treated area is completely dead.Quantity &Section #’s:Date Completed:3The entire treated area has been power raked or verti-cut and all residual plant debris including thatch has been removed.Quantity &Section #’s:Date Completed:4Turfgrass fertilizer has been applied and roto-tilled to a minimum depth of 6 inches to uniformly mix fertilizer with the topsoil and to loosen top surface for re-grading and leveling.Quantity &Section #’s:Date Completed:5Topsoil has been graded, leveled, and compacted to achieve a finished appearance that is smooth, uniformly level, and free of all surface ripples, depressions, high spots, low areas, and ridges. The finish grade is a maximum of 1 inch below the adjoining grade of any surfaced area and is nominally 26 inches below the top of all upright headstones unless otherwise approved by the COR.Quantity &Section #’s:Date Completed:6All irrigation components and sprinkler heads have been re-installed to finish grade and adjusted to provide full coverage with the best distribution uniformity.Quantity &Section #’s:Date Completed:7All turfgrass sod has been installed using certified sod as specified. Sod pieces are not stretched or overlapped and that all joints are butted tightly to prevent voids that would cause air drying of the roots and to prevent weed growth.Quantity &Section #’s:Date Completed:8All turfgrass is completely established and ready for final acceptance. All turfgrass is uniform in color, leaf texture, and shoot density. Turfgrass is reasonably free of weeds, diseases and other visible imperfections. The turfgrass has been mowed at least three times. Areas void of turfgrass greater than one square foot and larger have been replanted and re-established.Quantity &Section #’s:Date Completed:Report below any circumstances which may have adversely affected work progress such as weather, strikes, delays by the Government, etc. Signature of Contractor:Date SignedSignature of Cemetery Director / CORDate SignedNote: Contractor shall sign confirming that services indicated have been completed. Government shall also sign in acknowledgment of receipt of the Progress Report.Duplicate Form as NecessaryATTACHMENT 3 CONTRACT DISCREPANCY REPORT (CDR)CONTRACT DISCREPANCY REPORTContract Number:Report No. for this Discrepancy:To: (Contractor/Manager’s Name)From: (Name of COR)5. Dates5a. Prepared:5b. Returned by Contractor:5c. Action Complete:Discrepancy or Problem: (Describe in detail. Include reference to PWS Directive; attach additional sheet if necessary.)___________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________Signature of Contracting Officer or COR:8a. To: (Contracting Officer and/or COR)8b. From: (Contractor)9. Contractor Response as to Cause, Corrective Action and Actions to Prevent Recurrence: (attach additional sheet if necessary.)____________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________10a. Signature of Contractor Representative:10b. Date:11. Government Evaluation: (Acceptance, partial acceptance, reflection; attach additional sheet if necessary.)_____________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________12. Government Actions: (Reduced payment, cure notice, show cause, other)_____________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________13. Close OutNameTitleSignatureDateContractorNotifiedb. CORc. COATTACHMENT 4 INITIAL HEADSTONE/MARKER RAISE & REALIGN SURVEYStation Number: __________Date: __________Cemetery: _______________Cemetery Director: __________________Contracting Officers Representative: __________________Instructions: The Contracting Officer’s Representative (COR) /Cemetery Director/Cemetery Foreman/ Work Leader/designee MUST conduct an initial survey of ALL headstones/markers included in the scope of work (SOW) before any work is performed. The COR/Cemetery Director/Cemetery Foreman/Cemetery Work Leader/designee will use the Burial Register Report and the Gravesite Layout Map(s) for the initial survey. Discrepancy/Issue Identified: Y/N_________ Date: ___________________________________________________________________________________________________________________________________________________________All discrepancies/issues resolved Y/N ________ Date: ___________________I certify that the Initial Headstone/Marker verification survey was completed by the COR/Cemetery Director/Foreman or Work Leader/designee. The Burial Register Report and the Gravesite Layout Map for the Cemetery and sections listed in the SOW were used to complete the survey. COR/Director/Foreman/Work Leader/designee Signature: _______________________ Date: ________Prior to the completion of the workday, a Daily Headstone/Marker R&R Verification Survey MUST be completed by the COR/Cemetery Director/Cemetery Foreman/Work Leader/designee utilizing the same Burial Register Report and Gravesite Layout Map as used in the initial survey for ALL completed work.ATTACHMENT 5 DAILY HEADSTONE/MARKER RAISE & REALIGN VERIFICATION SURVEYStation Number:______Date:__________Cemetery: _______________Cemetery Director: ________________COR: _________________Instructions: Prior to the completion of the workday, the Cemetery Director/COR/Foreman/Work Leader/designee MUST perform a re-verification survey for ALL completed work of headstones/markers included in the scope of work. The Cemetery Director/COR/Foreman/Work Leader/designee will use the original Burial Register Report and Gravesite Layout Map used for the Initial Verification Survey. List Sections and Headstones/Markers R&R: _______________________________List discrepancy/issue: _________________________________________________All discrepancies/issues resolved: Y/N ______Cemetery Director/COR/Foreman/ Work Leader/designee informed MSN Director and Contracting Officer of all unresolved discrepancies/issues: Y/N _______ By signing below, I certify the Headstone/Marker re-verification survey was completed. Daily Headstone Verification: Date: __________ Time Completed: ______________COR/Director/Foreman/Work Leader/designee Signature: _____________________ATTACHMENT 6 LIST OF REFERENCESEXPERIENCE – LIST OF REFERENCES: List below references for which you performed like or similar services. (Performed services at like dollar values, degree of work, amount of area serviced, type of grounds maintenance service). PLEASE HAVE REFERENCES COMPLETE THE ATTACHED PAST PERFORMANCE QUESTIONNAIRE AND RETURN TO THE CONTRACTING OFFICER VIA EMAIL PRIOR TO THE DATE AND TIME OF RFP CLOSING. Contract Title & Number: ____________________________________________________Installation_______________________/Address: ______________________________________________________________________________________________Dollar Amount: $ _______________Point of Contact: ____________________________________POC Title: ___________________ Phone: ____________ E-mail: ________________________________==================================================================Contract Title & Number: ____________________________________________________Installation_______________________/Address: ______________________________________________________________________________________________Dollar Amount: $ _______________Point of Contact: ____________________________________POC Title: ___________________ Phone: ____________ E-mail: ________________________________==================================================================Contract Title & Number: ____________________________________________________Installation_______________________/Address: ______________________________________________________________________________________________Dollar Amount: $ _______________Point of Contact: ____________________________________POC Title: ___________________ Phone: ____________ E-mail: ________________________________ ==================================================================Contract Title & Number: ____________________________________________________Installation_______________________/Address: ______________________________________________________________________________________________Dollar Amount: $ _______________Point of Contact: ____________________________________POC Title: ___________________ Phone: ____________ E-mail: ___________________________________________ ==================================================================List any company employees who had experience on above jobs planned to be involved on this contract and list the extent of their involvement.Describe how and to what extent that your previous experience benefits the requirements of this contract. Be specific and address all the major work requirements of the contract.ATTACHMENT 6PAST PERFORMANCE QUESTIONNAIRE RFP VA786-14-R-0125Raise and Realignment Services at Fort Sam Houston National CemeteryPlease email completed questionnaire to: derek.reed@ before RFP Closing.CONTRACT INFORMATION (Contractor to complete Blocks 1-4)1. Contractor InformationFirm Name: _______________________Address: __________________________ ___________________________ ____________________________Phone Number: _____________________Email Address: _____________________Point of Contact: Contact Phone Number: __________________2. Work Performed as: X Prime Contractor FORMCHECKBOX Sub Contractor FORMCHECKBOX Joint Venture FORMCHECKBOX Other (Explain)Percent of project work performed: If subcontractor, who was the prime (Name/Phone #): 3. Contract InformationContract Number: _______________Delivery/Task Order Number ___________Contract Type: ____ Firm Fixed Price FORMCHECKBOX Cost Reimbursement FORMCHECKBOX Other (Please specify): Contract Title: Contract Location: _____________________Award Date (mm/dd/yy): _________________Contract Completion Date (mm/dd/yy): ______________Actual Completion Date (mm/dd/yy): _________________Explain Differences:Original Contract Price (Award Amount): $____________Final Contract Price (to include all modifications, if applicable): ____________________Explain Differences: 4. Project Description:CLIENT INFORMATION (Client to complete Blocks 5-8)5. Client InformationName:Title:Phone Number:Email Address:6. Describe the client’s role in the project: 7. Date Questionnaire was completed (mm/dd/yy):8. Client’s Signature:ADJECTIVE RATINGS AND DEFINITIONS TO BE USED TO BEST REFLECTYOUR EVALUATION OF THE CONTRACTOR’S PERFORMANCERATINGDEFINITIONNOTE(E) ExceptionalPerformance meets contractual requirements and exceeds many to the Government/Owner’s benefit. The contractual performance of the element or sub-element being assessed was accomplished with few minor problems for which corrective actions taken by the contractor was highly effective.An Exceptional rating is appropriate when the Contractor successfully performed multiple significant events that were of benefit to the Government/Owner. A singular benefit, however, could be of such magnitude that it alone constitutes an Exceptional rating. Also, there should have been NO significant weaknesses identified.(VG) Very GoodPerformance meets contractual requirements and exceeds some to the Government’s/Owner’s benefit. The contractual performance of the element or sub-element being assessed was accomplished with some minor problems for which corrective actions taken by the contractor were effective.A Very Good rating is appropriate when the Contractor successfully performed a significant event that was a benefit to the Government/Owner. There should have been no significant weaknesses identified.(S) SatisfactoryPerformance meets minimum contractual requirements. The contractual performance of the element or sub-element contains some minor problems for which corrective actions taken by the contractor appear or were satisfactory.A Satisfactory rating is appropriate when there were only minor problems, or major problems that the contractor recovered from without impact to the contract. There should have been NO significant weaknesses identified. Per DOD policy, a fundamental principle of assigning ratings is that contractors will not be assessed a rating lower than Satisfactory solely for not performing beyond the requirements of the contract.(M) MarginalPerformance does not meet some contractual requirements. The contractual performance of the element or sub-element being assessed reflects a serious problem for which the contractor has not yet identified corrective actions. The contractor's proposed actions appear only marginally effective or were not fully implemented.A Marginal is appropriate when a significant event occurred that the contractor had trouble overcoming which impacted the Government/Owner. (U) UnsatisfactoryPerformance does not meet most contractual requirements and recovery is not likely in a timely manner. The contractual performance of the element or sub-element contains serious problem(s) for which the contractor's corrective actions appear or were ineffective.An Unsatisfactory rating is appropriate when multiple significant events occurred that the contractor had trouble overcoming and which impacted the Government/Owner. A singular problem, however, could be of such serious magnitude that it alone constitutes an unsatisfactory rating. (N) Not ApplicableNo information or did not apply to your contractRating will be neither positive nor negative.TO BE COMPLETED BY CLIENTPLEASE CIRCLE THE ADJECTIVE RATING WHICH BEST REFLECTS YOUR EVALUATION OF THE CONTRACTOR’S PERFORMANCE.1. QUALITY:a) Quality of technical data/report preparation effortsE VG S M U Nb) Ability to meet quality standards specified for technical performanceE VG S M U Nc) Timeliness/effectiveness of contract problem resolution without extensive customer guidanceE VG S M U Nd) Adequacy/effectiveness of quality control program and adherence to contract quality assurance requirements (without adverse effect on performance)E VG S M U N2. SCHEDULE/TIMELINESS OF PERFORMANCE:a) Compliance with contract delivery/completion schedules including any significant intermediate milestones. (If liquidated damages were assessed or the schedule was not met, please address below)E VG S M U Nb) Rate the contractor’s use of available resources to accomplish tasks identified in the contractE VG S M U N3. CUSTOMER SATISFACTION:a) To what extent were the end users satisfied with the project?E VG S M U Nb) Contractor was reasonable and cooperative in dealing with your staff (including the ability to successfully resolve disagreements/disputes; responsiveness to administrative reports, businesslike and communication)E VG S M U Nc) To what extent was the contractor cooperative, businesslike, and concerned with the interests of the customer?E VG S M U Nd) Overall customer satisfactionE VG S M U N4. MANAGEMENT/ PERSONNEL/LABORa) Effectiveness of on-site management, including management of subcontractors, suppliers, materials, and/or labor force?E VG S M U Nb) Ability to hire, apply, and retain a qualified workforce to this effort E VG S M U Nc) Government Property ControlE VG S M U Nd) Knowledge/expertise demonstrated by contractor personnelE VG S M U Ne) Utilization of Small Business concernsE VG S M U Nf) Ability to simultaneously manage multiple projects with multiple disciplinesE VG S M U Ng) Ability to assimilate and incorporate changes in requirements and/or priority, including planning, execution and response to Government changesE VG S M U Nh) Effectiveness of overall management (including ability to effectively lead, manage and control the program)E VG S M U N5. COST/FINANCIAL MANAGEMENTa) Ability to meet the terms and conditions within the contractually agreed price(s)?E VG S M U Nb) Contractor proposed innovative alternative methods/processes that reduced cost, improved maintainability or other factors that benefited the clientE VG S M U Nc) If this is/was a Government cost type contract, please rate the Contractor’s timeliness and accuracy in submitting monthly invoices with appropriate back-up documentation, monthly status reports/budget variance reports, compliance with established budgets and avoidance of significant and/or unexplained variances (under runs or overruns)E VG S M U Nd) Is the Contractor’s accounting system adequate for management and tracking of costs? If no, please explain in Remarks section.Yes Noe) If this is/was a Government contract, has/was this contract been partially or completely terminated for default or convenience or are there any pending terminations? Indicate if show cause or cure notices were issued, or any default action in comment section below. Yes Nof) Have there been any indications that the contractor has had any financial problems? If yes, please explain below.Yes No6. SAFETY/SECURITYa) To what extent was the contractor able to maintain an environment of safety, adhere to its approved safety plan, and respond to safety issues? (Includes: following the users rules, regulations, and requirements regarding housekeeping, safety, correction of noted deficiencies, etc.)E VG S M U Nb) Contractor complied with all security requirements for the project and personnel security requirements.E VG S M U N7. GENERALa) Ability to successfully respond to emergency and/or surge situations (including notifying COR, PM or Contracting Officer in a timely manner regarding urgent contractual issues).E VG S M U Nb) Compliance with contractual terms/provisions (explain if specific issues)E VG S M U Nc) Would you hire or work with this firm again? (If no, please explain below)Yes Nod) In summary, provide an overall rating for the work performed by this contractor. E VG S M U NPlease provide responses to the questions above (if applicable) and/or additional remarks. Furthermore, please provide a brief narrative addressing specific strengths, weaknesses, deficiencies, or other comments which may assist our office in evaluating performance risk (please attach additional pages if necessary):ATTACHMENT 7 WAGE DETERMINATION NO.APPLIES TO ALL CLINS EXCEPT 003WD 05-2522 (Rev.-15) was first posted on on 06/25/2013************************************************************************************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.: 2005-2522Diane C. Koplewski Division of | Revision No.: 15Director Wage Determinations| Date Of Revision: 06/19/2013_______________________________________|____________________________________________State: TexasArea: Texas Counties of Atascosa, Bandera, Bexar, Comal, De Witt, Edwards,Gillespie, Gonzales, Guadalupe, Karnes, Kendall, Kerr, Kinney, McMullen,Medina, Real, Uvalde, Val Verde, Wilson____________________________________________________________________________________ **Fringe Benefits Required Follow the Occupational Listing**OCCUPATION CODE - TITLE FOOTNOTE RATE01000 - Administrative Support And Clerical Occupations 01011 - Accounting Clerk I 13.82 01012 - Accounting Clerk II 15.51 01013 - Accounting Clerk III 17.35 01020 - Administrative Assistant 21.96 01040 - Court Reporter 22.14 01051 - Data Entry Operator I 11.59 01052 - Data Entry Operator II 12.65 01060 - Dispatcher, Motor Vehicle 16.11 01070 - Document Preparation Clerk 13.27 01090 - Duplicating Machine Operator 13.27 01111 - General Clerk I 11.26 01112 - General Clerk II 13.21 01113 - General Clerk III 15.45 01120 - Housing Referral Assistant 19.91 01141 - Messenger Courier 11.03 01191 - Order Clerk I 12.49 01192 - Order Clerk II 13.63 01261 - Personnel Assistant (Employment) I 17.04 01262 - Personnel Assistant (Employment) II 19.23 01263 - Personnel Assistant (Employment) III 21.26 01270 - Production Control Clerk 18.59 01280 - Receptionist 11.89 01290 - Rental Clerk 14.90 01300 - Scheduler, Maintenance 15.96 01311 - Secretary I 15.96 01312 - Secretary II 17.86 01313 - Secretary III 19.91 01320 - Service Order Dispatcher 14.26 01410 - Supply Technician 21.96 01420 - Survey Worker 16.65 01531 - Travel Clerk I 12.19 01532 - Travel Clerk II 12.94 01533 - Travel Clerk III 13.60 01611 - Word Processor I 13.33 01612 - Word Processor II 14.96 01613 - Word Processor III 16.7305000 - Automotive Service Occupations 05005 - Automobile Body Repairer, Fiberglass 18.41 05010 - Automotive Electrician 17.75 05040 - Automotive Glass Installer 16.77 05070 - Automotive Worker 16.77 05110 - Mobile Equipment Servicer 14.96 05130 - Motor Equipment Metal Mechanic 18.68 05160 - Motor Equipment Metal Worker 16.77 05190 - Motor Vehicle Mechanic 18.41 05220 - Motor Vehicle Mechanic Helper 14.17 05250 - Motor Vehicle Upholstery Worker 15.83 05280 - Motor Vehicle Wrecker 16.77 05310 - Painter, Automotive 17.75 05340 - Radiator Repair Specialist 16.77 05370 - Tire Repairer 11.12 05400 - Transmission Repair Specialist 18.6807000 - Food Preparation And Service Occupations 07010 - Baker 12.53 07041 - Cook I 9.42 07042 - Cook II 11.33 07070 - Dishwasher 7.76 07130 - Food Service Worker 8.51 07210 - Meat Cutter 12.63 07260 - Waiter/Waitress 7.9409000 - Furniture Maintenance And Repair Occupations 09010 - Electrostatic Spray Painter 15.03 09040 - Furniture Handler 10.46 09080 - Furniture Refinisher 15.03 09090 - Furniture Refinisher Helper 12.00 09110 - Furniture Repairer, Minor 13.42 09130 - Upholsterer 15.0311000 - General Services And Support Occupations 11030 - Cleaner, Vehicles 9.02 11060 - Elevator Operator 9.02 11090 - Gardener 13.57 11122 - Housekeeping Aide 10.53 11150 - Janitor 10.53 11210 - Laborer, Grounds Maintenance 11.41 11240 - Maid or Houseman 8.80 11260 - Pruner 10.36 11270 - Tractor Operator 12.91 11330 - Trail Maintenance Worker 11.41 11360 - Window Cleaner 11.6012000 - Health Occupations 12010 - Ambulance Driver 14.40 12011 - Breath Alcohol Technician 14.74 12012 - Certified Occupational Therapist Assistant 28.34 12015 - Certified Physical Therapist Assistant 26.24 12020 - Dental Assistant 14.50 12025 - Dental Hygienist 32.84 12030 - EKG Technician 23.56 12035 - Electroneurodiagnostic Technologist 23.56 12040 - Emergency Medical Technician 14.40 12071 - Licensed Practical Nurse I 15.73 12072 - Licensed Practical Nurse II 17.60 12073 - Licensed Practical Nurse III 19.62 12100 - Medical Assistant 13.01 12130 - Medical Laboratory Technician 16.80 12160 - Medical Record Clerk 13.61 12190 - Medical Record Technician 14.86 12195 - Medical Transcriptionist 13.76 12210 - Nuclear Medicine Technologist 29.68 12221 - Nursing Assistant I 10.42 12222 - Nursing Assistant II 11.71 12223 - Nursing Assistant III 12.78 12224 - Nursing Assistant IV 14.35 12235 - Optical Dispenser 14.94 12236 - Optical Technician 15.20 12250 - Pharmacy Technician 16.23 12280 - Phlebotomist 14.35 12305 - Radiologic Technologist 24.06 12311 - Registered Nurse I 24.40 12312 - Registered Nurse II 29.85 12313 - Registered Nurse II, Specialist 29.85 12314 - Registered Nurse III 36.11 12315 - Registered Nurse III, Anesthetist 36.11 12316 - Registered Nurse IV 43.28 12317 - Scheduler (Drug and Alcohol Testing) 18.2613000 - Information And Arts Occupations 13011 - Exhibits Specialist I 18.12 13012 - Exhibits Specialist II 22.45 13013 - Exhibits Specialist III 27.46 13041 - Illustrator I 18.68 13042 - Illustrator II 23.15 13043 - Illustrator III 26.62 13047 - Librarian 25.63 13050 - Library Aide/Clerk 11.03 13054 - Library Information Technology Systems 23.15 Administrator 13058 - Library Technician 14.44 13061 - Media Specialist I 15.87 13062 - Media Specialist II 17.79 13063 - Media Specialist III 19.84 13071 - Photographer I 14.29 13072 - Photographer II 16.15 13073 - Photographer III 18.92 13074 - Photographer IV 21.54 13075 - Photographer V 26.14 13110 - Video Teleconference Technician 16.3314000 - Information Technology Occupations 14041 - Computer Operator I 15.51 14042 - Computer Operator II 17.35 14043 - Computer Operator III 19.35 14044 - Computer Operator IV 21.50 14045 - Computer Operator V 23.80 14071 - Computer Programmer I (see 1) 22.29 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 15.51 14160 - Personal Computer Support Technician 21.5015000 - Instructional Occupations 15010 - Aircrew Training Devices Instructor (Non-Rated) 26.31 15020 - Aircrew Training Devices Instructor (Rated) 31.51 15030 - Air Crew Training Devices Instructor (Pilot) 37.76 15050 - Computer Based Training Specialist / Instructor 26.31 15060 - Educational Technologist 26.86 15070 - Flight Instructor (Pilot) 37.76 15080 - Graphic Artist 22.57 15090 - Technical Instructor 18.93 15095 - Technical Instructor/Course Developer 23.16 15110 - Test Proctor 15.28 15120 - Tutor 15.2816000 - Laundry, Dry-Cleaning, Pressing And Related Occupations 16010 - Assembler 8.64 16030 - Counter Attendant 8.64 16040 - Dry Cleaner 10.50 16070 - Finisher, Flatwork, Machine 8.64 16090 - Presser, Hand 8.64 16110 - Presser, Machine, Drycleaning 8.64 16130 - Presser, Machine, Shirts 8.64 16160 - Presser, Machine, Wearing Apparel, Laundry 8.64 16190 - Sewing Machine Operator 11.08 16220 - Tailor 11.63 16250 - Washer, Machine 9.3719000 - Machine Tool Operation And Repair Occupations 19010 - Machine-Tool Operator (Tool Room) 16.35 19040 - Tool And Die Maker 19.2621000 - Materials Handling And Packing Occupations 21020 - Forklift Operator 12.22 21030 - Material Coordinator 18.59 21040 - Material Expediter 18.59 21050 - Material Handling Laborer 10.58 21071 - Order Filler 11.28 21080 - Production Line Worker (Food Processing) 12.22 21110 - Shipping Packer 12.67 21130 - Shipping/Receiving Clerk 12.67 21140 - Store Worker I 10.23 21150 - Stock Clerk 13.18 21210 - Tools And Parts Attendant 12.22 21410 - Warehouse Specialist 12.2223000 - Mechanics And Maintenance And Repair Occupations 23010 - Aerospace Structural Welder 20.73 23021 - Aircraft Mechanic I 19.59 23022 - Aircraft Mechanic II 20.73 23023 - Aircraft Mechanic III 21.85 23040 - Aircraft Mechanic Helper 13.74 23050 - Aircraft, Painter 17.58 23060 - Aircraft Servicer 15.39 23080 - Aircraft Worker 16.41 23110 - Appliance Mechanic 17.25 23120 - Bicycle Repairer 11.12 23125 - Cable Splicer 19.50 23130 - Carpenter, Maintenance 16.16 23140 - Carpet Layer 15.04 23160 - Electrician, Maintenance 19.55 23181 - Electronics Technician Maintenance I 22.30 23182 - Electronics Technician Maintenance II 23.80 23183 - Electronics Technician Maintenance III 25.32 23260 - Fabric Worker 14.33 23290 - Fire Alarm System Mechanic 17.71 23310 - Fire Extinguisher Repairer 13.77 23311 - Fuel Distribution System Mechanic 17.42 23312 - Fuel Distribution System Operator 14.33 23370 - General Maintenance Worker 15.37 23380 - Ground Support Equipment Mechanic 19.59 23381 - Ground Support Equipment Servicer 15.10 23382 - Ground Support Equipment Worker 16.10 23391 - Gunsmith I 14.33 23392 - Gunsmith II 15.37 23393 - Gunsmith III 17.42 23410 - Heating, Ventilation And Air-Conditioning 17.42 Mechanic 23411 - Heating, Ventilation And Air Contditioning 18.44 Mechanic (Research Facility) 23430 - Heavy Equipment Mechanic 17.55 23440 - Heavy Equipment Operator 17.42 23460 - Instrument Mechanic 20.11 23465 - Laboratory/Shelter Mechanic 16.41 23470 - Laborer 10.03 23510 - Locksmith 15.48 23530 - Machinery Maintenance Mechanic 17.57 23550 - Machinist, Maintenance 17.42 23580 - Maintenance Trades Helper 12.21 23591 - Metrology Technician I 20.11 23592 - Metrology Technician II 21.29 23593 - Metrology Technician III 22.45 23640 - Millwright 19.02 23710 - Office Appliance Repairer 16.68 23760 - Painter, Maintenance 16.16 23790 - Pipefitter, Maintenance 19.33 23810 - Plumber, Maintenance 18.21 23820 - Pneudraulic Systems Mechanic 17.42 23850 - Rigger 17.42 23870 - Scale Mechanic 15.13 23890 - Sheet-Metal Worker, Maintenance 17.78 23910 - Small Engine Mechanic 15.37 23931 - Telecommunications Mechanic I 21.97 23932 - Telecommunications Mechanic II 23.21 23950 - Telephone Lineman 20.66 23960 - Welder, Combination, Maintenance 17.15 23965 - Well Driller 17.15 23970 - Woodcraft Worker 17.42 23980 - Woodworker 13.1624000 - Personal Needs Occupations 24570 - Child Care Attendant 9.45 24580 - Child Care Center Clerk 12.07 24610 - Chore Aide 10.57 24620 - Family Readiness And Support Services 10.76 Coordinator 24630 - Homemaker 13.6925000 - Plant And System Operations Occupations 25010 - Boiler Tender 18.19 25040 - Sewage Plant Operator 16.47 25070 - Stationary Engineer 18.19 25190 - Ventilation Equipment Tender 12.13 25210 - Water Treatment Plant Operator 16.4327000 - Protective Service Occupations 27004 - Alarm Monitor 14.89 27007 - Baggage Inspector 11.24 27008 - Corrections Officer 21.15 27010 - Court Security Officer 21.15 27030 - Detection Dog Handler 14.37 27040 - Detention Officer 21.15 27070 - Firefighter 22.59 27101 - Guard I 11.24 27102 - Guard II 14.20 27131 - Police Officer I 23.14 27132 - Police Officer II 25.7728000 - Recreation Occupations 28041 - Carnival Equipment Operator 9.89 28042 - Carnival Equipment Repairer 10.39 28043 - Carnival Equpment Worker 8.25 28210 - Gate Attendant/Gate Tender 12.51 28310 - Lifeguard 11.05 28350 - Park Attendant (Aide) 13.88 28510 - Recreation Aide/Health Facility Attendant 10.13 28515 - Recreation Specialist 14.76 28630 - Sports Official 11.05 28690 - Swimming Pool Operator 13.3529000 - Stevedoring/Longshoremen Occupational Services 29010 - Blocker And Bracer 18.90 29020 - Hatch Tender 18.90 29030 - Line Handler 18.90 29041 - Stevedore I 17.63 29042 - Stevedore II 20.1930000 - Technical Occupations 30010 - Air Traffic Control Specialist, Center (HFO) (see 2) 35.77 30011 - Air Traffic Control Specialist, Station (HFO) (see 2) 24.66 30012 - Air Traffic Control Specialist, Terminal (HFO) (see 2) 27.16 30021 - Archeological Technician I 16.47 30022 - Archeological Technician II 17.18 30023 - Archeological Technician III 23.40 30030 - Cartographic Technician 23.74 30040 - Civil Engineering Technician 20.21 30061 - Drafter/CAD Operator I 17.13 30062 - Drafter/CAD Operator II 19.16 30063 - Drafter/CAD Operator III 21.37 30064 - Drafter/CAD Operator IV 26.29 30081 - Engineering Technician I 15.91 30082 - Engineering Technician II 17.86 30083 - Engineering Technician III 19.98 30084 - Engineering Technician IV 24.75 30085 - Engineering Technician V 30.27 30086 - Engineering Technician VI 36.63 30090 - Environmental Technician 19.43 30210 - Laboratory Technician 19.16 30240 - Mathematical Technician 23.74 30361 - Paralegal/Legal Assistant I 16.70 30362 - Paralegal/Legal Assistant II 21.82 30363 - Paralegal/Legal Assistant III 26.68 30364 - Paralegal/Legal Assistant IV 32.25 30390 - Photo-Optics Technician 23.74 30461 - Technical Writer I 24.59 30462 - Technical Writer II 30.08 30463 - Technical Writer III 34.17 30491 - Unexploded Ordnance (UXO) Technician I 22.74 30492 - Unexploded Ordnance (UXO) Technician II 27.51 30493 - Unexploded Ordnance (UXO) Technician III 32.97 30494 - Unexploded (UXO) Safety Escort 22.74 30495 - Unexploded (UXO) Sweep Personnel 22.74 30620 - Weather Observer, Combined Upper Air Or (see 2) 21.37 Surface Programs 30621 - Weather Observer, Senior (see 2) 23.7431000 - Transportation/Mobile Equipment Operation Occupations 31020 - Bus Aide 12.95 31030 - Bus Driver 16.78 31043 - Driver Courier 13.17 31260 - Parking and Lot Attendant 9.64 31290 - Shuttle Bus Driver 14.18 31310 - Taxi Driver 11.35 31361 - Truckdriver, Light 14.18 31362 - Truckdriver, Medium 15.07 31363 - Truckdriver, Heavy 16.69 31364 - Truckdriver, Tractor-Trailer 16.6999000 - Miscellaneous Occupations 99030 - Cashier 9.41 99050 - Desk Clerk 9.68 99095 - Embalmer 18.80 99251 - Laboratory Animal Caretaker I 10.07 99252 - Laboratory Animal Caretaker II 10.84 99310 - Mortician 22.43 99410 - Pest Controller 15.42 99510 - Photofinishing Worker 11.95 99710 - Recycling Laborer 13.34 99711 - Recycling Specialist 14.83 99730 - Refuse Collector 12.11 99810 - Sales Clerk 10.86 99820 - School Crossing Guard 10.97 99830 - Survey Party Chief 18.41 99831 - Surveying Aide 12.83 99832 - Surveying Technician 15.33 99840 - Vending Machine Attendant 11.39 99841 - Vending Machine Repairer 14.08 99842 - Vending Machine Repairer Helper 11.39____________________________________________________________________________________ALL OCCUPATIONS LISTED ABOVE RECEIVE THE FOLLOWING BENEFITS:HEALTH & WELFARE: Life, accident, and health insurance plans, sick leave, pensionplans, civic and personal leave, severance pay, and savings and thrift plans.Minimum employer contributions costing an average of $3.81 per hour computed on thebasis of all hours worked by service employees employed on the contract.VACATION: 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, LaborDay, 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 4174)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 employeesemployed in a position that represents a high degree of hazard when working with orin close proximity to ordinance, explosives, and incendiary materials. Thisincludes work such as screening, blending, dying, mixing, and pressing of sensitiveordance, explosives, and pyrotechnic compositions such as lead azide, black powderand photoflash powder. All dry-house activities involving propellants or explosives. Demilitarization, modification, renovation, demolition, and maintenance operationson sensitive ordnance, explosives and incendiary materials. All operationsinvolving regrading and 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 toordance, (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 thelike; minimal damage to immediate or adjacent work area or equipment being used.All operations involving, unloading, storage, and hauling of ordance, explosive, andincendiary ordnance material other than small arms ammunition. These differentialsare only applicable to work that has been specifically designated by the agency forordance, 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.The duties of employees under job titles listed are those described in the"Service Contract Act Directory of Occupations", Fifth Edition, April 2006,unless otherwise indicated. Copies of the Directory are available on the Internet. Alinks to the Directory may be found on the WHD home page at or through the Wage Determinations On-Line (WDOL) Web site at FOR AUTHORIZATION OF ADDITIONAL CLASSIFICATION AND WAGE RATE {Standard Form1444 (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. Suchconformed classes of employees shall be paid the monetary wages and furnished thefringe benefits as are determined. Such conforming process shall be initiated bythe contractor prior to the performance of contract work by such unlisted class(es)of employees. The conformed classification, wage rate, and/or fringe benefits shallbe retroactive to the commencement date of the contract. {See Section 4.6 (C)(vi)}When multiple wage determinations are included in a contract, a separate SF 1444should be prepared for each wage determination to which a class(es) is to beconformed.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 orderproposed 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 Wageand Hour Division, Employment Standards Administration, U.S. Department of Labor,for review. (See section 4.6(b)(2) of Regulations 29 CFR Part 4).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 decision to the contractor.6) The contractor informs the affected rmation required by the Regulations must be submitted on SF 1444 or bond paper.When preparing a conformance request, the "Service Contract Act Directory ofOccupations" (the Directory) should be used to compare job definitions to insurethat duties requested are not performed by a classification already listed in thewage determination. 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.DAVIS BACON WAGE DETERMINATIONAPPLIES ONLY TO CLIN 003General Decision Number: TX150016 01/02/2015 TX16Superseded General Decision Number: TX20140016State: TexasConstruction Types: Heavy and HighwayCounties: Atascosa, Bandera, Bastrop, Bell, Bexar, Brazos, Burleson, Caldwell, Comal, Coryell, Guadalupe, Hays, Kendall, Lampasas, McLennan, Medina, Robertson, Travis, Williamson and Wilson Counties in Texas.HEAVY (excluding tunnels and dams, not to be used for work onSewage or Water Treatment Plants or Lift / Pump Stations inBell, Coryell, McClennon and Williamson Counties) and HIGHWAYConstruction ProjectsNote: Executive Order (EO) 13658 establishes an hourly minimumwage of $10.10 for 2015 that applies to all contracts subjectto the Davis-Bacon Act for which the solicitation is issued onor after January 1, 2015. If this contract is covered by theEO, the contractor must pay all workers in any classificationlisted on this wage determination at least $10.10 (or theapplicable wage rate listed on this wage determination, if itis higher) for all hours spent performing on the contract. TheEO minimum wage rate will be adjusted annually. Additionalinformation on contractor requirements and worker protectionsunder the EO is available at whd/govcontracts.Modification Number Publication Date 0 01/02/2015* SUTX2011-006 08/03/2011 Rates FringesCEMENT MASON/CONCRETE FINISHER (Paving and Structures)......................$ 12.56 ELECTRICIAN......................$ 26.35 FORM BUILDER/FORM SETTER Paving & Curb...............$ 12.94 Structures..................$ 12.87 LABORER Asphalt Raker...............$ 12.12 Flagger.....................$ 9.45 Laborer, Common.............$ 10.50 Laborer, Utility............$ 12.27 Pipelayer...................$ 12.79 Work Zone Barricade Servicer....................$ 11.85 PAINTER (Structures).............$ 18.34 POWER EQUIPMENT OPERATOR: Agricultural Tractor........$ 12.69 Asphalt Distributor.........$ 15.55 Asphalt Paving Machine......$ 14.36 Boom Truck..................$ 18.36 Broom or Sweeper............$ 11.04 Concrete Pavement Finishing Machine...........$ 15.48 Crane, Hydraulic 80 tons or less.....................$ 18.36 Crane, Lattice Boom 80 tons or less................$ 15.87 Crane, Lattice Boom over 80 tons.....................$ 19.38 Crawler Tractor.............$ 15.67 Directional Drilling Locator.....................$ 11.67 Directional Drilling Operator....................$ 17.24 Excavator 50,000 lbs or Less........................$ 12.88 Excavator over 50,000 lbs...$ 17.71 Foundation Drill, Truck Mounted.....................$ 16.93 Front End Loader, 3 CY or Less........................$ 13.04 Front End Loader, Over 3 CY.$ 13.21 Loader/Backhoe..............$ 14.12 Mechanic....................$ 17.10 Milling Machine.............$ 14.18 Motor Grader, Fine Grade....$ 18.51 Motor Grader, Rough.........$ 14.63 Pavement Marking Machine....$ 19.17 Reclaimer/Pulverizer........$ 12.88 Roller, Asphalt.............$ 12.78 Roller, Other...............$ 10.50 Scraper.....................$ 12.27 Spreader Box................$ 14.04 Trenching Machine, Heavy....$ 18.48 Servicer.........................$ 14.51 Steel Worker Reinforcing.................$ 14.00 Structural..................$ 19.29 TRAFFIC SIGNAL INSTALLER Traffic Signal/Light Pole Worker......................$ 16.00 TRUCK DRIVER Lowboy-Float................$ 15.66 Off Road Hauler.............$ 11.88 Single Axle.................$ 11.79 Single or Tandem Axle Dump Truck.......................$ 11.68 Tandem Axle Tractor w/Semi Trailer.....................$ 12.81 WELDER...........................$ 15.97 ----------------------------------------------------------------WELDERS - Receive rate prescribed for craft performingoperation to which welding is incidental.================================================================ Unlisted classifications needed for work not included withinthe scope of the classifications listed may be added afteraward only as provided in the labor standards contract clauses(29CFR 5.5 (a) (1) (ii)).----------------------------------------------------------------The body of each wage determination lists the classificationand wage rates that have been found to be prevailing for thecited type(s) of construction in the area covered by the wagedetermination. The classifications are listed in alphabeticalorder of "identifiers" that indicate whether the particularrate is a union rate (current union negotiated rate for local),a survey rate (weighted average rate) or a union average rate(weighted union average rate).Union Rate IdentifiersA four letter classification abbreviation identifier enclosedin dotted lines beginning with characters other than "SU" or"UAVG" denotes that the union classification and rate wereprevailing for that classification in the survey. Example:PLUM0198-005 07/01/2014. PLUM is an abbreviation identifier ofthe union which prevailed in the survey for thisclassification, which in this example would be Plumbers. 0198indicates the local union number or district council numberwhere applicable, i.e., Plumbers Local 0198. The next number,005 in the example, is an internal number used in processingthe wage determination. 07/01/2014 is the effective date of themost current negotiated rate, which in this example is July 1,2014.Union prevailing wage rates are updated to reflect all ratechanges in the collective bargaining agreement (CBA) governingthis classification and rate.Survey Rate IdentifiersClassifications listed under the "SU" identifier indicate thatno one rate prevailed for this classification in the survey andthe published rate is derived by computing a weighted averagerate based on all the rates reported in the survey for thatclassification. As this weighted average rate includes allrates reported in the survey, it may include both union andnon-union rates. Example: SULA2012-007 5/13/2014. SU indicatesthe rates are survey rates based on a weighted averagecalculation of rates and are not majority rates. LA indicatesthe State of Louisiana. 2012 is the year of survey on whichthese classifications and rates are based. The next number, 007in the example, is an internal number used in producing thewage determination. 5/13/2014 indicates the survey completiondate for the classifications and rates under that identifier.Survey wage rates are not updated and remain in effect until anew survey is conducted.Union Average Rate IdentifiersClassification(s) listed under the UAVG identifier indicatethat no single majority rate prevailed for thoseclassifications; however, 100% of the data reported for theclassifications was union data. EXAMPLE: UAVG-OH-001008/29/2014. UAVG indicates that the rate is a weighted unionaverage rate. OH indicates the state. The next number, 0010 inthe example, is an internal number used in producing the wagedetermination. 08/29/2014 indicates the survey completion datefor the classifications and rates under that identifier.A UAVG rate will be updated once a year, usually in January ofeach year, to reflect a weighted average of the currentnegotiated/CBA rate of the union locals from which the rate isbased. ---------------------------------------------------------------- WAGE DETERMINATION APPEALS PROCESS1.) Has there been an initial decision in the matter? This canbe:* an existing published wage determination* a survey underlying a wage determination* a Wage and Hour Division letter setting forth a position on a wage determination matter* a conformance (additional classification and rate) rulingOn survey related matters, initial contact, including requestsfor summaries of surveys, should be with the Wage and HourRegional Office for the area in which the survey was conductedbecause those Regional Offices have responsibility for theDavis-Bacon survey program. If the response from this initialcontact is not satisfactory, then the process described in 2.)and 3.) should be followed.With regard to any other matter not yet ripe for the formalprocess described here, initial contact should be with theBranch of Construction Wage Determinations. Write to: Branch of Construction Wage Determinations Wage and Hour Division U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 202102.) If the answer to the question in 1.) is yes, then aninterested party (those affected by the action) can requestreview and reconsideration from the Wage and Hour Administrator(See 29 CFR Part 1.8 and 29 CFR Part 7). Write to: Wage and Hour Administrator U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210The request should be accompanied by a full statement of theinterested party's position and by any information (wagepayment data, project description, area practice material,etc.) that the requestor considers relevant to the issue.3.) If the decision of the Administrator is not favorable, aninterested party may appeal directly to the AdministrativeReview Board (formerly the Wage Appeals Board). Write to: Administrative Review Board U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 202104.) All decisions by the Administrative Review Board are final.================================================================END OF GENERAL DECISIONATTACHMENT 8 WORK ASSIGNMENTFORT SAM HOUSTON NATIONAL CEMETERYCONTRACT NUMBER:______________ Date of Assignment:____________________Contractor: ______________________________________________________PERIOD OF PERFORMANCE: From:________________To:____________________CONTRACT LINE ITEM NUMBER (CLIN)(s):CLIN: ____________ Description/Section: ____________________________________________Quantity: __________________CLIN: ____________ Description/Section: ____________________________________________Estimated Quantity: __________________CLIN: ____________ Description/Section: ____________________________________________Estimated Quantity: _________________________________________________________ ????????????? ____________________Contracting Officer’s Representative Date_______________________________________ ???????????? ____________________Contractors Authorizing Official ???????????????????????????????????????????DateAfter Work Assignment is signed, forward a copy to the Contracting Officer for recording purposes. The Work Assignment is considered in-scope technical direction against the contract shown above. The Work Assignment does not alter the terms of the contract . The COR has verified the anticipated value of the assigned efforts is available on the applicable work assignment.ATTACHMENT 9EMPLOYEE STATEMENT OF COMPLIANCEEMPLOYEE NAME: ______________________________POSITION/TITLE:______________________________DATE:______________________________Please check the appropriate blank.____New Employee, New Contractor____Annual Confirmation for current Employees or Contractor(s) (Due on November 1 of each Contract year)FOR ALL EMPLOYEESI have been briefed and understand the following guidance:INITIALS_________The National Cemetery Administration honors veterans with a final resting place and lasting memorial that commemorate their service to our Nation. National Cemeteries are National Shrines. Therefore, the standards for management, maintenance, appearance and operational procedures have been established by the National Cemetery Administration to reflect this Nations’ concern and respect for those interred there. For this reason, my strict adherence to the Performance Work Statement, Performance Work Requirements Summary and Guidance Specifications shall be required and shall be essential. _________I will remain aware of the remains buried in the grounds where work is being 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._________I will not walk, stand, lean, sit or jump on headstones, markers, or monuments. Nor will I drive over them. _________I will not place or lean tools, equipment, or other items on headstones, markers, or monuments at any time. _________I have been briefed on the approved methods and tools to remove headstones and markers from their sockets in accordance with the Contract Specifications. I will use the tools and methods approved by the Contracting Officer Representative (COR) to lift headstones and markers out of the ground in order to avoid damage; pick axes are not an acceptable tool._________I will not place headstones or markers on dirt piles or mud once they are removed from their sockets; in order to show appropriate respect towards the families visiting the gravesites and the remains that are buried, I will ensure headstones and markers are carefully stored on each associated gravesite and protected from damage or soiling, in accordance with Contract Specifications._________I understand that the Contractor shall be responsible for replacing damaged headstones and markers and for restoring turf damaged during performance of this work._________Should any on-site activity, incident, emergency, or disaster result in exposure and/or damage to any remains, container for remains (i.e., casket or urn), or outer burial container, I will IMMEDIATELY notify the the Cemetery Director, the COR and/or the Contracting Officer; I will take immediate steps to protect and render safe any exposed remains; and stop any further work until the Cemetery Director provides the Contractor Supervisor guidance regarding disposition of the remains and permission to proceed.SIGNATURE BLOCK ________________________________ Signature ________________________________ Printed Name ________________________________DateIF THIS STATEMENT IS THE EMPLOYEE’S ANNUAL COMPLIANCE STATEMENT, THIS COMPLIANCE STATEMENT MUST BE RETURNED TO THE COR BY NOVEMBER 1. AS TO STATEMENTS OR COMMITMENTS OF FUTURE ACTIONS, THIS COMPLIANCE STATEMENT COVERS THE PERIOD FROM OCTOBER 1 OF THE CALENDAR YEAR DURING WHICH THIS COMPIANCE STATEMENT IS DUE THROUGH SEPTEMBER 30 OF THE NEXT CALENDAR YEAR.SECTION C - CONTRACT CLAUSESC.1 52.212-4 CONTRACT TERMS AND CONDITIONS—COMMERCIAL ITEMS (DEC 2014) (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.2 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)C.3 SUPPLEMENTAL INSURANCE REQUIREMENTS In accordance with FAR 28.307-2 and FAR 52.228-5, the following minimum coverage shall apply to this contract: (a) Workers' compensation and employers liability: Contractors are required to comply with applicable Federal and State workers' compensation and occupational disease statutes. If occupational diseases are not compensable under those statutes, they shall be covered under the employer's liability section of the insurance policy, except when contract operations are so commingled with a Contractor's commercial operations that it would not be practical to require this coverage. Employer's liability coverage of at least $100,000 is required, except in States with exclusive or monopolistic funds that do not permit workers' compensation to be written by private carriers. (b) General Liability: $500,000.00 per occurrences. (c) Automobile liability: $200,000.00 per person; $500,000.00 per occurrence and $20,000.00 property damage. (d) The successful bidder must present to the Contracting Officer, prior to award, evidence of general liability insurance without any exclusionary clauses for asbestos that would void the general liability coverage.(End of Clause)C.4 VAAR 852.203-70 COMMERCIAL ADVERTISING (JAN 2008) The bidder or offeror agrees that if a contract is awarded to him/her, as a result of this solicitation, he/she will not advertise the award of the contract in his/her commercial advertising in such a manner as to state or imply that the Department of Veterans Affairs endorses a product, project or commercial line of endeavor.(End of Clause)C.5 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.6 VAAR 852.219-10 VA NOTICE OF TOTAL SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESS SET-ASIDE (DEC 2009) (a) Definition. For the Department of Veterans Affairs, "Service-disabled veteran-owned small business concern": (1) Means a small business concern: (i) Not less than 51 percent of which is owned by one or more service-disabled veterans or, in the case of any publicly owned business, not less than 51 percent of the stock of which is owned by one or more service-disabled veterans (or eligible surviving spouses); (ii) The management and daily business operations of which are controlled by one or more service-disabled veterans (or eligible surviving spouses) or, in the case of a service-disabled veteran with permanent and severe disability, the spouse or permanent caregiver of such veteran; (iii) The business meets Federal small business size standards for the applicable North American Industry Classification System (NAICS) code identified in the solicitation document; and (iv) The business has been verified for ownership and control and is so listed in the Vendor Information Pages database, (). (2) "Service-disabled veteran" means a veteran, as defined in 38 U.S.C. 101(2), with a disability that is service-connected, as defined in 38 U.S.C. 101(16). (b) General. (1) Offers are solicited only from service-disabled veteran-owned small business concerns. Offers received from concerns that are not service-disabled veteran-owned small business concerns shall not be considered. (2) Any award resulting from this solicitation shall be made to a service-disabled veteran-owned small business concern. (c) Agreement. A service-disabled veteran-owned small business concern agrees that in the performance of the contract, in the case of a contract for: (1) Services (except construction), at least 50 percent of the cost of personnel for contract performance will be spent for employees of the concern or employees of other eligible service-disabled veteran-owned small business concerns; (2) Supplies (other than acquisition from a nonmanufacturer of the supplies), at least 50 percent of the cost of manufacturing, excluding the cost of materials, will be performed by the concern or other eligible service-disabled veteran-owned small business concerns; (3) General construction, at least 15 percent of the cost of the contract performance incurred for personnel will be spent on the concern's employees or the employees of other eligible service-disabled veteran-owned small business concerns; or (4) Construction by special trade contractors, at least 25 percent of the cost of the contract performance incurred for personnel will be spent on the concern's employees or the employees of other eligible service-disabled veteran-owned small business concerns. (d) A joint venture may be considered a service-disabled veteran owned small business concern if-- (1) At least one member of the joint venture is a service-disabled veteran-owned small business concern, and makes the following representations: That it is a service-disabled veteran-owned small business concern, and that it is a small business concern under the North American Industry Classification Systems (NAICS) code assigned to the procurement; (2) Each other concern is small under the size standard corresponding to the NAICS code assigned to the procurement; and (3) The joint venture meets the requirements of paragraph 7 of the explanation of Affiliates in 19.101 of the Federal Acquisition Regulation. (4) The joint venture meets the requirements of 13 CFR 125.15(b). (e) Any service-disabled veteran-owned small business concern (non-manufacturer) must meet the requirements in 19.102(f) of the Federal Acquisition Regulation to receive a benefit under this program.(End of Clause)C.7 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 electro Vnic 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.8 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 Texas. 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)C.9 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 NumberTitleDate52.203-17CONTRACTOR EMPLOYEE WHISTLEBLOWER RIGHTS AND REQUIREMENT TO INFORM EMPLOYEES OF WHISTLEBLOWER RIGHTSAPR 201452.232-40PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORSDEC 2013(End of Addendum to 52.212-4)C.10 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS—COMMERCIAL ITEMS (DEC 2014) (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 (Dec 2014) (2) 52.222-50, Combating Trafficking in Persons (FEB 2009) (22 U.S.C. 7104(g)). Alternate I (AUG 2007) of 52.222-50 (22 U.S.C. 7104 (g)). (3) 52.233-3, Protest After Award (Aug 1996) (31 U.S.C. 3553). (4) 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 (APR 2010)(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 (Jul 2013) (Pub. L. 109-282) (31 U.S.C. 6101 note). [] (5) [Reserved] [X] (6) 52.204-14, Service Contract Reporting Requirements (JAN 2014) (Pub. L. 111-117, section 743 of Div. C). [] (7) 52.204-15, Service Contract Reporting Requirements for Indefinite-Delivery Contracts (JAN 2014) (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. (Aug 2013) (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. [] (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 (OCT 2014) (15 U.S.C. 637(d)(2) and (3). [] (17)(i) 52.219-9, Small Business Subcontracting Plan (OCT 2014) (15 U.S.C. 637(d)(4)). [] (ii) Alternate I (Oct 2001) of 52.219-9. [] (iii) Alternate II (Oct 2001) of 52.219-9. [] (iv) Alternate III (OCT 2014) 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 Economically Disadvantaged Women-Owned Small Business (EDWOSB) Concerns (Jul 2013) (15 U.S.C. 637(m)). [] (24) 52.219-30, Notice of Set-Aside for Women-Owned Small Business (WOSB) Concerns Eligible Under the WOSB Program (Jul 2013) (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 (JAN 2014) (E.O. 13126). [X] (27) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). [X] (28) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). [X] (29) 52.222-35, Equal Opportunity for Veterans (JUL 2014) (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 (JUL 2014) (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) 52.222-54, Employment Eligibility Verification (AUG 2013). (Executive Order 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.) [] (34)(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.) [] (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.) [] (35)(i) 52.223-13, Acquisition of EPEAT?-Registered Imaging Equipment (JUN 2014) (E.O.s 13423 and 13514). [] (ii) Alternate I (JUN 2014) of 52.223-13. [] (36)(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. [] (37) 52.223-15, Energy Efficiency in Energy-Consuming Products (DEC 2007)(42 U.S.C. 8259b). [] (38)(i) 52.223-16, Acquisition of EPEAT?-Registered Personal Computer Products (JUN 2014) (E.O.s 13423 and 13514). [] (ii) Alternate I (JUN 2014) of 52.223-16. [X] (39) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) [] (40) 52.225-1, Buy American—Supplies (MAY 2014) (41 U.S.C. chapter 83). [] (41)(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. [] (42) 52.225-5, Trade Agreements (NOV 2013) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note). [X] (43) 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). [] (44) 52.225-26, Contractors Performing Private Security Functions Outside the United States (Jul 2013) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. 2302 Note). [] (45) 52.226-4, Notice of Disaster or Emergency Area Set-Aside (Nov 2007) (42 U.S.C. 5150). [] (46) 52.226-5, Restrictions on Subcontracting Outside Disaster or Emergency Area (Nov 2007) (42 U.S.C. 5150). [X] (47) 52.232-29, Terms for Financing of Purchases of Commercial Items (Feb 2002) (41 U.S.C. 4505, 10 U.S.C. 2307(f)). [] (48) 52.232-30, Installment Payments for Commercial Items (Oct 1995) (41 U.S.C. 4505, 10 U.S.C. 2307(f)). [] (49) 52.232-33, Payment by Electronic Funds Transfer—System for Award Management (Jul 2013) (31 U.S.C. 3332). [X] (50) 52.232-34, Payment by Electronic Funds Transfer—Other than System for Award Management (Jul 2013) (31 U.S.C. 3332). [] (51) 52.232-36, Payment by Third Party (MAY 2014) (31 U.S.C. 3332). [] (52) 52.239-1, Privacy or Security Safeguards (Aug 1996) (5 U.S.C. 552a). [] (53)(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: [X] (1) 52.222-41, Service Contract Labor Standards (MAY 2014) (41 U.S.C. chapter 67). [X] (2) 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 BenefitsWG 9$18.18 [] (3) 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] (4) 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). [] (5) 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). [] (6) 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). [] (7) 52.222-17, Nondisplacement of Qualified Workers (MAY 2014) (E.O. 13495). [] (8) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations (MAY 2014) (42 U.S.C. 1792). [] (9) 52.237-11, Accepting and Dispensing of $1 Coin (SEP 2008) (31 U.S.C. 5112(p)(1)). [X] (10) 52.222-55, Minimum Wages Under Executive Order 13658 (DEC 2014) (Executive Order 13658). (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 (APR 2010) (41 U.S.C. 3509). (ii) 52.219-8, Utilization of Small Business Concerns (OCT 2014) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $650,000 ($1.5 million for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer 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) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). (v) 52.222-35, Equal Opportunity for Veterans (JUL 2014) (38 U.S.C. 4212). (vi) 52.222-36, Equal Opportunity for Workers with Disabilities (JUL 2014) (29 U.S.C. 793). (vii) 52.222-37, Employment Reports on Veterans (JUL 2014) (38 U.S.C. 4212). (viii) 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. (ix) 52.222-41, Service Contract Labor Standards (MAY 2014) (41 U.S.C. chapter 67). (x) 52.222-50, Combating Trafficking in Persons (FEB 2009) (22 U.S.C. 7104(g)). Alternate I (AUG 2007) of 52.222-50 (22 U.S.C. 7104(g)). (xi) 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). (xii) 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). (xiii) 52.222-54, Employment Eligibility Verification (AUG 2013). (xiv) 52.225-26, Contractors Performing Private Security Functions Outside the United States (Jul 2013) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. 2302 Note). (xv) 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. (xvi) 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. (xvii) 52.222-55, Minimum Wages Under Executive Order 13658 (DEC 2014) (Executive Order 13658). (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 ATTACHMENTSDrawings Attached. Please reference pages 84-118 for all other attachmentsSECTION E - SOLICITATION PROVISIONSE.1 52.212-1 INSTRUCTIONS TO OFFERORS—COMMERCIAL ITEMS (APR 2014) (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— Part 1 – Offer and Bid Schedule. Offerors must submit the following offer documentation. (a) Offerors shall submit three (3) copies and one (1) original proposal for a total of four (4) proposals submitted. Proposals shall be submitted in two parts (Technical and Price). Binder one (1) shall be labeled “Technical Proposal” and include information pertaining to Past Performance, Program Management, Staffing, Scheduling and Quality Control. Binder two (2) shall be labeled “Pricing Proposal” and include completed copies of the SF 1449, Pricing Schedule, and a complete breakout and itemized summary of proposed personnel intended to satisfy requirements of the Performance Work Statement. Include the acknowledgement of any amendments that may have been issued by the Government in Binder 2. Acknowledgement of amendments can be accomplished by signing the front page of each amendment (SF 30) and including the amendment’s front page in this Section. The amendments may also be acknowledged by a signed statement identifying each amendment by number and agreeing they were included in the preparation of the proposal. (b) One original and three (3) copies of the Bid Schedule of Supplies/Services, completed with the prices proposed for the corresponding line items as appropriate shall be included in Binder 2. Part 2 – Past Performance Information. Offerors shall submit one original and four (4) copies of Past Performance Information as described below in support of the Government’s evaluation of each offeror’s past performance. The offeror shall provide a list of past performance references to include any proposed subcontractors, for no more than three (3) projects within the past three (3) years for the same or similar services as described in the PWS. The information shall include but not be limited to: type of customer (federal, state, local, commercial), contract number, name of contracting officer or contracting officer representative, dollar value of contract, term of contract, active or closed, and telephone and fax numbers for points of contact for reference information. Offerors shall send the past performance questionnaires attached to this RFQ to their past performance references. The questionnaire recipient should be instructed to email the completed questionnaire DIRECTLY to the CONTRACTING POINT OF CONTACT listed below NO LATER THAN THE STATED CLOSING DATE OF THE RFP:Via USPS to: Department of Veterans Affairs National Cemetery AdministrationAttn: Derek C. Reed – (derek.reed@)155 Van Gordon StreetLakewood, CO 80228 Part 3: Program Management (PM). Offerors must submit one original and four (4) copies of the Program Management approach as described below in support of the Government’s evaluation of the offeror’s Program Management factor. The offeror shall submit a program management approach to managing its workforce in meeting all performance requirements of this solicitation. The approach shall address how the Program Manager (and Alternate) will successfully manage the contractor’s workforce, to include assignment of workload, supervision of contractor employees, and specifically address how the PM or his or her alternate will respond to performance or quality control issues. The approach shall include a generic resume for the Program Manager (and Alternate) that details the minimum qualifications, education, experience, and specialized knowledge, skills, and abilities the contractor will require of the individuals appointed to these positions. The approach must also identify all duties, responsibilities, performance standards, and overall expectations the contractor will set forth for individuals assigned to these position to include a focus on customer satisfaction and meeting all of the minimum performance quality levels (metrics) of the PWS. The approach shall also identify the company’s organization management structure starting from the top down, President and/or CEO to the Program Manager (and Alternate) and any first or second-tier supervisors, to include clear lines of authority, communication channels, and ability to respond to problems or issues that may arise during performance which may require top leadership involvement. Part 4: Staffing. Offerors must submit one original and four (4) copies of the Staffing approach as described below in support of the Government’s evaluation for the factor. Staffing approach shall identify adequate staffing of personnel needed for satisfactory performance of the PWS requirements and explain how resources will be allocated to ensure adequate coverage and successful contract performance.Proposals shall address the contractor’s approach to training and retention of its workforce to ensure successful contract performance. Offerors shall address how quickly they will respond to unforeseen employee absences. Part 5: Quality Control. Offerors shall submit one original and four (4) copies of their proposed Quality Control Plan which shall explain how the contractor will manage and oversee quality control issues and concerns inherent with successful contract performance. As a minimum, quality control plan shall address: How the contractor will successfully implement its quality control into daily contract operations for Raise and Realignment Services at Fort Sam How documentation will be performed by its key personnel to ensure successful contract performance. How and who will perform and request pre-final and final inspections as well as provide status updates to the Contracting Officer’s Representative and Contracting Officer as requested. Part 6: Schedule. Offeror’s shall submit one original and four (4) copies of their proposed schedule which outlines how they intend to satisfy contract objectives and key milestone dates within a 360 calendar day contract performance period based on written notice to proceed being issued on May 1, 2015. Price (Cost). As referenced in Part 1 above, Offerors shall provide a unit price and total amount for all Contract Line Items in the Schedule. Offerors shall provide one (1) original and 1 copy of the Pricing Scheduled, along with an itemized breakout of all proposed personnel intended to satisfy all requirements of the PWS. The itemized breakout shall be provided on a separate spreadsheet and include hourly rates, unit and extended prices for all personnel proposed for base and option years. The Government will evaluate options by adding the total price for all options to the total price for the basic requirement. The Government may determine an offer unacceptable if option prices are significantly unbalanced. (c) Period for acceptance of offers. The offeror agrees to hold the prices in its offer firm for 60 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. Not Applicable (e) Multiple offers. Not Applicable. (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. Not Applicable. (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 $3,000, and offers of $3,000 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 FAR 52.212-1 INSTRUCTIONS TO OFFERORS—COMMERCIAL ITEMS 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:E.2 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.3 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.4 52.216-1 TYPE OF CONTRACT (APR 1984) The Government contemplates award of a Firm-Fixed-Price contract resulting from this solicitation.(End of Provision)E.5 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: Derek C. Reed-Contracting Officer Hand-Carried Address: Department of Veterans AffairsNCA Contracting Service 155 Van Gordon Street, Lakewood CO 80228 Mailing Address: Department of Veterans Affairs NCA Contracting Service 155 Van Gordon Street, Suite 500 Lakewood, CO 80228 (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.6 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)E.7 VAAR 852.233-71 ALTERNATE PROTEST PROCEDURE (JAN 1998) As an alternative to filing a protest with the contracting officer, an interested party may file a protest with the Deputy Assistant Secretary for Acquisition and Materiel Management, Acquisition Administration Team, Department of Veterans Affairs, 810 Vermont Avenue, NW., Washington, DC 20420, or for solicitations issued by the Office of Construction and Facilities Management, the Director, Office of Construction and Facilities Management, 810 Vermont Avenue, NW., Washington, DC 20420. The protest will not be considered if the interested party has a protest on the same or similar issues pending with the contracting officer.(End of Provision) PLEASE NOTE: The correct mailing information for filing alternate protests is as follows:Deputy Assistant Secretary for Acquisition and Logistics,Risk Management Team, Department of Veterans Affairs810 Vermont Avenue, N.W.Washington, DC 20420 Or for solicitations issued by the Office of Construction and Facilities Management:Director, Office of Construction and Facilities Management811 Vermont Avenue, N.W.Washington, DC 20420FAR NumberTitleDate52.225-25PROHIBITION ON CONTRACTING WITH ENTITIES ENGAGING IN CERTAIN ACTIVITIES OR TRANSACTIONS RELATING TO IRAN—REPRESENTATION AND CERTIFICATIONSDEC 2012E.8 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998) This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): (End of Provision)FAR NumberTitleDate52.232-31INVITATION TO PROPOSE FINANCING TERMSMAY 2014(End of Addendum to 52.212-1)E.9 52.212-2 EVALUATION—COMMERCIAL ITEMS (OCT 2014) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers:The evaluation criteria or factors as shown below, and their relative order of importance, shall be used to evaluate offers in order to determine which offer represents the best value to the Government.(a.1) The Government intends to award a single contract to the responsive, responsible Service Disabled Veteran Owned Small Business Concern whose offer represents the best value to the Government for Raise and Realignment Services at Fort Sam Houston National Cemetery as specified in the solicitation. (a.2) The Government will evaluate proposals in accordance with FAR Part 15.3, Source Selection. The best value award decision will be made by the Source Selection Authority (SSA) after considering the Government’s Source Evaluation Board’s (SEB) assessment of the following factors as fully described below: Past Performance, Program Management, Staffing, Scheduling, Quality Control and Price. In determining the best value offer, the SSA may trade-off between price and non-cost factors. This allows the Government to accept other than the lowest priced proposal when it is in the Government’s best interest to do so. A technically superior proposal may be selected over a technically inferior but less expensive proposal, only if the technical superiority is deemed worth the additional price premium. The SSA will document the rationale for the best value award decision and any trade-offs made. In all cases, the price must be determined to be complete, reasonable and realistic. Each offeror’s proposal will be evaluated against the factors of Past Performance, Program Management, Staffing, Scheduling, Quality Control and Price as described below. The following relative order of importance applies. Past Performance is the most important factor and will be somewhat more important than the remaining non-price factors of Program Management, Staffing, Scheduling and Quality Control which are all of equal importance. All non-cost factors, when combined, are significantly more important than Price. Price will be evaluated for completeness, reasonableness, and realism, but will not be rated.Factor 1- Past PerformancePast performance will be evaluated as a measure of the Government’s confidence in the offeror’s ability to successfully perform the requirements of the solicitation based on recent and relevant past performance efforts and the offeror’s performance thereto. The Government will consider recent and relevant past performance information identified by each offeror, responses to customer questionnaires regarding the contractor’s performance on recent and relevant efforts, as well as any additional information obtained by the Government. Such information may be obtained through (1) Past Performance Information Retrieval System (PPIRS), (2) Federal Awardee Performance and Integrity Information System (FAPIIS) required for solicitations issued after 22 April 2010, (3) Questionnaires tailored to the circumstances for this acquisition, (4) through Defense Contract Management channels, (5) through interviews with Program Managers, Contracting Officer Representatives and Contracting Officers or (6) other known sources to the Government. The Government will consider the past performance of the prime and any proposed subcontractor or teaming arrangement in determining the past performance of the offeror for purposes of this solicitation. In terms of determining the recency of the past performance, the effort must currently be on-going or have been completed within the last three years from date of closing of this solicitation. In terms of determining the relevancy of each past performance effort, the following definitions apply. Highly Relevant (HR)Past performance effort involved essentially the same size, scope, and complexity of effort as the solicitation requirements.Relevant (R)Past performance effort involved much of the same size, scope, and complexity of effort as the solicitation requirements.Somewhat Relevant (SR)Past performance efforts involved some of the same size, scope and complexity of effort as the solicitation requirements. Not Relevant (NR)Past performance efforts did not involve any of the size, scope and complexity of effort as the solicitation requirements. After considering the recency and relevancy of the work efforts along with how well the offeror performed under the work efforts, one overall Past Performance Confidence Assessment rating will be assigned for each offeror. The following definitions apply. High ConfidenceBased on the offeror’s performance record, essentially no doubt exists that the contractor will successfully perform the required effort. Significant ConfidenceBased on the offeror’s performance record, little doubt exists that the contractor will successfully perform the required effort. Satisfactory ConfidenceBased on the offeror’s performance record, some doubt exists that the contractor will successfully perform the required effort. Little ConfidenceBased on the offeror’s performance record, substantial doubt exists the contractor will successfully perform the required effort. No ConfidenceBased on the offeror’s performance record, extreme doubt exists that the offeror will successfully perform the required effort. Neutral/Unknown ConfidenceNo relevant performance record is identifiable. Note: If an offeror does not have any recent and relevant past performance, that offeror will receive an overall past performance confident assessment rating of “Neutral/Unknown Confidence” which will be considered neither favorably or unfavorably by the SSA. Factor 2: Program ManagementThe Government will evaluate each offeror’s Program Management approach to managing its own workforce in ensuring all performance requirements are fully met. An overall adjective/color code rating will be assigned at the factor level given the strengths, weaknesses, and/or deficiencies, identified in the proposal. The following baseline measures of merit apply:Proposal includes a sound overall program management approach which details how the assigned Program Manager will manage the offeror’s workforce to ensure performance requirements are met. Proposal shall include information for the designated full time assignment of a Program Manager located at Fort Sam Houston National Cemetery and address how he/she will manage and assign workload, supervise employees and respond to performance and quality issues. Proposal includes a generic resume for the program manager and alternate program manager that details the minimum qualifications, experience, and specialized knowledge, skills, and abilities required for individuals appointed for these positions. The proposal identifies all duties, responsibilities, performance standards, and overall expectations of the individuals serving in these positions to include customer satisfaction in meeting the minimum performance quality levels (metrics) of the PWS.Proposal includes the company’s organization management structure starting from the top down, President and/or CEO to the Program Manager and Alternate and first and second-tier supervisors as applicable. The structure shows clear lines of authority and communication channels and demonstrates the offeror’s understanding of the need to quickly assess and respond to problems or issues that may arise during the performance of this contract which may require top leadership involvement. Factor 3: StaffingThe Government will evaluate each offeror’s proposed Staffing approach. An overall adjective/color code rating will be assigned at the factor level given the strengths, weaknesses, and/or deficiencies, identified in the proposal. The following baseline measures of merit apply:Proposal includes a staffing approach which identifies adequate staffing overall and how the resources will be allocated to ensure adequate coverage and performance of the PWS. The staffing approach shall specifically address the following performance metrics of the PWS: Provide staffing chart key personnel. Provide information limited to one page for major subcontractors . Provide information regarding the number of personnel for raise and realignment services and cleaning upright marble headstones.Provide information regarding key personnel experiences with performing Raise and Realignment Services using Concrete Beam System.Factor 4: Quality Control Quality Control: Offerors shall submit one original and four (4) copies of a Quality Control Plan which describes how the contractor will manage and oversee quality control issues inherent with successful contract performance. The following baseline measures of merit apply:The proposed quality control plan shall address how the contractor will successfully implement, oversee and address quality control issues as part of its daily contract performance for Raise and Realignment Services. b)The proposed quality control plan shall specifically address who will be responsible for managing and overseeing quality control issues inherent with successful contract performance. c)The proposed quality control plan shall document how inspections will occur and provide a status update of any outstanding materials needed to satisfy requirements of the performance work statement. Information provided shall include the name and title of the individual(s) who will be responsible for ensuring materials ordered meet minimum contract standards. d)The proposed quality control plan shall provide the name and title of all key personnel required to participate in weekly progress meetings with key Government personnel to facilitate and resolve outstanding contractual issues.Factor 5: Schedule Schedule: Each offeror’s proposed project schedule will be evaluated based on completing all work including mobilization, demobilization, clean-up, final inspection and acceptance by the Government within a 360 calendar day contract performance period from date of issuance of a written notice to proceed. The following baseline measures of merit apply: The proposed schedule shall be in a bar format and address all major key elements and milestones for work needed to complete performance within a 360 calendar day contract performance period based on a written notice to proceed issuance date of May 1, 2015. The following adjectival ratings apply for factors 2, 3, 4, and 5 above:ExceptionalThe offeror demonstrates excellent understanding of requirements and approach that significantly exceeds performance or capability standards. One or more significant strengths have been identified which will significantly benefit the Government. One or more minor weaknesses may be identified. No deficiencies. GoodThe offeror demonstrates good understanding of requirements and approach that exceeds performance or capability standards. One or more strengths have been identified which will benefit the Government. One or more minor weaknesses may be identified. No deficiencies.Satisfactory The offeror demonstrates acceptable understanding of the requirements and approach that meets performance or capability standards. Any strengths identified are not considered of significance. One or more weaknesses may be identified. No deficiencies.MarginalThe offeror demonstrates shallow understanding of requirements and approach that only marginally meets performance or capability standards necessary for minimal but acceptable contract performance. One or more significant weaknesses may be identified. No deficiencies.Unsatisfactory Fails to meet performance or capability standards. Requirements can only be met with major changes to the proposal/offer. One or more significant weaknesses may be identified. One or more deficiencies identified. Factor 6– Price Offeror’s proposed prices will be evaluated for completeness, reasonableness, and realism. Completeness will be determined based on the offeror submitting prices for all elements shown in the Schedule. Reasonableness will be determined based on 1) comparison of other offers received; 2) comparison of proposed prices with the independent government cost estimate; 3) comparison of proposed prices with historical information. Realism will be reviewed to the extent the offeror has proposed a skill mix necessary to satisfy requirements of the performance work statement given their proposed approach. A total evaluated price (cost) for each offeror will be presented to the SSA based on the offeror’s proposed price along with adjustments deemed necessary resulting from the price realism analysis. b) Options. N/A(c) A written notice of award or acceptance of an offer mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer’s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of Provision) E.10 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS—COMMERCIAL ITEMS (DEC 2014) The offeror shall complete only paragraph (b) of this provision if the offeror has completed the annual representations and certifications electronically via . If an offeror has not completed the annual representations and certifications electronically at the System for Award Management (SAM) website, the offeror shall complete only paragraphs (c) through (p) of this provision. (a) Definitions. As used in this provision— “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. “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). “Manufactured end product” means any end product in Federal Supply Classes (FSC) 1000-9999, except— (1) FSC 5510, Lumber and Related Basic Wood Materials; (2) Federal Supply Group (FSG) 87, Agricultural Supplies; (3) FSG 88, Live Animals; (4) FSG 89, Food and Related Consumables; (5) FSC 9410, Crude Grades of Plant Materials; (6) FSC 9430, Miscellaneous Crude Animal Products, Inedible; (7) FSC 9440, Miscellaneous Crude Agricultural and Forestry Products; (8) FSC 9610, Ores; (9) FSC 9620, Minerals, Natural and Synthetic; and (10) FSC 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. “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. “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. (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 $3,000 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. By submission of its offer, the offeror represents that— (i) It is not an inverted domestic corporation; and (ii) It 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 $3,000 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 DUNS Number 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)(End of Provision) ................
................

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

Google Online Preview   Download