Www.vendorportal.ecms.va.gov



5. PROJECT NUMBER (if applicable)CODE7. ADMINISTERED BY2. AMENDMENT/MODIFICATION NUMBERCODE6. ISSUED BY8. NAME AND ADDRESS OF CONTRACTOR4. REQUISITION/PURCHASE REQ. NUMBER3. EFFECTIVE DATE9A. AMENDMENT OF SOLICITATION NUMBER9B. DATEDPAGEOF PAGES10A. MODIFICATION OF CONTRACT/ORDER NUMBER10B. DATEDBPA NO.1. CONTRACT ID CODEFACILITY CODECODE Offers must acknowledge receipt of this amendment prior to the hour and date specified in the solicitation or as amended, by one of the following methods:The above numbered solicitation is amended as set forth in Item 14. The hour and date specified for receipt of OffersE. IMPORTANT:is extended, (a) By completing Items 8 and 15, and returning __________ copies of the amendment; (b) By acknowledging receipt of this amendment on each copy of the offer submitted; or (c) By separate letter or electronic communication which includes a reference to the solicitation and amendment numbers. FAILURE OF YOUR ACKNOWLEDGMENT TO BE RECEIVED AT THE PLACE DESIGNATED FOR THE RECEIPT OF OFFERS PRIOR TO THE HOUR AND DATE SPECIFIED MAYis not extended.12. ACCOUNTING AND APPROPRIATION DATA(REV. 11/2016)is required to sign this document and return ___________ copies to the issuing office.is not,A. THIS CHANGE ORDER IS ISSUED PURSUANT TO: (Specify authority) THE CHANGES SET FORTH IN ITEM 14 ARE MADE IN THE CONTRACT ORDER NO. IN ITEM 10A.15C. DATE SIGNEDB. THE ABOVE NUMBERED CONTRACT/ORDER IS MODIFIED TO REFLECT THE ADMINISTRATIVE CHANGES SET FORTH IN ITEM 14, PURSUANT TO THE AUTHORITY OF FAR 43.103(b). RESULT IN REJECTION OF YOUR OFFER. If by virtue of this amendment you desire to change an offer already submitted, such change may be made by letter or electronic communication, provided each letter or electronic communication makes reference to the solicitation and this amendment, and is received prior to the opening hour and date specified.C. THIS SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO AUTHORITY OF:D. OTHERBYContractor16C. DATE SIGNED14. DESCRIPTION OF AMENDMENT/MODIFICATION16B. UNITED STATES OF AMERICAExcept as provided herein, all terms and conditions of the document referenced in Item 9A or 10A, as heretofore changed, remains unchanged and in full force and effect.15A. NAME AND TITLE OF SIGNER16A. NAME AND TITLE OF CONTRACTING OFFICER15B. CONTRACTOR/OFFERORSTANDARD FORM 30 PREVIOUS EDITION NOT USABLEPrescribed by GSA - FAR (48 CFR) 53.243(Type or print)(Type or print)(Organized by UCF section headings, including solicitation/contract subject matter where feasible.)(Number, street, county, State and ZIP Code)(If other than Item 6)(Specify type of modification and authority)(such as changes in paying office, appropriation date, etc.)(If required)(SEE ITEM 11)(SEE ITEM 13)(X)CHECKONE13. THIS ITEM APPLIES ONLY TO MODIFICATIONS OF CONTRACTS/ORDERS,IT MODIFIES THE CONTRACT/ORDER NO. AS DESCRIBED IN ITEM 14.11. THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONSAMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT(Signature of person authorized to sign)(Signature of Contracting Officer)122A0000307-14-2017693-17-2-594-0015693-13-11400244Department of Veterans AffairsNetwork Contracting Office 4 00244Department of Veterans AffairsNetwork Contracting Office 4 To all Offerors/Bidders VA244-17-B-066006-06-2017 XXXTuesday, 25 July 2017 at 3:00PM (local)X1The purpose of the amendment is to: 1) Provide additional clarifications; 2) Provide revised Band Name or Equal Clause: 3) Provide Brand Name Only justification for Aethon equipment;4) Provide latest wage determinations PA119 06302017; 5) Provide attached Spec section 101123 Tackboards; 6) Provide attached Sketch 1 Pharmacy Componding Area; 7) Provide attached Signage Specs and Drawings 8) Bid due date remains 25 July 2017 at 3:00PM (local). Everett E Shaver, Jr.,Contracting OfficerIn Reference to Drawing QC101 Food Service Equipment Drawing and Spec 11 40 00 Part 4: Listing of Food Service Equipment:?Item 2 – Computer Station is “OF/CI” In Spec, but Drawing lists it as “CF/CI (By Others)”. Please clarify responsibility and if its CF/CI, please issue basis of puter Station is OF/OI.Item 3 – Computer is “OF/CI” in Spec, but Drawing lists it as “CF/CI (By Others)”. Please clarify responsibility and if its CF/CI, please issue basis of puter is OF/OIItem 115 – Eye Wash is “CF/CI” & “(By Others)” in Spec and Drawing. Please clarify responsibility and if its CF/CI, please issue basis of design.Eye Wash information is located on drawings P001 and P100D.Drawing A100F Phase 7 shows custom casework at the southern wall in the Break / Conference Room EB - 02. No Elevation or Section is given. Please Clarify Quartz countertop only on southern wall of break/conf room. Refer to elevation 1 on drawing A402 for design requirement.Lockers are shown in the Women's and Men's Locker Rooms but are not specified. These are also noted on the Furniture Drawing A801 as "CFCI" (Contractor Furnished / Contractor Installed) Locker basis of design information identified in drawing modification #5 below (A401).Women's Locker Room layout on Sheet A401 notes a count of "90 half size lockers". The Floor plan reflects only 80. Women's room locker count is 80.The following items are noted on Sheets A801 - A803 in the Equipment Key Notes as "CFCI" (Contractor Furnished / Contractor Installed). #2 - Double Stacked Lockers, #14A - Bio Safety Cabinet, #17 - Refrigerator, #17A - Pass-Thru Refrigerator, #19 - 4 Shelf Chemo Chart, # 20 - IV Solution Storage Cabinet, #21 - Pharmacy Refrigerator, and #22 - Key Cabinet. There are no specifications for these items. Information provided in drawing modification #8 below (A801 through A803).On the same pages and Key Notes as above, the following items are noted as "OFCI" (Owner Furnished / Contractor Installed). #9 - Folding Machine, #10 - Neopost Postage Meter, and #16 - Sterile Supply Rack. Could we get catalogue cuts for these items, so we may install them properly? Information provided in drawing modification #8 below (A801 through A803).The Door Schedule on Sheet A601 and the Finish Hardware Specifications differ greatly (only 4 sets match). Neither is complete. Finish Hardware for Doors CB16, CB22, and CB30, are not specified in either. Hardware sets for CB12 and CB13 are not shown on the Door Schedule and CB58B and CB31B are not shown in the Specifications.In case of an inconsistency between the door schedule and specifications, specifications take precedence unless noted otherwise below.CB12: Set 21.0 as specified.CB13: Set 21.0 as specified.CB16: Match strike, flush bolt, lock, core, stops, and gasketing on Set 7.0 to the extent technically feasible unless specified otherwise by COR/VA SecurityCB17A: Set 8.0 per specs/A601 scheduleCB21: Set 7.0 as specified.CB22: Match strike, flush bolt, lock, core, stops, and gasketing on Set 7.0 to the extent technically feasible unless specified otherwise by CORCB23: Set 3.0 as specified.CB29: Set 10.0 as specified.CB30: Set 16.0 as specified.CB31B: Set 22.0CB32: Set 16.0 as specified.CB33B: Set 15.0 as specified.CB34: Set 18.0 as specified.CB35: Set 16.0 as specified.CB36: Set 13.0 as specified.CB37: Set 13.0 as specified.CB38: Set 16.0 as specified.CB39: Set 20.0 as specified.CB40: Set 13.0 as specified.CB41: Set 13.0 as specified.CB42: Set 17.0 as specified.CB44: Set 4.0 as specified.CB45: Set 22.0 as specified.CB46: Set 13.0 as specified.CB47B: Set 1.0 as specified and shown on door schedule.CB48 (PAIR): Set 2.0 as specified and shown on door schedule.CB49: Set 12.0 as specified.CB50: Set 6.0 as specified.CB54: Set 19.0 as specified.CB55: Set 19.0 per specs (may be modified as part of Amendment)CB55A: Set 23.0 as specified.CB56: Set 16.0 as specified. (may be modified as part of Amendment)CB57: Set 16.0 as specified. (may be modified as part of future Amendment)CB58A: Set 14.0 as specified.CB58B: Set 14.0CB59: Set 9.0 per as specified.CB59A: Set 11.0 as specified.CB60: Set 5.0 as specified and shown on door schedule.EB02: Set 6.0 as specified.EB04: Set 13.0 as specified.Elevation 5/A402 and section 12/A502 shows rear loading mailbox units. No specification has been included. Information provided in drawing modification #4 below (A402).Included with the Specifications are Sections 10 11 13 - Chalkboards and Markerboards, 10 14 00 - Signage, 10 44 13 - Fire Extinguisher Cabinets, and 12 24 00 - Window Shades. It is unclear where these items are to be included. Modification #2, 17, 18 & 19 for markerboards, signage and FE cabinets below. See following page for Window Shade requirements. Window shades to be furnished/installed in rooms CB21, CB22, CB23, CB58, CB59 following removal of existing shades, if any. MODIFICATIONS OR ADDITIONS TO THE CONTRACT SOLICITATION DOCUMENTS:Drawing AD100, Add the following note under General Demolition Notes:17. Provide the services of a commercial pest management company to assess, implement and monitor each phase of construction completely for pests, insects and rodents, etc.. Company shall assess existing conditions weekly during each phase of construction and shall treat and monitor the construction areas until completion of each phase. Company utilized shall be an active member of the National Pest Management Association and their personnel shall be state certified, licensed applicators. Drawings A100B & A100D: Provide one 6’ wide x 4’ high marker board in each of the following rooms: CB-38, CB-40, CB-41, CB-46, CB-58 and CB-59. Provide one 4’ wide x 3’ high marker board in each of the following rooms: CB-35, CB-36 and CB-37. Refer to specifications section 10 11 13 for requirements. VA Interior Designer and COR shall designate mounting locations in each room.Drawing A100A, A302, A601, H100A: Existing non-rated wall and opposing swing door system at the west end of Corridor CB-19, column line M, shown on drawing A100A shall be demolished and replaced with a 1 hour rated partition and opposing swing door system. New door system shall have 3’-6” wide opposing swing 45 minute fire rated painted hollow metal doors, 1-3/4” deep, Type D2, with Frame Type F2, New partition construction shall be minimum 1 hour fire rated similar to Partition Type S1A. Hardware set similar to type 1 except 7110x7110 SVR exit device, smoke resistant, no card reader, no electrification. All existing utility penetrations shall be fire stopped. Provide spring-loaded fire damper in existing duct penetration above ceiling. Drawing A402, Detail 4: Wall mounted Box Style lockers, each 12” H x 12” D, total quantity 8. Basis of design unit shall be Salsbury Industries, Model 77704TN with built-in key lock and 2 keys per unit and two master control keys. Color selection by VA Interior Designer. Detail 5: Mailbox Distribution System shall be manufactured to USPS-STD-4C Specifications and shall be US Postal Service Approved. Basis of design unit shall be Salsbury Industries, USPS approved, recessed mounted model 4C, rear loading, all aluminum construction. Individually numbered mail compartments shall be provided with custom engraved self-adhesive placards (model #3767). Heavy duty cam locks (model #3790) with 3 keys per lock. In addition provide 50 key blanks for future use by the VA. Color selection by VA Interior Designer.Drawing A401, Details 1 & 2, 6 thru 11, 16 thru 19, 21, 22 and 24: Locker basis of design unit shall be Bradley Lenox Z lockers, 72” High, 15” wide x 15” deep, Z tier, 2 vertical lockers per unit width. Standard door, standard hasp lock, number plates, slope tops, continuous toe bases set back 3” from locker front for toe clearance, double coat hook per each locker. Provide end panels and filler plates based on field conditions during locker installations.Drawing A402, Delete the requirement for a tackable surface indicated on detail 7 only.Drawing A712, Phase 4B-Finish Plan: Floor finish for rooms CB-55, 56 & 57 shall be revised to Resinous, RES-ICB as described on drawing A701. Refer to note 15 below for additional information regarding room reconfigurations for this area. Drawings A801 through A803, Delete (FOR REFERENCE ONLY) from all identification titles below each phasing floor plan on all three drawings. The Equipment Key Note Schedule shown on all three drawings shall be revised per below information, all modifications to schedule are indicated in bold type and highlighted in yellow:EQUIPMENT KEY NOTENUMBERDESCRIPTIONFURNISHED/ INSTALLED01COMPUTER WORK STATION W/ KEYBOARD TRAYOFOI02DOUBLE STACKED LOCKERSCFCI03SOAP DISPENSEROFCI04PAPER TOWEL DISPENSEROFCI05TOILET PAPER DISPENSEROFCI06STAFF CUBBIESCFCI07BLUE BINOFOI08SCALEOFOI09FOLDING MACHINEOFCI10NEOPOST POSTAGE METEROFCI11ALARGE PRINTER (1)OFOI11BLARGE PRINTER (2)OFOI11CLASER PRINTEROFOI12SCANNEROFOI13PLOTTEROFOI14ABIO SAFETY CABINETOFCI14BLAMINAR FLOW CABINETOFCI15A48" WIRING SHELVINGOFOI15B60" WIRING SHELVINGOFOI16STERILE SUPPLY RACKOFOI17REFRIGERATORCFCI17APASS-THRU REFRIGERATORCFCI18FREEZEROFOI194 SHELF CHEMO CARTOFOI20IV SOLUTION STORAGE CABINETOFOI21PHARMACY REFRIGERATORCFCI22KEY CABINETOFOI23ANTI-FATIQUE MATOFOINOTE: KITCHEN EQUIPMENT CALLED OUT ON KITCHEN EQUIPMENT PLAN Supplemental information for OFCI and CFCI equipment in the Equipment Keynote Schedule:Items 9 & 10 – Existing units are located in the mail room being demolished under phase 7 of construction. Contractor shall relocate the units to the new space and procure the services of Postage Pro Plus for disconnection, reconnection and set up. Postage Pro Plus maintains and services both existing units. Contact Info: Michael Clonan, 570-696-6500. Item 14A – Existing unit is located in the chemo prep room being demolished under phase 6 of construction. Existing unit shall be disconnected, relocated and reinstalled by the contractor during construction of Phase 4B.Item 14B – Two existing units are located in IV prep room being demolished under phase 6 of construction. Existing units shall be disconnected, relocated and reinstalled by the contractor during construction of Phase 4BItems 17 – Provide a glass door stainless steel refrigerator. Basis of design unit shall be Futura Model LABL-27-HGSS with optional chart recorder and provisions for connection to Johnson Controls Metasys system. Make all connections to Johnson Controls Metasys Building Automation System (BAS).Item 17A – Provide a glass door stainless steel pass-thru refrigerator. Basis of design unit shall be Futura Model LABL-50-HGPT with optional chart recorder and provisions for connection to the building Johnson Control Metasys System. Make all connections to Johnson Controls Metasys BAS.Item 21 – Provide a glass door stainless steel refrigerator. Basis of design unit shall be Futura Model LABL-49-HGSS with optional chart recorder and provisions for connection to Johnson Controls Metasys system. Make all connections to Johnson Controls Metasys BAS.Drawings H101D, H200C & H700: Humidifier H-1 basis of design unit shall be revised from an electric Dri-Steem model VLC 16-1 to a steam to steam Dri-Steem model STS series unit with a stainless steel heat exchanger and a capacity of 36 lbs/hr. As per the phase 3B plan shown on drawing H200C, 2-1/2” medium pressure steam supply and condensate lines shall be located below the roof within the kitchen ceiling plenum. Provide all branch steam piping, PRV station, traps, strainers, fill valve, controls, etc. to the humidifier in accordance with the manufacturer’s requirements and VA standards details in order to provide a complete operating system. Include modifications to roofing system for penetrations and supports.Drawing H100D, H101D: All ductwork associated with air handler AH-2 shall be stainless steel continuous.Drawing E101, Branch circuit breaker MP-1-37, 39, 41 feeding Humidifier H-1 shall become spare, delete branch circuit conduit/wire and 60Amp 3 Pole disconnect switch. Extend branch circuit MP-1-34 from rooftop GFI receptacle for 120 volt control power to humidifier H-1.Drawing ET100A, Delete Telecomm Keynote 1.Drawing ET001, Add the following note under General Communications System Notes:23. The construction phasing under this project will require the remapping and relocation of antennas and associated cabling for the existing Aethon Inc. mobile autonomous robot delivery systems. Five existing mobile robot food delivery docking stations are currently located in the area of phase 4A construction. The contractor shall relocate mobile robot food delivery docking stations to phase 3B prior to the start of construction of phase 4A. During construction of phase 4B the contractor shall relocate the five docking stations to a storage location at the loading dock area as directed by the VA. Three of the mobile delivery docking stations shall then be moved to their final location under phase 5 of construction. The existing wireless mobile robot delivery system is provided and maintained by Aethon, Inc. Provide the services of Aethon for remapping of the TUG BPOD robot food delivery system and relocation of antennas and associated cabling through all phases of construction. Aethon Inc. contact info: David Shott, 412-322-2975. Drawing ES001, Add the following notes under the General Electronic Security System Notes: 27. The existing building security system is provided and maintained by Simplex Grinnell. The security system under this contract shall be provided by Simplex Grinnell, no substitutions or equals will be accepted.28. The existing building CCTV camera system is provided and maintained by Tri-Guard Security systems. The CCTV camera system under this contract shall be provided by Tri-Guard Security, no substitutions or equals will be accepted. Tri-Guard contact info: Peter Lewis, 570-954-0357.Drawings G002 thru EF100D: The configuration and floor plan of the pharmacy compounding rooms CB-55, CB-56 and CB-57 shall be modified as per the attached sketch titled “Sketch 1_ Pharmacy Compounding Area”. Sketch 1 is in Adobe PDF format and is scaled to approximately ?” = 1’-0” when printed on 11” x 17” paper. The construction requirements of this area of work shall be modified from traditional stick-built construction by the contractor to a turnkey fabricated-manufactured system provided by a company that specializes in pharmaceutical clean room design, construction, installation, testing, certification and activation. As part of this contract the contractor shall be procure the services of a qualified manufacturer to perform this work in order to provide the required pharmacy compounding facilities. The basis of design manufacturer for the pharmacy compounding room is Terra Universal, Contact: Ernie Miranda (714) 578-6104 Ernest@ Refer to sketch 1 for basis of design information and minimum requirements for the fabricated pharmacy compounding room design, construction, installation, testing, certification and activation. The contractor shall provide all utility main and trunk services to these rooms. Utility service requirements and connections shall be coordinated with the compounding room manufacturer. All quantities of plumbing, fire alarm and telecommunications utility services and distribution shown on the contract drawings for the former stick-built design shall be provided and redistributed based on the revised six room floor plan Sketch 1. HVAC and electrical utility main and trunk services shall be as shown on the contract drawings and shall interface with and connect to branch utility service connections for these services provided by the clean room manufacturer. In order to coordinate with the compounding room manufacturer’s basis of design requirements the following construction drawing modifications shall be required:Drawing H100D – Phase 4B, Rooms CB-55, 56 & 57: All main supply, return and exhaust ducts from AH-2, EF-2 and EF-2A shall be provided as indicated and shall terminate at branch ductwork distribution designed by the pharmacy compounding room manufacturer. EAV-1 and EAV-1A shall be located in main exhaust duct above ceiling in adjacent repro room CB-58 in lieu of above ceiling in room CB-57. Drawings H100D & H101D & H700 – Phase 4B, Rooms CB-55, 56 & 57: Provide an additional exhaust fan and ductwork to service room CB-57C. Exhaust fan, ductwork, diffusers, grilles and controls shall be identical to EF-2 serving chemo prep room CB-57A.Drawing E100D – Phase 4B, Rooms CB-55, 56 & 57: Receptacle branch circuits shall be run from panelboards to power distribution boxes located above compounding rooms. The quantities of branch circuits shown on the construction drawings for three rooms shall remain the same for the revised six room configuration. All receptacles and branch distribution whips from power distribution boxes shall be provided by the compounding room manufacturer. Coordinate termination of branch circuits with compounding room manufacturer. Drawing E200D – Phase 4B, Rooms CB-55, 56 & 57: Delete lighting fixtures, occupancy sensors and associated lighting control equipment. Lighting branch circuit from panelboard shall be run to junction box located above compounding room area. The quantities of branch circuits shown on the construction drawings for three rooms shall remain the same for the revised six room configuration. All lighting fixtures, fixture whips and switching will be provided by the compounding room manufacturer. Coordinate termination of branch circuits with compounding room manufacturer. Drawing E101 – Electrical Roof Plan – Provide electrical services to additional exhaust fan serving room CB-57C as described above in sub-paragraph b). All branch circuiting shall be identical to existing electrical services to exhaust fan EF-2. Drawing E701 - Provide 20Amp 3 Pole circuit breaker in spaces at panel PEC1 for service to exhaust fan as described in sub-paragraph b) and e).Drawing ET100D – Phase 4B, rooms CB-55, 56 & 57: The quantities of voice/data outlets shown on the construction drawings for the three rooms shall remain the same for the six room configuration. Outlet locations in the six room configuration shall be coordinated with the compounding room manufacturer and the VA COR. Raceways and boxes for voice/data cabling shall be provided by compounding room manufacturer. Construction contractor will provide all voice/data outlets and cabling continuous to source location.Drawing EF100D – Phase 4V, Rooms CB-55: The fire alarm device, wiring, and conduit up to the room shall be installed by the construction contractor. The pharmacy compounding room manufacturer shall provide the raceway and box in pharmacy compounding room wall. Specifications - Add attached specification section titled “10 11 23 Tackboards”.Specifications - Replace specifications section 10 14 00 SIGNAGE with the attached specifications section titled “ADDENDUM_01-Signage_Spec_10_14_00”.New Drawing A901 – Add the attached signage plan drawing titled “ADDENDUM_01-A901_SIGNAGE_PLAN”. Drawings AD100, A100 & Specifications Section 10 44 13: Remove the three existing recessed fire extinguisher cabinets installed in existing masonry walls within the project area and patch wall openings that remain. Provide six new semi-recessed fire extinguisher cabinets with 3” rolled edge trim. Four cabinets will be installed in new gypsum wall construction and two will be installed in existing masonry wall construction, patch wall openings. Basis of Design unit: JL Industries, Activar, Inc., Model 1017 with full glass door and pull handle. Drawings EF100C & EF100E: Provide two manual fire alarm pull stations. One shall be located in close proximity to Door CB-45 and one shall be located in close proximity to Door CB-45A. Reference drawings A100C and A100F for door numbers.4.12 VAAR 852.211-73 BRAND NAME OR EQUAL (JAN 2008) (Note: as used in this clause, the term "brand name" includes identification of products by make and model.) (a) If items called for by this invitation for bids have been identified in the schedule by a "brand name or equal" description, such identification is intended to be descriptive, but not restrictive, and is to indicate the quality and characteristics of products that will be satisfactory. Bids offering "equal" products (including products of the brand name manufacturer other than the one described by brand name) will be considered for award if such products are clearly identified in the bids and are determined by the Government to meet fully the salient characteristics requirements listed in the invitation. (b) Unless the bidder clearly indicates in the bid that the bidder is offering an "equal" product, the bid shall be considered as offering a brand name product referenced in the invitation for bids. (c)(1) If the bidder proposes to furnish an "equal" product, the brand name, if any, of the product to be furnished shall be inserted in the space provided in the invitation for bids, or such product shall be otherwise clearly identified in the bid. The evaluation of bids and the determination as to equality of the product offered shall be the responsibility of the Government and will be based on information furnished by the bidder or identified in his/her bid as well as other information reasonably available to the purchasing activity. CAUTION TO BIDDERS. The purchasing activity is not responsible for locating or securing any information that is not identified in the bid and reasonably available to the purchasing activity. Accordingly, to insure that sufficient information is available, the bidder must furnish as a part of his/her bid all descriptive material (such as cuts, illustrations, drawings or other information) necessary for the purchasing activity to: (i) Determine whether the product offered meets the salient characteristics requirement of the Invitation for Bids, and (ii) Establish exactly what the bidder proposes to furnish and what the Government would be binding itself to purchase by making an award. The information furnished may include specific references to information previously furnished or to information otherwise available to the purchasing activity. (2) If the bidder proposes to modify a product so as to make it conform to the requirements of the Invitation for Bids, he/she shall: (i) Include in his/her bid a clear description of such proposed modifications, and (ii) Clearly mark any descriptive material to show the proposed modifications. (3) Modifications proposed after bid opening to make a product conform to a brand name product referenced in the Invitation for Bids will not be considered. (End of Clause)BRAND NAME OR EQUAL PRODUCTSIn accordance with VAAR 811.104-71 (b), based on the inclusion of FAR 52.211-6, Brand Name or Equal (AUG 1999) and VAAR 852.211-73, Brand Name or Equal (JAN 2008), bidders proposing to furnish an “equal product other than referenced in the solicitation, shall insert the following description for each equal product (See also VAAR 852.211-73 (c)(1) and (c)(2).Bidding On:ManufacturersName: ____________________________________________________________________________.Brand: ____________________________________________________________________________.No.: ______________________________________________________________________________.Specification Section and Page Number: _________________________________________________. THE FOLLOWING BRAND NAME OR EQUAL ITEMS ARE INCLUDED IN THIS SOLICITATION. CONTRACTORS SHALL FOLLOW THE PROCEDURES AS DETAILED IN VAAR CLAUSE 852.211-73. The Salient Characteristics for these items are detailed in specification sections and/or Drawings as indicated. Hygienic Vinyl Wall CoveringAltro, WhiterockSection 09 72 00, System Description, part 1.04. Justification: This item is being referenced as a basis of design, and can be substituted for any approved equal. The basis of design establishes the finish scheme approved by the VA for color, pattern and material. Pass-Thru ChamberTerra UniversalDrawing A403, Interior Elevations.Justification: This item is being referenced as a basis of design, and can be substituted for any approved equal. The basis of design establishes the minimum requirements approved by the VA for material specifications and product quality standards. Sprinkler HeadsViking, Microfast Model M, HorizonDrawing F001, Fire Protection Symbols, Details and General Notes.Justification: This item is being referenced as a basis of design, and can be substituted for any approved equal. The basis of design establishes the minimum requirements approved by the VA for material specifications and product quality standards. Grease InterceptorSchier GB-75-C24-HDrawing P001, Plumbing Symbols, Abbreviations, Schedules and General Notes.Justification: This item is being referenced as a basis of design, and can be substituted for any approved equal. The basis of design establishes the minimum requirements approved by the VA for material specifications and product quality standards. Water FilterAqua Pure, Model AP510.Drawing P400, Plumbing Details.Justification: This item is being referenced as a basis of design, and can be substituted for any approved equal. The basis of design establishes the minimum requirements approved by the VA for material specifications and product quality standards. Pressure GuageTrerice Model 890Drawing P400, Plumbing Details.Justification: This item is being referenced as a basis of design, and can be substituted for any approved equal. The basis of design establishes the minimum requirements approved by the VA for material specifications and product quality standards. Air Handling UnitsCarrierDrawing H700, HVAC Schedules.Justification: This item is being referenced as a basis of design, and can be substituted for any approved equal. The basis of design establishes the minimum requirements approved by the VA for material specifications and product quality standards.Air Cooled ChillersCarrierDrawing H700, HVAC Schedules.Justification: This item is being referenced as a basis of design, and can be substituted for any approved equal. The basis of design establishes the minimum requirements approved by the VA for material specifications and product quality standards.Exhaust FansGreenheckDrawing H700, HVAC Schedules.Justification: This item is being referenced as a basis of design, and can be substituted for any approved equal. The basis of design establishes the minimum requirements approved by the VA for material specifications and product quality standards.VAV & CAV Terminal UnitsTitus Air DevicesDrawing H700, HVAC Schedules.Justification: This item is being referenced as a basis of design, and can be substituted for any approved equal. The basis of design establishes the minimum requirements approved by the VA for material specifications and product quality standards.Diffusers, Registers and GrillesTitus Air DevicesDrawing H700, HVAC Schedules.Justification: This item is being referenced as a basis of design, and can be substituted for any approved equal. The basis of design establishes the minimum requirements approved by the VA for material specifications and product quality standards.HumidifiersDri-SteemDrawing H700, HVAC Schedules.Justification: This item is being referenced as a basis of design, and can be substituted for any approved equal. The basis of design establishes the minimum requirements approved by the VA for material specifications and product quality standards.Relief HoodGreenheckDrawing H700, HVAC Schedules.Justification: This item is being referenced as a basis of design, and can be substituted for any approved equal. The basis of design establishes the minimum requirements approved by the VA for material specifications and product quality standards.Lighting FixturesMetalux, Kenall, Halo, Finelite, Portfolio, Fail Safe, Exitronix (specific models as per drawing)Drawing E500, Lighting Details and Schedules.Justification: This item is being referenced as a basis of design, and can be substituted for any approved equal. The basis of design establishes the minimum requirements approved by the VA for material specifications and product quality standards.Rubber Floor TileNoraDrawing A701, Finish Schedules-Phases 1-3A, 4A-7.Justification: This item is being referenced as a basis of design, and can be substituted for any approved equal. The basis of design establishes the finish scheme approved by the VA for color, pattern and material. Rubber Sheet Floor and Integral Cove BaseNoraDrawing A701, Finish Schedules-Phases 1-3A, 4A-7.Justification: This item is being referenced as a basis of design, and can be substituted for any approved equal. The basis of design establishes the finish scheme approved by the VA for color, pattern and material. Wall BaseNoraDrawing A701, Finish Schedules-Phases 1-3A, 4A-7.Justification: This item is being referenced as a basis of design, and can be substituted for any approved equal. The basis of design establishes the finish scheme approved by the VA for color, pattern and material. Acoustical Tile Ceiling and Suspension SystemArmstrongDrawing A701, Finish Schedules-Phases 1-3A, 4A-7. Justification: This item is being referenced as a basis of design, and can be substituted for any approved equal. The basis of design establishes the finish scheme approved by the VA for color, pattern and material. Wall CladdingAltro, WhiterockDrawing A701, Finish Schedules-Phases 1-3A, 4A-7.Justification: This item is being referenced as a basis of design, and can be substituted for any approved equal. The basis of design establishes the finish scheme approved by the VA for color, pattern and material. Resinous Flooring and Integral Cove BaseStonehardDrawing A701, Finish Schedules-Phases 1-3A, 4A-7.Justification: This item is being referenced as a basis of design, and can be substituted for any approved equal. The basis of design establishes the finish scheme approved by the VA for color, pattern and material. CarpetPatcraftDrawing A701, Finish Schedules-Phases 1-3A, 4A-7.Justification: This item is being referenced as a basis of design, and can be substituted for any approved equal. The basis of design establishes the finish scheme approved by the VA for color, pattern and material. PaintSherwin Williams, Zolatone FlexDrawing A701, Finish Schedules-Phases 1-3A, 4A-7.Justification: This item is being referenced as a basis of design, and can be substituted for any approved equal. The basis of design establishes the finish scheme approved by the VA for color, pattern and material. Porcelain/Ceramic TileFlorida TileDrawing A701, Finish Schedules-Phases 1-3A, 4A-7.Justification: This item is being referenced as a basis of design, and can be substituted for any approved equal. The basis of design establishes the finish scheme approved by the VA for color, pattern and material. Quartz Solid SurfaceCambriaDrawing A701, Finish Schedules-Phases 1-3A, 4A-7.Justification: This item is being referenced as a basis of design, and can be substituted for any approved equal. The basis of design establishes the finish scheme approved by the VA for color, pattern and material. Lockers Bradley Lenox Z LockersDrawing A401, Details 1 &2, 6 thru 11, 16 thru 19, 21, 22 and 24.Justification: This item is being referenced as a basis of design, and can be substituted for any approved equal. The basis of design establishes the finish scheme approved by the VA for color, pattern and material.Wall Mount LockersSalsbury IndustriesDrawing A402, Detail 4.Justification: This item is being referenced as a basis of design, and can be substituted for any approved equal. The basis of design establishes the finish scheme approved by the VA for color, pattern and material.Mail Box Distribution SystemSalsbury IndustriesDrawing A402, Detail 5.Justification: This item is being referenced as a basis of design, and can be substituted for any approved equal. The basis of design establishes the finish scheme approved by the VA for color, pattern and material.Glass Door Stainless Steel RefrigeratorsFutura Models LABL-27-HGSS, LABL-50-HGPT, LABL-49-HGSSDrawings A801 thru A803Justification: This item is being referenced as a basis of design, and can be substituted for any approved equal. The basis of design establishes the minimum requirements approved by the VA for material specifications and product quality standards.Pharmacy Compounding Rooms CB-55, 56,57Terra UniversalDrawings G001 thru EF100DJustification: This item is being referenced as a basis of design, and can be substituted for any approved equal. The basis of design establishes the minimum requirements approved by the VA for material specifications and product quality standards.Fire Extinguisher CabinetsJL Industries, Activar, Inc.Drawings AD100, A1000 & Specification Section 10 44 13:Justification: This item is being referenced as a basis of design, and can be substituted for any approved equal. The basis of design establishes the minimum requirements approved by the VA for material specifications and product quality standards. DEPARTMENT OF LABOR DAVIS BACON GENERAL DECISIONThe Contractor shall be responsible for the correct title classification of workers and compliance with all applicable wage and hour laws. General Decision Number: PA170119 06/30/2017 PA119Superseded General Decision Number: PA20160119State: PennsylvaniaConstruction Type: BuildingCounty: Luzerne County in Pennsylvania.BUILDING CONSTRUCTION PROJECTS (does not include single familyhomes or apartments up to and including 4 stories).Note: Under Executive Order (EO) 13658, an hourly minimum wageof $10.20 for calendar year 2017 applies to all contractssubject to the Davis-Bacon Act for which the contract isawarded (and any solicitation was issued) on or after January1, 2015. If this contract is covered by the EO, the contractormust pay all workers in any classification listed on this wagedetermination at least $10.20 (or the applicable wage ratelisted on this wage determination, if it is higher) for allhours spent performing on the contract in calendar year 2017.The EO minimum wage rate will be adjusted annually. Additionalinformation on contractor requirements and worker protectionsunder the EO is available at whd/govcontracts.Modification Number Publication Date 0 01/06/2017 1 01/27/2017 2 04/21/2017 3 06/09/2017 4 06/30/2017 ASBE0038-006 07/01/2014 Rates FringesASBESTOS WORKER/HEAT & FROST INSULATOR (MECHANICAL- Duct, Pipe & Mechanical System Insulation)......................$ 32.48 18.52---------------------------------------------------------------- BOIL0013-008 01/01/2017 Rates FringesBOILERMAKER......................$ 44.26 33.02---------------------------------------------------------------- BRPA0005-072 05/01/2014 Rates FringesTILE FINISHER....................$ 26.30 12.86TILE SETTER......................$ 29.21 13.12---------------------------------------------------------------- BRPA0005-078 05/01/2014 Rates FringesBRICKLAYER (Including Pointing, Caulking, and Cleaning)........................$ 32.45 14.02MASON - STONE....................$ 32.45 14.02---------------------------------------------------------------- CARP0261-012 05/01/2013 Rates FringesCARPENTER (Acoustical Ceiling Installation and Floor Laying-Carpet Only)..............$ 27.26 13.75---------------------------------------------------------------- CARP0287-018 06/01/2014 Rates FringesCARPENTER (Including Form Work)............................$ 27.57 14.28---------------------------------------------------------------- CARP0514-009 05/01/2013 Rates FringesCARPENTER (Drywall Hanging and Floor Laying-Vinyl Only).....$ 26.70 14.25---------------------------------------------------------------- ELEC0163-007 06/01/2016 Rates FringesELECTRICIAN (Includes Installation of Sound and Communication Systems, HVAC/Temperature Controls Installation, and Low Voltage Wiring)..........................$ 34.36 18.78---------------------------------------------------------------- ELEV0084-005 01/01/2017 Rates FringesELEVATOR MECHANIC................$ 46.04 31.585+A+BFOOTNOTES: A. VACATION CREDIT: Employer contributes 8% basic hourly rate for 5 years or more of service as vacation pay credit, and 6% for 6 months to 5 years of service. B. Eight Paid Holidays (provided employee has worked 5 consecutive days before and the working day after the holiday): New Years's Day; Memorial Day; Independence Day; Labor Day; Veteran's Day; Thanksgiving Day and the Friday after Thanksgiving Day, and Christmas Day.---------------------------------------------------------------- ENGI0066-039 06/01/2014 Rates FringesPOWER EQUIPMENT OPERATOR Pump........................$ 28.36 18.10---------------------------------------------------------------- ENGI0542-038 09/10/2014 Rates FringesPOWER EQUIPMENT OPERATOR Backhoe/ Excavator/ Trackhoe, Bulldozer, Hoist (With Two Towers), Mechanic, Loader............$ 32.41 22.33 Bobcat/ Skid Steer/ Skid Loader, Roller..............$ 32.33 22.31 Concrete Pump...............$ 29.92 21.60 Crane.......................$ 32.70 22.41 Forklift (20 ft and over, excludes masonry work)......$ 38.80 23.58 Forklift (Lull or similar, excludes masonry work)......$ 34.87 23.05 Hoist (Single Drum), Forklift (under 20 ft)......$ 29.49 21.47 Oiler.......................$ 27.78 20.96 Pump........................$ 28.35 21.14---------------------------------------------------------------- IRON0489-015 07/01/2016 Rates FringesIRONWORKER (Ornamental, Structural, & Reinforcing).......$ 31.57 28.50----------------------------------------------------------------* LABO0130-011 05/01/2017 Rates FringesLABORER Asbestos Abatement: Removal from Floors, Walls, Ceilings and Mechanical Systems..........$ 22.80 16.88 Common or General; Concrete Worker.............$ 20.80 16.88 Forklift (Masonry Work Only).......................$ 24.87 16.88 Mason Tender-Brick..........$ 23.32 16.88 Mason Tender-Stone..........$ 23.32 16.88 Scaffold Builder (Brick and Masonry only)...........$ 23.32 16.88---------------------------------------------------------------- PAIN0041-002 05/01/2014 Rates FringesPAINTER (Brush, Roller, Spray, and Drywall Finishing/Taping)................$ 27.95 16.12---------------------------------------------------------------- PLAS0592-038 06/01/2017 Rates FringesCEMENT MASON/CONCRETE FINISHER...$ 33.00 11.63---------------------------------------------------------------- PLUM0524-011 07/07/2014 Rates FringesPLUMBER..........................$ 39.89 19.27---------------------------------------------------------------- PLUM0524-012 07/07/2014 Rates FringesPIPEFITTER (Includes HVAC Pipe Installation)...............$ 39.89 19.27---------------------------------------------------------------- ROOF0030-012 05/01/2016 Rates FringesROOFER (Excludes Metal Roof Installation and Waterproofing)...................$ 35.15 28.69---------------------------------------------------------------- SFPA0669-004 04/01/2017 Rates FringesSPRINKLER FITTER (Fire Sprinklers)......................$ 37.40 21.49---------------------------------------------------------------- SHEE0044-010 05/01/2016 Rates FringesSHEET METAL WORKER (Includes HVAC Duct and Metal Roof Installation)....................$ 30.33 21.94----------------------------------------------------------------* UAVG-PA-0020 01/01/2016 Rates FringesLABORER: Mason Tender - Cement/Concrete..................$ 24.12 15.99---------------------------------------------------------------- SUPA2011-053 08/20/2014 Rates FringesOPERATOR: Drill.................$ 28.55 15.78 OPERATOR: Gradall...............$ 32.70 18.43 OPERATOR: Grader/Blade..........$ 32.51 17.98 OPERATOR: Paver (Asphalt, Aggregate, and Concrete).........$ 33.01 18.37 ROOFER: Waterproofing Only.......$ 28.60 18.02 TRUCK DRIVER: Dump Truck........$ 23.36 7.60----------------------------------------------------------------WELDERS - Receive rate prescribed for craft performingoperation to which welding is incidental.================================================================ Note: Executive Order (EO) 13706, Establishing Paid Sick Leavefor Federal Contractors applies to all contracts subject to theDavis-Bacon Act for which the contract is awarded (and anysolicitation was issued) on or after January 1, 2017. If thiscontract is covered by the EO, the contractor must provideemployees with 1 hour of paid sick leave for every 30 hoursthey work, up to 56 hours of paid sick leave each year.Employees must be permitted to use paid sick leave for theirown illness, injury or other health-related needs, includingpreventive care; to assist a family member (or person who islike family to the employee) who is ill, injured, or has otherhealth-related needs, including preventive care; or for reasonsresulting from, or to assist a family member (or person who islike family to the employee) who is a victim of, domesticviolence, sexual assault, or stalking. Additional informationon contractor requirements and worker protections under the EOis available at whd/govcontracts.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 DECISIONSee attached document: P03 Aethon J_A Redacted.See attached document: Spec 101123 Tackboards.See attached document: Sketch 1_Pharmacy Compounding Area.See attached document: 01-A901_SIGNAGE_PLAN.See attached document: 01-Signage_Spec_10_14_00.End of Document ................
................

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

Google Online Preview   Download

To fulfill the demand for quickly locating and searching documents.

It is intelligent file search solution for home and business.

Literature Lottery

Related searches