information regarding bidding material, … · web viewsubmit sealed offers (one (1) original bound...

130
1. SOLICITATION NUMBER 2. TYPE OF SOLICITATION 3. DATE ISSUED PAGE OF PAGES 4. CONTRACT NUMBER 5. REQUISITION/PURCHASE REQUEST NUMBER 6. PROJECT NUMBER 7. ISSUED BY CODE 8. ADDRESS OFFER TO a. NAME b. TELEPHONE NUMBER (Include area code) (NO COLLECT CALLS) 10. THE GOVERNMENT REQUIRES PERFORMANCE OF THE WORK DESCRIBED IN THESE DOCUMENTS (Title, identifying number, date) 12a. THE CONTRACTOR MUST FURNISH ANY REQUIRED PERFORMANCE AND PAYMENT BONDS? (If "YES," indicate within how many calendar days after award in Item 12B.) 12b. CALENDAR DAYS 13. ADDITIONAL SOLICITATION REQUIREMENTS: STANDARD FORM 1442 (REV. 8/2014) STANDARD FORM 1442 Prescribed by GSA-FAR (48 CFR) 52.236-1(d) SOLICITATION, OFFER, AND AWARD (Construction, Alteration, or Repair) SOLICITATION SOLICITATION IMPORTANT - The "offer" section on the reverse must be fully completed by offeror. 9. FOR INFORMATION CALL: NOTE: In sealed bid solicitations "offer" and "offeror" mean "bid" and "bidder". SEALED BID (IFB) NEGOTIATED (RFP) 11. The Contractor shall begin performance within ____________ calendar days and complete it within ____________calendar days after receiving award, notice to proceed. This performance period is mandatory negotiable. (See _____________________________). YES NO a. Sealed offers in original and ___________________copies to perform the work required are due at the place specified in Item (hour) local time _____________________ (date). If this is a sealed bid solicitation, offers must be publicly opened at tha envelopes containing offers shall be marked to show the offeror's name and address, the solicitation number, the date and ti b. An offer guarantee is, is not required. c. All offers are subject to the (1) work requirements, and (2) other provisions and clauses incorporated in the solicitation i . d. Offers providing less than _______________________ calendar days for Government acceptance after the date offers are due wil considered and will be rejected. 1 98 VA101-16-R-0175 X 549-09-708 Department of Veterans Affairs Office of Construction and Facilities Management (003C4D) 3001 Green Bay Rd Bldg 48 North Chicago IL 60064 Same as Block 7. Tiffany Rivers 202-839-2678 VA North Texas Health Care System - DESIGN BID BUILD The Department of Veteran Affairs (VA) North Texas Health Care System has a requirement to build a Learning Center on the existing site of Building 2J first floor on the campus of Dallas, Texas VAMC. Contractor shall furnish all labor, equipment, materials, tools, and supervision to include testing, disposal services and engineering services. The project magnitude is between $1,000,000.00 and $5,000,000.00 NAICS code 236220 Size Standard 36.5 Million The solicitation is 100% set-aside for Service Disabled Veteran Owned Small Businesses (SDVOSB) and must conform to CFR 125.15. Joint Ventures must also conform to CFR 13 CFR 125015 with legally binding agreement and JV registered in CVE. Pre-proposal site visit scheduled for Tuesday August 9, 2016 @ 11:00 am CST. All offerors presence highly recommended. Requests for Information (RFI's) due no later than Tuesday August 16, 2016 @ 4:30 pm CST. RFI must be submitted in writing to the Contract Specialist. Offerors are responsible for monitoring and downloading all amendments and documents from FedBizOpps, https://fbo.gov. 30 260 X X 52.211-10 X 15 2 CD's 2:00 pm CST 08-25-2016 X 120

Upload: phamtram

Post on 10-Apr-2018

214 views

Category:

Documents


2 download

TRANSCRIPT

Page 1: INFORMATION REGARDING BIDDING MATERIAL, … · Web viewSubmit sealed offers (one (1) original bound and two (2) CDs copies in .pdf format by either method below to: 1. Submit proposal

1. SOLICITATION NUMBER 2. TYPE OF SOLICITATION 3. DATE ISSUED PAGE OF PAGES

4. CONTRACT NUMBER 5. REQUISITION/PURCHASE REQUEST NUMBER 6. PROJECT NUMBER

7. ISSUED BY CODE 8. ADDRESS OFFER TO

a. NAME b. TELEPHONE NUMBER (Include area code) (NO COLLECT CALLS)

10. THE GOVERNMENT REQUIRES PERFORMANCE OF THE WORK DESCRIBED IN THESE DOCUMENTS (Title, identifying number, date)

12a. THE CONTRACTOR MUST FURNISH ANY REQUIRED PERFORMANCE AND PAYMENT BONDS? (If "YES," indicate within how many calendar days after award in Item 12B.)

12b. CALENDAR DAYS

13. ADDITIONAL SOLICITATION REQUIREMENTS:

STANDARD FORM 1442 (REV. 8/2014)STANDARD FORM 1442Prescribed by GSA-FAR (48 CFR) 52.236-1(d)

SOLICITATION, OFFER,AND AWARD

(Construction, Alteration, or Repair)

SOLICITATIONSOLICITATION

IMPORTANT - The "offer" section on the reverse must be fully completed by offeror.

9. FOR INFORMATION CALL:

NOTE: In sealed bid solicitations "offer" and "offeror" mean "bid" and "bidder".

SEALED BID (IFB)

NEGOTIATED (RFP)

11. The Contractor shall begin performance within ____________ calendar days and complete it within ____________ calendar days after receivingaward, notice to proceed. This performance period is mandatory negotiable. (See _____________________________).

YES NO

a. Sealed offers in original and ___________________copies to perform the work required are due at the place specified in Item 8 by _____________(hour) local time _____________________ (date). If this is a sealed bid solicitation, offers must be publicly opened at that time. Sealedenvelopes containing offers shall be marked to show the offeror's name and address, the solicitation number, the date and time offers are due.

b. An offer guarantee is, is not required.

c. All offers are subject to the (1) work requirements, and (2) other provisions and clauses incorporated in the solicitation in full text or by reference. .

d. Offers providing less than _______________________ calendar days for Government acceptance after the date offers are due will not be considered and will be rejected.

1 98VA101-16-R-0175

X

549-09-708

Department of Veterans AffairsOffice of Construction andFacilities Management (003C4D)3001 Green Bay Rd Bldg 48North Chicago IL 60064

Same as Block 7.

Tiffany Rivers 202-839-2678

VA North Texas Health Care System - DESIGN BID BUILD The Department of Veteran Affairs (VA) North Texas Health Care System has a requirement to build a Learning Center onthe existing site of Building 2J first floor on the campus of Dallas, Texas VAMC. Contractor shall furnish all labor,equipment, materials, tools, and supervision to include testing, disposal services and engineering services. The project magnitude is between $1,000,000.00 and $5,000,000.00NAICS code 236220 Size Standard 36.5 Million The solicitation is 100% set-aside for Service Disabled Veteran Owned Small Businesses (SDVOSB) and must conform to CFR125.15. Joint Ventures must also conform to CFR 13 CFR 125015 with legally binding agreement and JV registered in CVE. Pre-proposal site visit scheduled for Tuesday August 9, 2016 @ 11:00 am CST. All offerors presence highly recommended.Requests for Information (RFI's) due no later than Tuesday August 16, 2016 @ 4:30 pm CST. RFI must be submitted inwriting to the Contract Specialist. Offerors are responsible for monitoring and downloading all amendments and documents from FedBizOpps, https://fbo.gov.

30 260X X 52.211-10

X 15

2 CD's 2:00 pm CST08-25-2016

X

120

Page 2: INFORMATION REGARDING BIDDING MATERIAL, … · Web viewSubmit sealed offers (one (1) original bound and two (2) CDs copies in .pdf format by either method below to: 1. Submit proposal

14. NAME AND ADDRESS OF OFFEROR 15. TELEPHONE NUMBER

16. REMITTANCE ADDRESS

CODE FACILITY CODE

17. The offeror agrees to perform the work required at the prices specified below in strict accordance with the terms of the solicitation, if this offer isaccepted by the Government in writing within __________ calendar days after the date offers are due.

AMOUNTS

18. The offeror agrees to furnish any required performance and payment bonds.

19. ACKNOWLEDGMENT OF AMENDMENTS

AMENDMENTNUMBER

DATE.

20a. NAME AND TITLE OF PERSON AUTHORIZED TO SIGN OFFER 20b. SIGNATURE 20c. OFFER DATE

21. ITEMS ACCEPTED:

22. AMOUNT 23. ACCOUNTING AND APPROPRIATION DATA

24. SUBMIT INVOICES TO ADDRESS SHOWN IN ITEM 25. OTHER THAN FULL AND OPEN COMPETITION PURSUANT TO10 U.S.C. 2304(c)( ) 41 U.S.C. 3304(a) ( )

26. ADMINISTERED BY 27. PAYMENT WILL BE MADE BY

PHONE: FAX:

28. NEGOTIATED AGREEMENT 29. AWARD YourContractor agrees offer on this solicitation is hereby accepted as to the items listed. This

to furnish and deliver all items or perform all work requirements identified award consummates the contract, which consists of (a) the Governmenton this form and any continuation sheets for the consideration stated in solicitation and your offer, and (b) this contract award. No further cont-this contract. The rights and obligations of the parties to this contract ractual document is necessary.shall be governed by (a) this contract award, (b) the solicitation, and (c)the clauses, representations, certifications, and specifications incorporatedby reference in or attached to this contract.

30a. NAME AND TITLE OF CONTRACTOR OR PERSON AUTHORIZED 31a. NAME OF CONTRACTING OFFICERTO SIGN

30b. SIGNATURE 30c. DATE 31b. UNITED STATES OF AMERICA 31c. AWARD DATE

BY

OFFER

AWARD

STANDARD FORM 1442 (REV. 8/2014) BACK

(Include ZIP Code) (Include area code)

(Include only if different than Item 14.)

(Insert any number equal to or greater thanthe minimum requirement stated in Item 13d. Failure to insert any number means the offeror accepts the minimum in Item 13d.)

(The offeror acknowledges receipt of amendments to the solicitation -- give number and date of each)

(Type or print)

(4 copies unless otherwise specified)

(Type or print)(Type or print)

(Contractor is required to sign thisdocument and return _______ copies to issuing office.)

(Contractor is not required to sign this document.)

(Must be fully completed by offeror)

(To be completed by Government)

CONTRACTING OFFICER WILL COMPLETE ITEM 28 OR 29 AS APPLICABLE

Department of Veterans AffairsOffice of Construction andFacilities Management (003C4D)3001 Green Bay Road Bldg 48North Chicago IL 60064

Department of Veterans AffairsFMS-VA-2(101)Financial Services CenterPO Box 149971Austin TX 78714-9971

Page 2 of 98

Page 3: INFORMATION REGARDING BIDDING MATERIAL, … · Web viewSubmit sealed offers (one (1) original bound and two (2) CDs copies in .pdf format by either method below to: 1. Submit proposal

SCHEDULE OF CONTRACT LINE ITEMS AND PRICES/COSTSPRICE: Offeror shall note that evaluation will be based on total price for base CLIN 1. In accordance with this Request For Proposal, the contract drawings and specifications and amendments to either, the work of each Contract Line Item as defined herein in general terms includes, but is not limited to, provision of all labor, materials, tools, equipment, transportation, management, supervision, quality control and all other necessary services and performance of all construction services and incidental related work for completion of Learning Center.

CLIN 1 BASE CLIN: CLIN 1 is defined in general terms as cost for all labor, equipment, and materials necessary to perform all work as referenced on drawings and in specifications for Project 549-09-708, to prepare the existing site for the new Learning Center and construct the new Learning Center of the North Texas Health Care System, Dallas Veteran Affairs Medical Center (VAMC) Campus.

$_______________

Additionally, Offerors shall write the lump sum price for Base CLIN 1 in Block 17 of the 1442 along with number of days for Government acceptance.

Cost Range is between $1,000,000 and $2,000,000.

Scope of WorkProject Title: New Learning Center

Project PO: 549-09-708

Contractor is to provide all labor, equipment, materials, tools, and supervision to include testing, disposal services and engineering services to prepare the existing site for the new learning center and construct the new learning center at the Dallas VA medical center. Work will include general construction activities including partial demolition required for new construction, new room and space configurations with new floor, wall and ceiling finishes. Additional work includes, but is not limited to new mechanical, electrical, plumbing, fire protection, civil and structural systems and other items as required in accordance with (IAW) the construction plans and specifications, SOW and VA master specifications which are located on Veteran Affairs Technical Information Library site http://www.cfm.va.gov/TIL/. The contractor must follow medical center rules, regulations and policies to include OSHA standards.

Page 3 of 98

Page 4: INFORMATION REGARDING BIDDING MATERIAL, … · Web viewSubmit sealed offers (one (1) original bound and two (2) CDs copies in .pdf format by either method below to: 1. Submit proposal

The project site is located on the first floor of Building 2J on the Dallas Veteran Affairs Medical Center (VAMC) campus located at 4500 South Lancaster Road, Dallas, Texas. The completed project will provide 85 office spaces created by using system furniture and partitions. The construction consists of demolishing the existing lead painted structural steel to be cut at abated sections. The existing adjacent walls to the opening of the Learning Center site are covered with a temporary plastic sheeting wall system to minimize rainfall from migrating into the adjacent buildings.  The contractor shall maintain this system and or devise a system to address moisture from entering the adjacent buildings.  After the Learning Center building along with the adjacent building roofing and tie-ends are completed to control exterior moisture from entering the learning center site and the Learning Center HVAC is installed and functional, the wall/remediating materials are to be removed.

All existing debris shall be removed from the entire site (including the open areas surrounding the site). The existing concrete slab shall be prepped to receive a new 2” topping slab. The new building shall be built with structural studs and structural metal trusses. The outside skin of the building shall be insulated with metal panels and the roof membrane shall utilize a TPO system. The adjacent existing roofs on all four sides shall be removed down to the decks and provide three to five feet back from the new building to allow for those roofs to be tied in to the new walls with new roofing to match the existing stainless steel flashing and exterior grade roof/wall expansion joints. The northwest corner of the existing roof deck will need to be extended to accommodate an area that was previously demolished too far back. The existing roof edges in the northwest corner shall be supported by new load bearing CMU walls. All interior finishes in the main in the main corridor, the SCI corridor and the Clinical side waiting rooms that surround the Learning Center site shall be renovated by the VA Construction group. Please reference sheet A-003.  Contractor is to coordinate with the VA Construction group on the removal of temporary walls that already exist around the site.  This coordination is to reduce water infiltration, reduce gain and loss of conditioned and outside air and minimize damages and do-overs. The total affected area approximately = 6,150 GSF (new building).

Upon receiving the NTP, the contractor will have 260 calendar days to complete the project.

A. Source Selection Procedures

1. Source Selection Overview: In accordance with FAR 15.3, the objective of source selection is to select the proposal that represents the best value. A contracting officer is designated as the source selection authority (SSA), unless the agency head appoints another individual. The SSA establishes an evaluation team that includes appropriate contracting, legal, and technical expertise to ensure a comprehensive evaluation of offers. The award decision is based on evaluation factors and significant sub-factors that are tailored to the acquisition. The factors represent the key areas of importance and emphasis to be considered in the source selection decision.

2. Evaluation: The proposal evaluation is an assessment of the proposal and the offeror’s ability to perform the prospective contract successfully. The technical, price, and source selection boards will evaluate competitive proposals and then assess their qualities solely on the factors and sub-factors specified in the solicitation. Evaluations may be conducted using any rating method or combination of methods, including color or adjectival ratings, numerical weights, and ordinal rankings. The relative

Page 4 of 98

Page 5: INFORMATION REGARDING BIDDING MATERIAL, … · Web viewSubmit sealed offers (one (1) original bound and two (2) CDs copies in .pdf format by either method below to: 1. Submit proposal

strengths, deficiencies, significant weaknesses, and risks supporting proposal evaluation shall be documented in the contract file.

3. Past Performance: Past performance information is one indicator of an offeror’s ability to perform the contract successfully. The currency and relevance of the information, source of the information, context of the data, and general trends in contractor’s performance shall be considered. This comparative assessment of past performance information is separate from the responsibility determination required under FAR Subpart 9.1.

4. Tradeoff Source Selection: If tradeoffs are performed, the source selection records shall include an assessment of each offeror’s ability to accomplish the technical requirements; and a summary, matrix, or quantitative ranking, along with appropriate supporting narrative, of each technical proposal using the evaluation factors.

5. SSA’s Final Decision: The SSA’s decision shall be based on a comparative assessment of proposals against all source selection criteria in the solicitation. While the SSA may use reports and analyses prepared by others, the source selection decision shall represent the SSA’s independent judgment. The source selection decision shall be documented, and the documentation shall include the rationale for any business judgments and tradeoffs made or relied on by the SSA, including benefits associated with additional costs. Although the rationale for the selection decision must be documented, that documentation need not quantify the tradeoffs that led to the decision.

6. The Government intends to award a contract or contracts resulting from this solicitation to the responsible offeror(s) whose proposal(s) represents the best value after evaluation in accordance with the factors and subfactors in the solicitation. The Government intends to evaluate proposals and award a contract without discussions with offerors (except clarifications as described in FAR 15.306(a)). Therefore, the offeror’s initial proposal should contain the offeror’s best terms from a cost or price and technical standpoint. The Government reserves the right to conduct discussions if the Contracting Officer later determines them to be necessary. If the Contracting Officer determines that the number of proposals that would otherwise be in the competitive range exceeds the number at which an efficient competition can be conducted, the Contracting Officer may limit the number of proposals in the competitive range to the greatest number that will permit an efficient competition among the most highly rated proposals.

Schedule Objectives - The anticipated completion of this project is 260 calendar days upon “Notice to Proceed” (NTP).

Tentative Schedule:

Request for proposal issued July 26, 2016

Site visit (pre-proposal visit) August 9, 2016

Written Request for Information on or before August 16, 2016 (all request must be in writing and emailed to the Contracting Specialist by the deadline stated)

Page 5 of 98

Page 6: INFORMATION REGARDING BIDDING MATERIAL, … · Web viewSubmit sealed offers (one (1) original bound and two (2) CDs copies in .pdf format by either method below to: 1. Submit proposal

Proposal Submitted (due date) August 25, 2016

Contract award September 16, 2016

Notice to Proceed September 16, 2016

Construction completion/ final inspection/ 260 days from NTP custody receipt

B. Selection Criteria and Weightings

BASIS FOR AWARD:1. Selection of an offeror for contract award will be made on the basis of an assessment of each offeror’s response to the Request for Proposal (RFP). This contract will be awarded as a Firm Fixed Price with 260 days period of performance. This is a competitive source selection process, and as such will be conducted in accordance with FAR Part 15, Part 36 and VAAR Part 836. No incentives are included. The contract will be awarded on a "Best Value Tradeoff" basis. In accordance with FAR 15.304(e), the technical factors, when combined, are approximately equal to cost or price. Award will be made to the offeror whose price and technical proposals provide the best overall value to the Government. Importance of price will increase if offerors in the competitive range are essentially equal in terms of technical capability, or if a price is so significantly high as to diminish the value of technical superiority to the Government.

C. PROPOSAL REQUIREMENTS

A. Proposals shall be based on solicitation documents issued for RFP solicitation Number VA101-16-R-0175. Proposals will be in the format stipulated within this section.

B. Proposals shall be received by due date August 25, 2016 @ 2:00p.m. CST. There will be no public opening of the proposals

C. Submit sealed offers (one (1) original bound and two (2) CDs copies in .pdf format by either method below to:1. Submit proposal packages to the Department of Veterans Affairs, Construction & Facilities Management.

By Mail Delivery: VA Construction & Facilities Management Attn: Tiffany Rivers, Contracting Specialist 3001 Green Bay Road Bldg 48 Rm 212 North Chicago, IL 60064 or

2. Hand carry only (Monday – Friday, 7:00a.m. – 1:00p.m. CST) VA Construction & Facilities Management Attn: Tiffany Rivers, Contracting Specialist 3001 Green Bay Road, Bldg 48 Rm 212 North Chicago, IL 60064

D. Technical and Price sections of the Offeror’s proposals will be evaluated independently. Offeror shall separately bind each section. Each section shall be labeled with the Offeror's organization, business address, and VA Project Number. Offerors shall affix their names and return addresses on their envelope/packaging. Submit one (1) original and two (2) CDs of the Technical proposal and Price proposal.

Page 6 of 98

Page 7: INFORMATION REGARDING BIDDING MATERIAL, … · Web viewSubmit sealed offers (one (1) original bound and two (2) CDs copies in .pdf format by either method below to: 1. Submit proposal

E. Carefully follow “INSTRUCTIONS, CONDITIONS AND OTHER STATEMENTS TO BIDDERS/OFFERORS”. Standard Form 1442, Solicitation, Offer and Award (Construction, Alteration or Repair) shall be used for submitting cost offers. Submit original and five (5) copies plus CD of Standard Form 1442 with a bid guarantee as stipulated in “INSTRUCTIONS, CONDITIONS AND OTHER STATEMENTS TO BIDDERS/OFFERORS”

1. Offeror shall submit separate prices for any Bid Items indicated on the RFP Offer and award; 2. Offeror shall include all required Representations and Certifications; and acknowledge receiving amendments by number.

C1. Proposal Revisions (FAR 52.215-1)

A. If determined to be necessary, proposal revisions will be requested from the proposals received. The Contracting Officer will identify those Offerors, whose proposals are within the competitive range, considering the selection criteria identified in this section. Negotiations may be conducted with those Offerors falling within the competitive range, after which proposal revisions will be requested. Those selected as within the competitive range will be given an opportunity to prepare their proposal revisions. Sealed proposal revisions will be submitted as per Part C. Proposal Requirements Section C. 1. above, and will be due at a time and place to be determined.

B. Offerors submitting proposal revisions will re-submit entire proposal including changes on a CD. Offerors shall provide necessary changes to individual paragraphs, as briefly as possible, together with a table of contents that clarifies where within the initial proposal the additional information or changed documents would be placed. Proposal revisions shall include a completed Standard Form 1442, Solicitation, Offer and Award (Construction, Alteration or Repair) that acknowledges receiving all amendments, by number. A new bid bond shall be submitted only if the final proposal revisions to Offeror’s price proposal are greater than Offeror’s initial price proposal.

C2. TECHNICAL PROPOSAL REQUIREMENTS

A. TECHNICAL PROPOSAL – The technical proposal shall be limited to no more than 80 double-sided or 160 single-sided, 8 ½” x 11” pages and shall address the evaluation factors. Pages beyond the stated limit will NOT be considered. Offeror is required to submit one (1) original documents (bound) and two (2) electronic copies on CD (PDF format). Offerors shall prepare Technical proposals with the Selection Criteria and Evaluation Factors in mind, in terms of both content and organization, to facilitate the evaluation. NO EMAILED OR FAXED PROPOSALS WILL BE ACCEPTED.

Technical proposals shall be tabbed and contain the following in the below order:

a. TAB 1- Cover Page with solicitation Number, Project Title, Company information to include; Company’s name, DUNNS Number, CAGE Code, Tax ID number, Principle points of contact, EMAIL address, mailing address, phone numbers, etc.

b. TAB 2 - A copy of the executed Standard Form 1442, Solicitation, Offer and Award (Construction, Alteration or Repair) do not include page 2 “Offer” of SF 1442. Instructions for price proposals are provided in Section C3. Price Proposal Requirements below.

c. TAB 3 - Response to all Evaluation Factors (organized and presented in the order as shown on the solicitation)

d. TAB 4 - Past Performance Referencese. TAB 5 - Resumes of Key Personnel for this contractf. TAB 6 - EMR documentationg. TAB 7 - OSHA 300 report

Page 7 of 98

Page 8: INFORMATION REGARDING BIDDING MATERIAL, … · Web viewSubmit sealed offers (one (1) original bound and two (2) CDs copies in .pdf format by either method below to: 1. Submit proposal

h. TAB 8 - CVE verification letter

EVALUATION FACTORS. The areas of consideration for evaluation of proposals will be established in the RFP. Each offeror’s proposal will be evaluated independently based on the offeror’s response to the criteria.

The technical evaluation factors are detailed below. For evaluation purposes, each of the factors is of equal importance. Each of the sub-factors is of equal importance. All non-price factors, when combined, are of equal importance to cost/price.

FACTOR 1 – MANAGEMENT APPROACH

The Government will evaluate the quality of the offeror’s management approach. When evaluating the management approach, the Government will consider highly qualified offerors to be those who provide structured and organized processes, and responsibilities of the team members. The offeror’s plan to assure and control project quality throughout the life of the project will be evaluated as well as its detailed organizational chart showing clear lines of authority within the quality control organization.

1.1 Management Approacha. Offerors shall describe how the project is to be structured and organized and how the renovation processes will be managed. They should demonstrate ability to staff the project for the scope of work required; describe how the construction team will be structured, i.e. how many firms are involved and the responsibility of each firm for this project; and indicate the responsibilities of each member of the project team. The Offeror shall include project schedules for current and pending projects, as well as the anticipated impact of this award on prior commitments and how award of this contract will affect those commitments.

b. Offerors should provide a project organization chart that promotes a logical flow of authority and best summarizes the resources and personnel to be used on the project and how this organization will interface with the Government. The offeror should indicate the extent to which resources and personnel will be drawn from various sources: in-house, subcontractor, and/or separate consultant firms.

In accordance with FAR 52.219-14 Limitations on Subcontracting

a. Applicability. This clause applies only to— (1) Contracts that have been set aside or reserved for small business concerns or 8(a) concerns;(2) Part or parts of a multiple-award contract that have been set aside for small business concerns or 8(a) concerns; and(3) Orders set aside for small business or 8(a) concerns under multiple-award contracts as described in 8.405-5 and 16.505(b)(2)(i)(F).b. By submission of an offer and execution of a contract, the Offeror/Contractor agrees that in performance of the contract in the case of a contract for—(1) Services (except construction). At least 50 percent of the cost of contract performance incurred for personnel shall be expended for employees of the concern.(2) Supplies (other than procurement from a non-manufacturer of such supplies). The concern shall perform work for at least 50 percent of the cost of manufacturing the supplies, not including the cost of materials.(3) General construction. The concern will perform at least 15 percent of the cost of the contract, not including the cost of materials, with its own employees.(4) Construction by special trade contractors. The concern will perform at least 25 percent of the cost of the contract, not including the cost of materials, with its own employees

Page 8 of 98

Page 9: INFORMATION REGARDING BIDDING MATERIAL, … · Web viewSubmit sealed offers (one (1) original bound and two (2) CDs copies in .pdf format by either method below to: 1. Submit proposal

1.2 Quality Control/Risk Assessmenta. Offerors should describe the steps planned to assure and control project quality throughout the lifespan of the project, and the ability to establish and maintain project quality from contract award through construction completion.

b. The proposal should show an organization chart depicting the proposed QC organization, clearly indicating responsibilities and lines of authority. The offeror should indicate the extent to which QC personnel will be drawn from various sources: in-house, subcontractor, and/or separate QC management firm. It should also explain how the QC organization would provide adequate control and coverage as the volume of monthly work-in-place (WIP), number of trades, and/or volume of on-site worker increases during peak construction.

1.3 Safety and Infection Control

a. The Offeror shall demonstrate knowledge of and experience and compliance with OSHA, NFPA and VA requirements for safety during construction. The Offeror shall describe methods to be used to ensure that an OSHA certified Competent Person will maintain a presence at the work site whenever work is being done. The Offeror shall describe methods to be used to ensure all workers shall have received the required minimum 10-hour OSHA training. Superintendents are required to have 30-hour OSHA training.

b. The Offeror shall describe the qualifications, experience, duties, and authority of the QC/Safety Manager who will be assigned to monitor the Offeror's personnel (including subcontractors) for safety and quality job performance.

c. The Offeror shall describe the measures to be taken to protect VA Patients, Personnel, Visitors, and the General Public under this contract. The Offeror shall describe the measures to be taken to provide security to the construction area to protect from theft and vandalism, and unauthorized entry.

d. The Offeror shall describe their continuing education program(s) for personnel assigned to perform services under this contract.

e. The Offeror shall provide their current insurance Experience Modification Rate and discuss their experience with on-the-job injuries during the last two calendar years.

FACTOR 2 – TECHNICAL QUALIFICATIONS

The Government will evaluate the quality of the offeror’s technical qualifications. When evaluating technical qualifications the Government will consider highly qualified offerors to be those who have specific and relevant experience in construction on projects of a similar nature and size with in past 3 to 5 years, as defined in subfactor 2.1 below. The Government reserves the right to obtain information for use in the evaluation of technical qualifications from any and all sources including sources outside of the Government. The evaluation will take into account performance of key personnel regarding predecessor companies, if applicable. The offeror must provide the information requested below for technical qualifications evaluation or affirmatively state that it possesses no relevant, directly related, or similar qualifications.

2.1 Specialized ExperienceFor the purposes of this Solicitation, “a similar nature and size” is defined as construction with a dollar value of not less than $1,000,000.00. The offeror shall demonstrate its staff capability in performing general construction activities including partial demolition required for new construction, new room and space configurations with new floor, wall and ceiling finishes. Additional work includes, but is not limited to new mechanical, electrical, plumbing, fire protection, civil and structural systems and other items as required in accordance with (IAW) the construction plans and specifications, SOW and VA master specifications which are located on Veteran Affairs Technical Information Library site construction. Staff shall have expertise in all

Page 9 of 98

Page 10: INFORMATION REGARDING BIDDING MATERIAL, … · Web viewSubmit sealed offers (one (1) original bound and two (2) CDs copies in .pdf format by either method below to: 1. Submit proposal

aspects of construction work for similar projects. Offeror must provide at least 3 relevant projects within the last 5 years. Project descriptions must show relevant experience in construction and be pertinent to this solicitation.

2.2 Key Personnel Offerors are to identify the qualifications of all key personnel and their disciplines. The qualifications evaluation will consider relevant education, training, certification, experience and longevity with the proposed project. The offeror must provide proposed support team members in each discipline required to perform work and organizational chart. The construction firm, or proposed team, shall be familiar with construction practices, materials, standards, and design requirements.

FACTOR 3 – PAST PERFORMANCE

The assessment of the offeror’s past performance will be used as a means of evaluating the relative capability of the offeror to successfully meet the requirements of this RFP. The Government reserves the right to obtain information for use in the evaluation of past performance from any and all sources including sources outside of the Government. In accordance with FAR 15.503, offerors lacking relevant past performance history will not be evaluated favorably or unfavorably for past performance. However, the proposal of an offeror with no relevant past performance history, while rated neutral in past performance, may not represent the most advantageous proposal to the Government and thus, may be an unsuccessful proposal when compared by the SSB and SSA to the proposals of other offerors.

3.1 Past Performance ProjectsThe offeror should have relevant past performance on VA, other Federal or commercial contracts that can be demonstrated to be similar with respect to cost control, quality of work, and compliance with performance schedules. The offeror shall provide a minimum of three (not to exceed five) projects of comparable type, size, and complexity which were completed within the last five years, time is calculated from the date of the solicitation. The offeror must provide the following information for each project submitted:

public or private client completion date project location project description construction cost services provided

The offeror must provide the information requested above for past performance evaluation or affirmatively state that it possesses no relevant, directly related, or similar past performance.

3.2 Client Satisfaction QuestionnaireThe offeror shall provide a Client Satisfaction Questionnaire for each project submitted in Subfactor 3.1 above. The Client Questionnaire shall be completed by the referenced project’s POC (Contracting Officer/Company Project POC, etc.) the questionnaire shall be signed, dated and have the following contact information: Name, Address, Position, Phone Number, and email address. The completed form shall be emailed to the Contract Specialist ([email protected]) by the Client. Questionnaires submitted to the Contract Specialist directly by the offeror will not be accepted. The Client may be contacted to verify information.

Page 10 of 98

Page 11: INFORMATION REGARDING BIDDING MATERIAL, … · Web viewSubmit sealed offers (one (1) original bound and two (2) CDs copies in .pdf format by either method below to: 1. Submit proposal

RATING GUIDELINES. The following should be used as a guide in determining overall technical acceptability of each Evaluation Factor and Sub-factor:

Exceptional (E)The proposal demonstrates an outstanding approach, which significantly exceeds the stated requirements. There is little or no risk of failure to meet the RFP requirements. A complete understanding of the solicitation is demonstrated.

Highly Acceptable (HA)The proposal demonstrates an above average approach, which is greater than the stated requirements. There is little risk of failure to meet the RFP requirements. An understanding of the solicitation is demonstrated and no apparent weaknesses are observed.

Acceptable (A)The proposal demonstrates an acceptable approach, which meets the stated requirements. There is minimal risk of failure to meet the RFP requirements. Weaknesses, if any, are minor.

Marginal (M)The proposal demonstrates an approach, which marginally meets the stated requirements. There is risk of failure to meet the RFP requirements. The proposal lacks essential information or is conflicting. Several weaknesses are apparent in the proposal.

Unacceptable (UA)The proposal demonstrates an approach which fails to meet the stated requirements. As submitted, the proposal lacks essential information and presents an unacceptable level of risk to the Government. Deficiencies are major or extensive.

C3. Price Proposal Requirements

The Offerors are required to prepare and submit the following price documents in a SEPARATE SEALED ENVELOPE MARKED: “PRICE PROPOSAL – DO NOT OPEN IN MAILROOM”. Submit one (1) original documents (bound) and two (2) electronic copies on CD (PDF format). NO EMAILED OR FAXED PRICE PROPOSALS WILL BE ACCEPTED.

Price proposals shall be tabbed and contain the following in the below order:

a. TAB 1 - Cover Page with solicitation Number, Project Title, Company information to include; Company’s name, DUNNS Number, CAGE Code, Tax ID number, Principle points of contact, EMAIL address, mailing address, phone numbers, etc.

b. TAB 2 - A copy of the executed PAGE 2 OFFER of the Standard Form 1442, Solicitation, Offer and Award (Construction, Alteration or Repair)

c. TAB 3 - One (1) executed copy of Representations and Certifications Formsd. TAB 4 - One executed Offer Guarantee/Bid Bond (SF-24)e. TAB 5 – Calculation of Self Performed Workf. TAB 6 - Price (lump sum bid)

i. Price Breakdown (General pricing breakdown)

* Total Labor for the entire project * Total Materials cost for the entire project *Total Overhead for the entire project *Total other Direct costs for entire project *Total G&A for the entire project

Page 11 of 98

Page 12: INFORMATION REGARDING BIDDING MATERIAL, … · Web viewSubmit sealed offers (one (1) original bound and two (2) CDs copies in .pdf format by either method below to: 1. Submit proposal

*Total Profit for the entire projectThis should be a one page summary consisting of the six lump sum figures to facilitate the VA review of pricing.

ii. Detailed breakdown

iii. Narrative

A detailed breakdown is to ensure price reasonableness determination as required by FAR and VAAR.

The objective of proposal analysis is to ensure that the final agreed-to price is fair and reasonable.

g. TAB - 7 Acknowledgement of all amendments

Submission Requirements: In accordance with the Request For Proposal, the contract drawings, specifications and amendments to either, the work of each Contract Line Item as defined herein in general terms includes, but is not limited to, provision of all labor, materials, tools, equipment, transportation, management, supervision, quality control and all other necessary services and incidental related work.

Page 12 of 98

Page 13: INFORMATION REGARDING BIDDING MATERIAL, … · Web viewSubmit sealed offers (one (1) original bound and two (2) CDs copies in .pdf format by either method below to: 1. Submit proposal

11-15

SECTION 01 00 00GENERAL REQUIREMENTS

TABLE OF CONTENTS

1.1 SAFETY REQUIREMENTS

1.2 GENERAL INTENTION

1.3 STATEMENT OF BID ITEM(S)

1.4 SPECIFICATIONS AND DRAWINGS FOR CONTRACTOR

1.5 CONSTRUCTION SECURITY REQUIREMENTS

1.6 OPERATIONS AND STORAGE AREAS

1.7 ALTERATIONS

1.8 DISPOSAL AND RETENTION

1.9 PROTECTION OF EXISTING VEGETATION, STRUCTURES, EQUIPMENT, UTILITIES, AND IMPROVEMENTS

1.10 RESTORATION

1.11 PHYSICAL DATA – NOT USED1.12 PROFESSIONAL SURVEYING SERVICES – NOT USED

1.13 LAYOUT OF WORK – NOT USED

1.14 AS-BUILT DRAWINGS

1.15 USE OF ROADWAYS

1.16 CONTRACTING OFFICERS REPRESENTATIVE (COR).'S FIELD OFFICE

1.17 TEMPORARY USE OF MECHANICAL AND ELECTRICAL EQUIPMENT

1.18 TEMPORARY USE OF EXISTING ELEVATORS

1.19 TEMPORARY USE OF NEW ELEVATORS – NOT USED

1.20 TEMPORARY TOILETS

1.21 AVAILABILITY AND USE OF UTILITY SERVICES

1.22 NEW TELEPHONE EQUIPMENT – NOT USED

1.23 TESTS

1.24 INSTRUCTIONS

1.25 GOVERNMENT-FURNISHED PROPERTY

1.26 RELOCATED, EQUIPMENT, ITEMS

1.27 STORAGE SPACE FOR DEPARTMENT OF VETERANS AFFAIRS EQUIPMENT – NOT USED

1.28 CONSTRUCTION SIGN – NOT USEDi

Page i of xcviii

Page 14: INFORMATION REGARDING BIDDING MATERIAL, … · Web viewSubmit sealed offers (one (1) original bound and two (2) CDs copies in .pdf format by either method below to: 1. Submit proposal

11-15

1.29 SAFETY SIGN – NOT USED

1.30 PHOTOGRAPHIC DOCUMENTATION – NOT USED

1.31 FINAL ELEVATION Digital Images – NOT USED

1.32 HISTORIC PRESERVATION – NOT USED

1.33 VA TRIRIGA

1.34 Construction Accident Prevention Plan Requirements

1.35 Construction Staging Area Requirements

ii

Page ii of xcviii

Page 15: INFORMATION REGARDING BIDDING MATERIAL, … · Web viewSubmit sealed offers (one (1) original bound and two (2) CDs copies in .pdf format by either method below to: 1. Submit proposal

11-15

SECTION 01 00 00GENERAL REQUIREMENTS

1.1 SAFETY REQUIREMENTS

Refer to section 01 35 26, SAFETY REQUIREMENTS for safety and infection

control requirements.

1.2 GENERAL INTENTION

A. Contractor shall completely prepare site for building operations,

including demolition and removal of existing structures, and furnish

labor and materials and perform work for the 1st floor Building 2J as required by drawings and specifications.

B. A pre-proposal conference is scheduled for August 9, 2016 @ 11:00 am

CST. Offerors presence is highly encouraged. No other site visits will

be scheduled.

C. Offices of SM Architects, PLLC, as Architect-Engineers, will render certain technical services during construction. Such services shall be

considered as advisory to the Government and shall not be construed as

expressing or implying a contractual act of the Government without

affirmations by Contracting Officer or his duly authorized

representative.

D. Not Used.

E. All employees of general contractor and subcontractors shall comply with

VA security management program and obtain permission of the VA police,

VA North Texas Health Care System General requirements

Dallas VA Medical Center

VA Project Number: 549-09-708

Learning Center Enclosure / Re-Procurement

SMA Project Number: 12049.00

00 01 15 - 1 April 21, 2016

Page 1 of 98

Page 16: INFORMATION REGARDING BIDDING MATERIAL, … · Web viewSubmit sealed offers (one (1) original bound and two (2) CDs copies in .pdf format by either method below to: 1. Submit proposal

11-15

be identified by project and employer, and restricted from unauthorized

access.

F. Not Used

G. Not Used

H. VHA Directive

1.3 STATEMENT OF BID ITEM(S)

VA North Texas Health Care System General requirements

Dallas VA Medical Center

VA Project Number: 549-09-708

Learning Center Enclosure / Re-Procurement

SMA Project Number: 12049.00

00 01 15 - 1 April 21, 2016

Page 2 of 98

Page 17: INFORMATION REGARDING BIDDING MATERIAL, … · Web viewSubmit sealed offers (one (1) original bound and two (2) CDs copies in .pdf format by either method below to: 1. Submit proposal

11-15

PRICE: Offeror shall note that evaluation will be based on total price for base CLIN 1. In accordance with this Request For Proposal, the contract drawings and specifications and amendments to either, the work of each Contract Line Item as defined herein in general terms includes, but is not limited to, provision of all labor, materials, tools, equipment, transportation, management, supervision, quality control and all other necessary services and performance of all construction services and incidental related work for completion of Learning Center.

CLIN 1 BASE CLIN: CLIN 1 is defined in general terms as cost for all labor, equipment, and materials necessary to perform all work as referenced on drawings and in specifications for Project 549-09-708, to prepare the existing site for the new Learning Center and construct the new Learning Center of the North Texas Health Care System, Dallas Veteran Affairs Medical Center (VAMC) Campus.

$_______________

Additionally, Offerors shall write the lump sum price for Base CLIN 1 in Block 17 of the 1442 along with number of days for Government acceptance.

Cost Range is between $1,000,000 and $2,000,000.

1.4 SPECIFICATIONS AND DRAWINGS FOR CONTRACTOR

A. AFTER AWARD OF CONTRACT, Drawings and contract documents may be obtained

from the website where the solicitation is posted. Additional copies

will be at Contractor's expense.VA North Texas Health Care System General requirements

Dallas VA Medical Center

VA Project Number: 549-09-708

Learning Center Enclosure / Re-Procurement

SMA Project Number: 12049.00

00 01 15 - 1 April 21, 2016

Page 3 of 98

Page 18: INFORMATION REGARDING BIDDING MATERIAL, … · Web viewSubmit sealed offers (one (1) original bound and two (2) CDs copies in .pdf format by either method below to: 1. Submit proposal

11-15

1.5 CONSTRUCTION SECURITY REQUIREMENTS

A. Security Plan:

1. The security plan defines both physical and administrative security

procedures that will remain effective for the entire duration of the

project.

2. The General Contractor is responsible for assuring that all sub-

contractors working on the project and their employees also comply

with these regulations.

B. Security Procedures:

1. General Contractor’s employees shall not enter the project site

without appropriate badge. They may also be subject to inspection of

their personal effects when entering or leaving the project site.

2. Before starting work the General Contractor shall give one week’s

notice to the Contracting Officer so that security escort

arrangements can be provided for the employees. This notice is

separate from any notices required for utility shutdown described

later in this section.

3. No photography of VA premises is allowed without written permission

of the Contracting Officer.

4. VA reserves the right to close down or shut down the project site and

order General Contractor’s employees off the premises in the event of

a national emergency. The General Contractor may return to the site

only with the written approval of the Contracting Officer.

C. Guards:

VA North Texas Health Care System General requirements

Dallas VA Medical Center

VA Project Number: 549-09-708

Learning Center Enclosure / Re-Procurement

SMA Project Number: 12049.00

00 01 15 - 1 April 21, 2016

Page 4 of 98

Page 19: INFORMATION REGARDING BIDDING MATERIAL, … · Web viewSubmit sealed offers (one (1) original bound and two (2) CDs copies in .pdf format by either method below to: 1. Submit proposal

11-15

1. Not Used.

2. Not Used.

3. Not Used.

D. Key Control:

1. The General Contractor shall provide duplicate keys and lock

combinations to the Contracting Officers Representative (COR). for the purpose of security inspections of every area of project

including tool boxes and parked machines and take any emergency

action.

2. The General Contractor shall turn over all permanent lock cylinders to the VA locksmith for permanent installation. See Section 08 71 00, DOOR HARDWARE and coordinate.

E. Document Control:

1. Before starting any work, the General Contractor/Sub Contractors

shall submit an electronic security memorandum describing the

approach to following goals and maintaining confidentiality of

“sensitive information”.

2. The General Contractor is responsible for safekeeping of all

drawings, project manual and other project information. This

information shall be shared only with those with a specific need to

accomplish the project.

3. Certain documents, sketches, videos or photographs and drawings may

be marked “Law Enforcement Sensitive” or “Sensitive Unclassified”.

Secure such information in separate containers and limit the access

to only those who will need it for the project. Return the

information to the Contracting Officer upon request.

VA North Texas Health Care System General requirements

Dallas VA Medical Center

VA Project Number: 549-09-708

Learning Center Enclosure / Re-Procurement

SMA Project Number: 12049.00

00 01 15 - 1 April 21, 2016

Page 5 of 98

Page 20: INFORMATION REGARDING BIDDING MATERIAL, … · Web viewSubmit sealed offers (one (1) original bound and two (2) CDs copies in .pdf format by either method below to: 1. Submit proposal

11-15

4. These security documents shall not be removed or transmitted from the

project site without the written approval of Contracting Officer.

5. All paper waste or electronic media such as CD’s and diskettes shall

be shredded and destroyed in a manner acceptable to the VA.

6. Notify Contracting Officer and Site Security Officer immediately when

there is a loss or compromise of “sensitive information”.

7. All electronic information shall be stored in specified location

following VA standards and procedures using an Engineering Document

Management Software (EDMS).

a. Security, access and maintenance of all project drawings, both

scanned and electronic shall be performed and tracked through the

EDMS system.

b. “Sensitive information” including drawings and other documents may

be attached to e-mail provided all VA encryption procedures are

followed.

F. Motor Vehicle Restrictions

1. Vehicle authorization request shall be required for any vehicle

entering the site and such request shall be submitted 24 hours before

the date and time of access. Access shall be restricted to picking up

and dropping off materials and supplies.

2. A limited number of (2 to 5) permits shall be issued for General

Contractor and its employees for parking in designated areas only.

1.6 OPERATIONS AND STORAGE AREAS

A. The Contractor shall confine all operations (including storage of

materials) on Government premises to areas authorized or approved by the

VA North Texas Health Care System General requirements

Dallas VA Medical Center

VA Project Number: 549-09-708

Learning Center Enclosure / Re-Procurement

SMA Project Number: 12049.00

00 01 15 - 1 April 21, 2016

Page 6 of 98

Page 21: INFORMATION REGARDING BIDDING MATERIAL, … · Web viewSubmit sealed offers (one (1) original bound and two (2) CDs copies in .pdf format by either method below to: 1. Submit proposal

11-15

Contracting Officer. 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.

B. Temporary buildings (e.g., storage sheds, shops, offices) and utilities

may be erected by the Contractor only with the approval of the

Contracting Officer and shall be built with labor and materials

furnished by the Contractor without expense to the Government. The

temporary buildings and utilities shall remain the property of the

Contractor and shall be removed by the Contractor at its expense upon

completion of the work. With the written consent of the Contracting

Officer, the buildings and utilities may be abandoned and need not be

removed.

C. The Contractor shall, under regulations prescribed by the Contracting

Officer, use only established roadways, or use temporary roadways

constructed by the Contractor when and as authorized by the 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.

D. Working space and space available for storing materials shall be as determined by the Contracting Officers Representative (COR).

E. Workmen are subject to rules of the VA Medical Center at Dallas, applicable to their conduct.

F. Execute work so as to interfere as little as possible with normal

functioning of the VA Medical Center at Dallas as a whole, including operations of utility services, fire protection systems and any existing

VA North Texas Health Care System General requirements

Dallas VA Medical Center

VA Project Number: 549-09-708

Learning Center Enclosure / Re-Procurement

SMA Project Number: 12049.00

00 01 15 - 1 April 21, 2016

Page 7 of 98

Page 22: INFORMATION REGARDING BIDDING MATERIAL, … · Web viewSubmit sealed offers (one (1) original bound and two (2) CDs copies in .pdf format by either method below to: 1. Submit proposal

11-15

equipment, and with work being done by others. Use of equipment and

tools that transmit vibrations and noises through the building

structure, are not permitted in buildings that are occupied, during

construction, jointly by patients or medical personnel, and Contractor's

personnel, except as permitted by Contracting Officers Representative (COR) where required by limited working space.

1. Do not store materials and equipment in other than assigned areas.

2. Schedule delivery of materials and equipment to immediate

construction working areas within buildings in use by Department of

Veterans Affairs in quantities sufficient for not more than two work

days. Provide unobstructed access to the VA Medical Center at Dallas areas required to remain in operation.

3. Where access by the VA Medical Center at Dallas personnel to vacated portions of buildings is not required, storage of Contractor's

materials and equipment will be permitted subject to fire and safety

requirements.

4. Utilities Services: Where necessary to cut existing pipes,

electrical wires, conduits, cables, etc., of utility services, or of

fire protection systems or communications systems (except telephone),

they shall be cut and capped at suitable places where shown; or, in

absence of such indication, where directed by Contracting Officers Representative (COR). All such actions shall be coordinated with the Utility Company involved:

G. Phasing: The Medical Center must maintain its operation 24 hours a day 7 days a week. Therefore, any interruption in service must be scheduled

and coordinated with the COR to ensure that no lapses in operation

occur. It is the CONTRACTOR'S responsibility to develop a work plan and

schedule detailing, at a minimum, the procedures to be employed, the

equipment and materials to be used, the interim life safety measure to

VA North Texas Health Care System General requirements

Dallas VA Medical Center

VA Project Number: 549-09-708

Learning Center Enclosure / Re-Procurement

SMA Project Number: 12049.00

00 01 15 - 1 April 21, 2016

Page 8 of 98

Page 23: INFORMATION REGARDING BIDDING MATERIAL, … · Web viewSubmit sealed offers (one (1) original bound and two (2) CDs copies in .pdf format by either method below to: 1. Submit proposal

11-15

be used during the work, and a schedule defining the duration of the

work with milestone subtasks. The work to be outlined shall include,

but not be limited to:

To insure such executions, Contractor shall furnish the COR with a

schedule of approximate phasing dates on which the Contractor intends to

accomplish work in each specific area of site, building or portion

thereof. In addition, Contractor shall notify the COR two weeks in

advance of the proposed date of starting work in each specific area of

site, building or portion thereof. Arrange such phasing dates to insure

accomplishment of this work in successive phases mutually agreeable to

Medical Center Director, COR and Contractor.

H. Building No. 2J, 1st Floor will be occupied during performance of work but immediate areas of alterations will be vacated.

Contractor shall take all measures and provide all material necessary

for protecting existing equipment and property in affected areas of

construction against dust and debris, so that equipment and affected

areas to be used in the Medical Centers operations will not be

hindered. Contractor shall permit access to Department of Veterans

Affairs personnel and patients through other construction areas which

serve as routes of access to such affected areas and equipment.

Coordinate alteration work in areas occupied by Department of

Veterans Affairs so that Medical Center operations will continue

during the construction period.

I. Construction Fence: Not Used.

J. When a building is turned over to Contractor, Contractor shall accept

entire responsibility therefore.

1. Contractor shall maintain a minimum temperature of 4 degrees C (40

degrees F) at all times, except as otherwise specified.

VA North Texas Health Care System General requirements

Dallas VA Medical Center

VA Project Number: 549-09-708

Learning Center Enclosure / Re-Procurement

SMA Project Number: 12049.00

00 01 15 - 1 April 21, 2016

Page 9 of 98

Page 24: INFORMATION REGARDING BIDDING MATERIAL, … · Web viewSubmit sealed offers (one (1) original bound and two (2) CDs copies in .pdf format by either method below to: 1. Submit proposal

11-15

2. Contractor shall maintain in operating condition existing fire

protection and alarm equipment. In connection with fire alarm

equipment, Contractor shall make arrangements for pre-inspection of

site with the Department of Veterans Affairs whichever will be

required to respond to an alarm from Contractor or Contractor's

Watchman.

K. Utilities Services: Maintain existing utility services for the VA Medical Center at Dallas at all times. Provide temporary facilities, labor, materials, equipment, connections, and utilities to assure

uninterrupted services. Where necessary to cut existing water, steam,

gases, sewer or air pipes, or conduits, wires, cables, etc. of utility

services or of fire protection systems and communications systems

(including telephone), they shall be cut and capped at suitable places

where shown; or, in absence of such indication, where directed by

Contracting Officers Representative (COR).

1. No utility service such as water, gas, steam, sewers or electricity,

or fire protection systems and communications systems may be

interrupted without prior approval of Contracting Officers Representative (COR). Electrical work shall be accomplished with all affected circuits or equipment de-energized. When an electrical

outage cannot be accomplished, work on any energized circuits or

equipment shall not commence without the Medical Center Director’s

prior knowledge and written approval. Refer to specification Sections

26 05 11, REQUIREMENTS FOR ELECTRICAL INSTALLATIONS, 27 05 11

REQUIREMENTS FOR COMMUNICATIONS INSTALLATIONS and 28 05 11,

REQUIREMENTS FOR ELECTRONIC SAFETY AND SECURITY INSTALLATIONS for

additional requirements.

2. Contractor shall submit a request to interrupt any such services to

COR, in writing, 7 days in advance of proposed interruption. Request

VA North Texas Health Care System General requirements

Dallas VA Medical Center

VA Project Number: 549-09-708

Learning Center Enclosure / Re-Procurement

SMA Project Number: 12049.00

00 01 15 - 1 April 21, 2016

Page 10 of 98

Page 25: INFORMATION REGARDING BIDDING MATERIAL, … · Web viewSubmit sealed offers (one (1) original bound and two (2) CDs copies in .pdf format by either method below to: 1. Submit proposal

11-15

shall state reason, date, exact time of, and approximate duration of

such interruption.

3. Contractor will be advised (in writing) of approval of request, or of

which other date and/or time such interruption will cause least

inconvenience to operations of the VA Medical Center at Dallas at Dallas. Interruption time approved by Medical Center may occur at

other than Contractor's normal working hours.

4. Major interruptions of any system must be requested, in writing, at

least 15 calendar days prior to the desired time and shall be

performed as directed by the Contracting Officers Representative (COR).

5. In case of a contract construction emergency, service will be

interrupted on approval of Contracting Officers Representative (COR). Such approval will be confirmed in writing as soon as practical.

6. Whenever it is required that a connection fee be paid to a public

utility provider for new permanent service to the construction

project, for such items as water, sewer, electricity, gas or steam,

payment of such fee shall be the responsibility of the Government and

not the Contractor.

L. Abandoned Lines: All service lines such as wires, cables, conduits,

ducts, pipes and the like, and their hangers or supports, which are to

be abandoned but are not required to be entirely removed, shall be

sealed, capped or plugged. The lines shall not be capped in finished

areas, but shall be removed and sealed, capped or plugged in ceilings,

within furred spaces, in unfinished areas, or within walls or

partitions; so that they are completely behind the finished surfaces.

M. To minimize interference of construction activities with flow of the VA Medical Center at Dallas traffic, comply with the following:

VA North Texas Health Care System General requirements

Dallas VA Medical Center

VA Project Number: 549-09-708

Learning Center Enclosure / Re-Procurement

SMA Project Number: 12049.00

00 01 15 - 1 April 21, 2016

Page 11 of 98

Page 26: INFORMATION REGARDING BIDDING MATERIAL, … · Web viewSubmit sealed offers (one (1) original bound and two (2) CDs copies in .pdf format by either method below to: 1. Submit proposal

11-15

1. Keep roads, walks and entrances to grounds, to parking and to

occupied areas of buildings clear of construction materials, debris

and standing construction equipment and vehicles.

2. Method and scheduling of required cutting, altering and removal of

existing roads, walks and entrances must be approved by the

Contracting Officers Representative (COR).

N. Coordinate the work for this contract with other construction operations

as directed by Contracting Officers Representative (COR). This includes the scheduling of traffic and the use of roadways, as specified in

Article, USE OF ROADWAYS.

O. Coordination of Construction with Cemetery Director: Not Used.

1.7 ALTERATIONS

A. Survey: Before any work is started, the Contractor shall make a thorough

survey with the Contracting Officers Representative (COR)and a representative of VA Supply Service, of areas of buildings in which

alterations occur and areas which are anticipated routes of access, and

furnish a report, signed by all three, to the Contracting Officer. This

report shall list by rooms and spaces:

1. Existing condition and types of resilient flooring, doors, windows,

walls and other surfaces not required to be altered throughout

affected areas of building.

2. Existence and conditions of items such as plumbing fixtures and

accessories, electrical fixtures, equipment, venetian blinds, shades,

etc., required by drawings to be either reused or relocated, or both.

VA North Texas Health Care System General requirements

Dallas VA Medical Center

VA Project Number: 549-09-708

Learning Center Enclosure / Re-Procurement

SMA Project Number: 12049.00

00 01 15 - 1 April 21, 2016

Page 12 of 98

Page 27: INFORMATION REGARDING BIDDING MATERIAL, … · Web viewSubmit sealed offers (one (1) original bound and two (2) CDs copies in .pdf format by either method below to: 1. Submit proposal

11-15

3. Shall note any discrepancies between drawings and existing conditions

at site.

4. Shall designate areas for working space, materials storage and routes

of access to areas within buildings where alterations occur and which

have been agreed upon by Contractor and Contracting Officers Representative (COR).

B. Any items required by drawings to be either reused or relocated or both,

found during this survey to be nonexistent, or in opinion of Contracting Officers Representative (COR) and/or Supply Representative, to be in such condition that their use is impossible or impractical, shall be

furnished and/or replaced by Contractor with new items in accordance

with specifications which will be furnished by Government. Provided the

contract work is changed by reason of this subparagraph B, the contract

will be modified accordingly, under provisions of clause entitled

"DIFFERING SITE CONDITIONS" (FAR 52.236-2) and "CHANGES" (FAR 52.243-4

and VAAR 852.236-88).

C. Re-Survey: Thirty days before expected partial or final inspection date,

the Contractor and Contracting Officers Representative (COR) together shall make a thorough re-survey of the areas of buildings involved. They

shall furnish a report on conditions then existing, of resilient

flooring, doors, windows, walls and other surfaces as compared with

conditions of same as noted in first condition survey report:

1. Re-survey report shall also list any damage caused by Contractor to

such flooring and other surfaces, despite protection measures; and,

will form basis for determining extent of repair work required of

Contractor to restore damage caused by Contractor's workmen in

executing work of this contract.

D. Protection: Provide the following protective measures:

VA North Texas Health Care System General requirements

Dallas VA Medical Center

VA Project Number: 549-09-708

Learning Center Enclosure / Re-Procurement

SMA Project Number: 12049.00

00 01 15 - 1 April 21, 2016

Page 13 of 98

Page 28: INFORMATION REGARDING BIDDING MATERIAL, … · Web viewSubmit sealed offers (one (1) original bound and two (2) CDs copies in .pdf format by either method below to: 1. Submit proposal

11-15

1. Wherever existing roof surfaces are disturbed they shall be protected

against water infiltration. In case of leaks, they shall be repaired

immediately upon discovery.

2. Temporary protection against damage for portions of existing

structures and grounds where work is to be done, materials handled

and equipment moved and/or relocated.

3. Protection of interior of existing structures at all times, from

damage, dust and weather inclemency. Wherever work is performed,

floor surfaces that are to remain in place shall be adequately

protected prior to starting work, and this protection shall be

maintained intact until all work in the area is completed.

1.8 DISPOSAL AND RETENTION

A. Materials and equipment accruing from work removed and from demolition

of buildings or structures, or parts thereof, shall be disposed of as

follows:

1. Reserved items which are to remain property of the Government are

identified by attached tags as items to be stored – this is to be coordinated by the COR. Items that remain property of the Government shall be removed or dislodged from present locations in such a manner

as to prevent damage which would be detrimental to re-installation

and reuse. Store such items where directed by Contracting Officers Representative (COR).

2. Items not reserved shall become property of the Contractor and be

removed by Contractor from the VA Medical Center at Dallas .

3. Items of portable equipment and furnishings located in rooms and

spaces in which work is to be done under this contract shall remain

the property of the Government. When rooms and spaces are vacated by

VA North Texas Health Care System General requirements

Dallas VA Medical Center

VA Project Number: 549-09-708

Learning Center Enclosure / Re-Procurement

SMA Project Number: 12049.00

00 01 15 - 1 April 21, 2016

Page 14 of 98

Page 29: INFORMATION REGARDING BIDDING MATERIAL, … · Web viewSubmit sealed offers (one (1) original bound and two (2) CDs copies in .pdf format by either method below to: 1. Submit proposal

11-15

the Department of Veterans Affairs during the alteration period, such

items which are NOT required by drawings and specifications to be

either relocated or reused will be removed by the Government in

advance of work to avoid interfering with Contractor's operation.

1.9 PROTECTION OF EXISTING VEGETATION, STRUCTURES, EQUIPMENT, UTILITIES, AND IMPROVEMENTS

A. The Contractor shall preserve and protect all structures, equipment, and

vegetation (such as trees, shrubs, and grass) on or adjacent to the work

site, which are not to be removed and which do not unreasonably

interfere with the work required under this contract. The Contractor

shall only remove trees when specifically authorized to do so, 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 paint the cut with a

tree-pruning compound as directed by the Contracting Officer.

B. 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 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.

(FAR 52.236-9)

C. Refer to Section 01 57 19, TEMPORARY ENVIRONMENTAL CONTROLS, for

additional requirements on protecting vegetation, soils and the

environment. Refer to Articles, "Alterations", "Restoration", and VA North Texas Health Care System General requirements

Dallas VA Medical Center

VA Project Number: 549-09-708

Learning Center Enclosure / Re-Procurement

SMA Project Number: 12049.00

00 01 15 - 1 April 21, 2016

Page 15 of 98

Page 30: INFORMATION REGARDING BIDDING MATERIAL, … · Web viewSubmit sealed offers (one (1) original bound and two (2) CDs copies in .pdf format by either method below to: 1. Submit proposal

11-15

"Operations and Storage Areas" for additional instructions concerning

repair of damage to structures and site improvements.

1.10 RESTORATION

A. Remove, cut, alter, replace, patch and repair existing work as necessary

to install new work. Except as otherwise shown or specified, do not cut,

alter or remove any structural work, and do not disturb any ducts,

plumbing, steam, gas, or electric work without approval of the

Contracting Officers Representative (COR). Existing work to be altered or extended and that is found to be defective in any way, shall be

reported to the Contracting Officers Representative (COR) before it is disturbed. Materials and workmanship used in restoring work, shall

conform in type and quality to that of original existing construction,

except as otherwise shown or specified.

B. Upon completion of contract, deliver work complete and undamaged.

Existing work (walls, ceilings, partitions, floors, mechanical and

electrical work, lawns, paving, roads, walks, etc.) disturbed or removed

as a result of performing required new work, shall be patched, repaired,

reinstalled, or replaced with new work, and refinished and left in as

good condition as existed before commencing work.

C. At Contractor's own expense, Contractor shall immediately restore to

service and repair any damage caused by Contractor's workmen to existing

piping and conduits, wires, cables, etc., of utility services or of fire

protection systems and communications systems (including telephone)

which are indicated on drawings and which are not scheduled for

discontinuance or abandonment.

D. Expense of repairs to such utilities and systems not shown on drawings

or locations of which are unknown will be covered by adjustment to

contract time and price in accordance with clause entitled "CHANGES"

VA North Texas Health Care System General requirements

Dallas VA Medical Center

VA Project Number: 549-09-708

Learning Center Enclosure / Re-Procurement

SMA Project Number: 12049.00

00 01 15 - 1 April 21, 2016

Page 16 of 98

Page 31: INFORMATION REGARDING BIDDING MATERIAL, … · Web viewSubmit sealed offers (one (1) original bound and two (2) CDs copies in .pdf format by either method below to: 1. Submit proposal

11-15

(FAR 52.243-4 and VAAR 852.236-88) and "DIFFERING SITE CONDITIONS" (FAR

52.236-2).

1.11 PHYSICAL DATA – NOT USED.

1.12 PROFESSIONAL SURVEYING SERVICES – NOT USED.

1.13 LAYOUT OF WORK – NOT USED.

1.14 AS-BUILT DRAWINGS

A. The contractor shall maintain two full size sets of as-built drawings

which will be kept current during construction of the project, to

include all contract changes, modifications and clarifications.

B. All variations shall be shown in the same general detail as used in the

contract drawings. To insure compliance, as-built drawings shall be made

available for the Contracting Officers Representative (COR)'s review, as often as requested.

C. Contractor shall deliver two approved completed sets of as-built

drawings to the Contracting Officers Representative (COR) within 15 calendar days after each completed phase and after the acceptance of the

project by the Contracting Officers Representative (COR).

D. Paragraphs A, B, & C shall also apply to all shop drawings.

1.15 USE OF ROADWAYS

A. For hauling, use only established public roads and roads on the VA Medical Center at Dallas property and, when authorized by the Contracting Officers Representative (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

VA North Texas Health Care System General requirements

Dallas VA Medical Center

VA Project Number: 549-09-708

Learning Center Enclosure / Re-Procurement

SMA Project Number: 12049.00

00 01 15 - 1 April 21, 2016

Page 17 of 98

Page 32: INFORMATION REGARDING BIDDING MATERIAL, … · Web viewSubmit sealed offers (one (1) original bound and two (2) CDs copies in .pdf format by either method below to: 1. Submit proposal

11-15

to cross curbing, sidewalks, or similar construction, they must be

protected by well-constructed bridges.

B. NOT USED.

C. NOT USED.

1.16 RESIDENT ENGINEER'S FIELD OFFICE – NOT USED.

1.17 TEMPORARY USE OF MECHANICAL AND ELECTRICAL EQUIPMENT

A. Use of new installed mechanical and electrical equipment to provide

heat, ventilation, plumbing, light and power will be permitted subject

to compliance with the following provisions:

1. Permission to use each unit or system must be given by Contracting Officers Representative (COR). If the equipment is not installed and maintained in accordance with the following provisions, the

Contracting Officers Representative (COR) will withdraw permission for use of the equipment.

2. Electrical installations used by the equipment shall be completed in

accordance with the drawings and specifications to prevent damage to

the equipment and the electrical systems, i.e. transformers, relays,

circuit breakers, fuses, conductors, motor controllers and their

overload elements shall be properly sized, coordinated and adjusted.

Voltage supplied to each item of equipment shall be verified to be

correct and it shall be determined that motors are not overloaded.

The electrical equipment shall be thoroughly cleaned before using it

and again immediately before final inspection including vacuum

cleaning and wiping clean interior and exterior surfaces.

VA North Texas Health Care System General requirements

Dallas VA Medical Center

VA Project Number: 549-09-708

Learning Center Enclosure / Re-Procurement

SMA Project Number: 12049.00

00 01 15 - 1 April 21, 2016

Page 18 of 98

Page 33: INFORMATION REGARDING BIDDING MATERIAL, … · Web viewSubmit sealed offers (one (1) original bound and two (2) CDs copies in .pdf format by either method below to: 1. Submit proposal

11-15

3. Units shall be properly lubricated, balanced, and aligned. Vibrations

must be eliminated.

4. Automatic temperature control systems for preheat coils shall

function properly and all safety controls shall function to prevent

coil freeze-up damage.

5. The air filtering system utilized shall be that which is designed for

the system when complete, and all filter elements shall be replaced

at completion of construction and prior to testing and balancing of

system.

6. All components of heat production and distribution system, metering

equipment, condensate returns, and other auxiliary facilities used in

temporary service shall be cleaned prior to use; maintained to

prevent corrosion internally and externally during use; and cleaned,

maintained and inspected prior to acceptance by the Government.

Boilers, pumps, feedwater heaters and auxiliary equipment must be

operated as a complete system and be fully maintained by operating

personnel. Boiler water must be given complete and continuous

chemical treatment.

B. Prior to final inspection, the equipment or parts used which show wear

and tear beyond normal, shall be replaced with identical replacements,

at no additional cost to the Government.

C. This paragraph shall not reduce the requirements of the mechanical and

electrical specifications sections.

D. Any damage to the equipment or excessive wear due to prolonged use will

be repaired replaced by the contractor at the contractor’s expense.

VA North Texas Health Care System General requirements

Dallas VA Medical Center

VA Project Number: 549-09-708

Learning Center Enclosure / Re-Procurement

SMA Project Number: 12049.00

00 01 15 - 1 April 21, 2016

Page 19 of 98

Page 34: INFORMATION REGARDING BIDDING MATERIAL, … · Web viewSubmit sealed offers (one (1) original bound and two (2) CDs copies in .pdf format by either method below to: 1. Submit proposal

11-15

1.18 TEMPORARY USE OF EXISTING ELEVATORS

A. Use of existing elevators for handling building materials and

Contractor's personnel will be permitted subject to following

provisions:

1. Contractor makes all arrangements with the Contracting Officers Representative (COR) for use of elevators. The Contracting Officers Representative (COR) will ascertain that elevators are in proper condition. Personnel for operating elevators will not be provided by

the Department of Veterans Affairs.

2. Contractor covers and provides maximum protection of following

elevator components:

a. Entrance jambs, heads soffits and threshold plates.

b. Entrance columns, canopy, return panels and inside surfaces of car

enclosure walls.

c. Finish flooring.

3. Government will accept hoisting ropes of elevator and rope of each

speed governor if they are worn under normal operation. However, if

these ropes are damaged by action of foreign matter such as sand,

lime, grit, stones, etc., during temporary use, they shall be removed

and replaced by new hoisting ropes at contractors expense.

4. If brake lining of elevators are excessively worn or damaged during

temporary use, they shall be removed and replaced by new brake lining

at contractors expense.

5. All parts of main controller, starter, relay panel, selector, etc.,

worn or damaged during temporary use shall be removed and replaced

with new parts, if recommended by elevator inspector after elevator

is released by Contractor.

VA North Texas Health Care System General requirements

Dallas VA Medical Center

VA Project Number: 549-09-708

Learning Center Enclosure / Re-Procurement

SMA Project Number: 12049.00

00 01 15 - 1 April 21, 2016

Page 20 of 98

Page 35: INFORMATION REGARDING BIDDING MATERIAL, … · Web viewSubmit sealed offers (one (1) original bound and two (2) CDs copies in .pdf format by either method below to: 1. Submit proposal

11-15

6. Place elevator in condition equal, less normal wear, to that existing

at time it was placed in service of Contractor as approved by

Contracting Officer.

1.19 TEMPORARY USE OF NEW ELEVATORS – NOT USED.

1.20 TEMPORARY TOILETS

A. Provide where directed, (for use of all Contractor's workmen) ample

temporary sanitary toilet accommodations with suitable sewer and water

connections; or, when approved by Contracting Officers Representative (COR), provide suitable dry closets where directed. Keep such places clean and free from flies, and all connections and appliances connected

therewith are to be removed prior to completion of contract, and

premises left perfectly clean.

1.21 AVAILABILITY AND USE OF UTILITY SERVICES

A. The Government shall make all reasonably required amounts of utilities

available to the Contractor from existing outlets and supplies, as

specified in the contract. The amount to be paid by the Contractor for

chargeable electrical services shall be the prevailing rates charged to

the Government. The Contractor shall carefully conserve any utilities

furnished without charge.

B. The Contractor, at Contractor's expense and in a workmanlike manner

satisfactory to the Contracting Officer, shall install and maintain all

necessary temporary connections and distribution lines, and all meters

required to measure the amount of electricity used for the purpose of

determining charges. Before final acceptance of the work by the

Government, the Contractor shall remove all the temporary connections,

distribution lines, meters, and associated paraphernalia.

VA North Texas Health Care System General requirements

Dallas VA Medical Center

VA Project Number: 549-09-708

Learning Center Enclosure / Re-Procurement

SMA Project Number: 12049.00

00 01 15 - 1 April 21, 2016

Page 21 of 98

Page 36: INFORMATION REGARDING BIDDING MATERIAL, … · Web viewSubmit sealed offers (one (1) original bound and two (2) CDs copies in .pdf format by either method below to: 1. Submit proposal

11-15

C. Contractor shall install meters at Contractor's expense and furnish the

VA Medical Center at Dallas a monthly record of the Contractor's usage of electricity as hereinafter specified.

D. Heat: Furnish temporary heat necessary to prevent injury to work and

materials through dampness and cold. Use of open salamanders or any

temporary heating devices which may be fire hazards or may smoke and

damage finished work, will not be permitted. Maintain minimum

temperatures as specified for various materials:

1. Obtain heat by connecting to the VA Medical Center at Dallas heating distribution system.

a. Steam is available at no cost to Contractor.

E. Electricity (for Construction and Testing): Furnish all temporary

electric services.

1. Obtain electricity by connecting to the VA Medical Center at Dallas electrical distribution system. The Contractor shall meter and pay

for electricity required for electric cranes and hoisting devices,

electrical welding devices and any electrical heating devices

providing temporary heat. Electricity for all other uses is available

at no cost to the Contractor.

F. Water (for Construction and Testing): Furnish temporary water service.

1. Obtain water by connecting to the VA Medical Center at Dallas water distribution system. Provide reduced pressure backflow preventer at

each connection. Water is available at no cost to the Contractor.

2. Maintain connections, pipe, fittings and fixtures and conserve

water-use so none is wasted. Failure to stop leakage or other wastes

will be cause for revocation (at Contracting Officers Representative

VA North Texas Health Care System General requirements

Dallas VA Medical Center

VA Project Number: 549-09-708

Learning Center Enclosure / Re-Procurement

SMA Project Number: 12049.00

00 01 15 - 1 April 21, 2016

Page 22 of 98

Page 37: INFORMATION REGARDING BIDDING MATERIAL, … · Web viewSubmit sealed offers (one (1) original bound and two (2) CDs copies in .pdf format by either method below to: 1. Submit proposal

11-15

(COR)'s discretion) of use of water from the VA Medical Center at Dallas ’s system.

G. Steam: Furnish steam system for testing required in various sections of

specifications.

1. Obtain steam for testing by connecting to the VA Medical Center at Dallas steam distribution system. Steam is available at no cost to the Contractor.

2. Maintain connections, pipe, fittings and fixtures and conserve

steam-use so none is wasted. Failure to stop leakage or other waste

will be cause for revocation (at Contracting Officers Representative (COR)'s discretion), of use of steam from the VA Medical Center at Dallas 's system.

H. Fuel: Natural and LP gas and burner fuel oil required for boiler

cleaning, normal initial boiler-burner setup and adjusting, and for

performing the specified boiler tests will be furnished by the

Government. Fuel required for prolonged boiler-burner setup,

adjustments, or modifications due to improper design or operation of

boiler, burner, or control devices shall be furnished by the Contractor

at Contractor's expense.

1.22 NEW TELEPHONE EQUIPMENT – NOT USED.

1.23 TESTS

A. As per specification section 23 05 93 the contractor shall provide a

written testing and commissioning plan complete with component level,

equipment level, sub-system level and system level breakdowns. The plan

will provide a schedule and a written sequence of what will be tested,

how and what the expected outcome will be. This document will be

submitted for approval prior to commencing work. The contractor shall

VA North Texas Health Care System General requirements

Dallas VA Medical Center

VA Project Number: 549-09-708

Learning Center Enclosure / Re-Procurement

SMA Project Number: 12049.00

00 01 15 - 1 April 21, 2016

Page 23 of 98

Page 38: INFORMATION REGARDING BIDDING MATERIAL, … · Web viewSubmit sealed offers (one (1) original bound and two (2) CDs copies in .pdf format by either method below to: 1. Submit proposal

11-15

document the results of the approved plan and submit for approval with

the as built documentation.

B. Pre-test mechanical and electrical equipment and systems and make

corrections required for proper operation of such systems before

requesting final tests. Final test will not be conducted unless

pre-tested.

C. Conduct final tests required in various sections of specifications in

presence of an authorized representative of the Contracting Officer.

Contractor shall furnish all labor, materials, equipment, instruments,

and forms, to conduct and record such tests.

D. Mechanical and electrical systems shall be balanced, controlled and

coordinated. A system is defined as the entire complex which must be

coordinated to work together during normal operation to produce results

for which the system is designed. For example, air conditioning supply

air is only one part of entire system which provides comfort conditions

for a building. Other related components are return air, exhaust air,

steam, chilled water, refrigerant, hot water, controls and electricity,

etc. Another example of a complex which involves several components of

different disciplines is a boiler installation. Efficient and acceptable

boiler operation depends upon the coordination and proper operation of

fuel, combustion air, controls, steam, feedwater, condensate and other

related components.

E. All related components as defined above shall be functioning when any

system component is tested. Tests shall be completed within a reasonably

short period of time during which operating and environmental conditions

remain reasonably constant.

F. Individual test result of any component, where required, will only be

accepted when submitted with the test results of related components and

of the entire system.

VA North Texas Health Care System General requirements

Dallas VA Medical Center

VA Project Number: 549-09-708

Learning Center Enclosure / Re-Procurement

SMA Project Number: 12049.00

00 01 15 - 1 April 21, 2016

Page 24 of 98

Page 39: INFORMATION REGARDING BIDDING MATERIAL, … · Web viewSubmit sealed offers (one (1) original bound and two (2) CDs copies in .pdf format by either method below to: 1. Submit proposal

11-15

1.24 INSTRUCTIONS

A. Contractor shall furnish Maintenance and Operating manuals (hard copies

and electronic) and verbal instructions when required by the various

sections of the specifications and as hereinafter specified.

B. Manuals: Maintenance and operating manuals and one compact disc (four

hard copies and one electronic copy each) for each separate piece of

equipment shall be delivered to the Contracting Officers Representative (COR) coincidental with the delivery of the equipment to the job site. Manuals shall be complete, detailed guides for the maintenance and

operation of equipment. They shall include complete information

necessary for starting, adjusting, maintaining in continuous operation

for long periods of time and dismantling and reassembling of the

complete units and sub-assembly components. Manuals shall include an

index covering all component parts clearly cross-referenced to diagrams

and illustrations. Illustrations shall include "exploded" views showing

and identifying each separate item. Emphasis shall be placed on the use

of special tools and instruments. The function of each piece of

equipment, component, accessory and control shall be clearly and

thoroughly explained. All necessary precautions for the operation of the

equipment and the reason for each precaution shall be clearly set forth.

Manuals must reference the exact model, style and size of the piece of

equipment and system being furnished. Manuals referencing equipment

similar to but of a different model, style, and size than that furnished

will not be accepted.

C. Instructions: Contractor shall provide qualified, factory-trained

manufacturers' representatives to give detailed instructions to assigned

Department of Veterans Affairs personnel in the operation and complete

maintenance for each piece of equipment. All such training will be at

the job site. These requirements are more specifically detailed in the

various technical sections. Instructions for different items of VA North Texas Health Care System General requirements

Dallas VA Medical Center

VA Project Number: 549-09-708

Learning Center Enclosure / Re-Procurement

SMA Project Number: 12049.00

00 01 15 - 1 April 21, 2016

Page 25 of 98

Page 40: INFORMATION REGARDING BIDDING MATERIAL, … · Web viewSubmit sealed offers (one (1) original bound and two (2) CDs copies in .pdf format by either method below to: 1. Submit proposal

11-15

equipment that are component parts of a complete system, shall be given

in an integrated, progressive manner. All instructors for every piece of

component equipment in a system shall be available until instructions

for all items included in the system have been completed. This is to

assure proper instruction in the operation of inter-related systems. All

instruction periods shall be at such times as scheduled by the

Contracting Officers Representative (COR) and shall be considered concluded only when the Contracting Officers Representative (COR) is satisfied in regard to complete and thorough coverage. The Department of

Veterans Affairs reserves the right to request the removal of, and

substitution for, any instructor who, in the opinion of the Contracting Officers Representative (COR), does not demonstrate sufficient qualifications in accordance with requirements for instructors above.

1.25 GOVERNMENT-FURNISHED PROPERTY

A. The Government shall deliver to the Contractor, the Government-furnished

property shown on the drawings.

B. Equipment furnished by Government to be installed by Contractor will be

furnished to Contractor at the VA Medical Center at Dallas .

C. Storage space for equipment will be provided by the Government and the

Contractor shall be prepared to unload and store such equipment therein

upon its receipt at the VA Medical Center at Dallas .

D. Notify Contracting Officer in writing, 60 days in advance, of date on

which Contractor will be prepared to receive equipment furnished by

Government. Arrangements will then be made by the Government for

delivery of equipment.

1. Immediately upon delivery of equipment, Contractor shall arrange for

a joint inspection thereof with a representative of the Government.

At such time the Contractor shall acknowledge receipt of equipment VA North Texas Health Care System General requirements

Dallas VA Medical Center

VA Project Number: 549-09-708

Learning Center Enclosure / Re-Procurement

SMA Project Number: 12049.00

00 01 15 - 1 April 21, 2016

Page 26 of 98

Page 41: INFORMATION REGARDING BIDDING MATERIAL, … · Web viewSubmit sealed offers (one (1) original bound and two (2) CDs copies in .pdf format by either method below to: 1. Submit proposal

11-15

described, make notations, and immediately furnish the Government

representative with a written statement as to its condition or

shortages.

2. Contractor thereafter is responsible for such equipment until such

time as acceptance of contract work is made by the Government.

E. Equipment furnished by the Government will be delivered in a partially

assembled (knock down) condition in accordance with existing standard

commercial practices, complete with all fittings, fastenings, and

appliances necessary for connections to respective services installed

under contract. All fittings and appliances (i.e., couplings, ells,

tees, nipples, piping, conduits, cables, and the like) necessary to make

the connection between the Government furnished equipment item and the

utility stub-up shall be furnished and installed by the contractor at no

additional cost to the Government.

F. Completely assemble and install the Government furnished equipment in

place ready for proper operation in accordance with specifications and

drawings.

G. Furnish supervision of installation of equipment at construction site by

qualified factory trained technicians regularly employed by the

equipment manufacturer.

1.26 RELOCATED EQUIPMENT / ITEMS

A. Contractor shall disconnect, dismantle as necessary, remove all existing equipment and items.

B. NOT USED.

C. Suitably cap existing service lines, such as steam, condensate return,

water, drain, gas, air, vacuum and/or electrical, whenever such lines

VA North Texas Health Care System General requirements

Dallas VA Medical Center

VA Project Number: 549-09-708

Learning Center Enclosure / Re-Procurement

SMA Project Number: 12049.00

00 01 15 - 1 April 21, 2016

Page 27 of 98

Page 42: INFORMATION REGARDING BIDDING MATERIAL, … · Web viewSubmit sealed offers (one (1) original bound and two (2) CDs copies in .pdf format by either method below to: 1. Submit proposal

11-15

are disconnected from equipment to be relocated. Remove abandoned lines

in finished areas and cap as specified herein before under paragraph

"Abandoned Lines".

D. Provide all mechanical and electrical service connections, fittings,

fastenings and any other materials necessary for assembly and

installation of relocated equipment; and leave such equipment in proper

operating condition.

E. Contractor shall employ services of an installation engineer, who is an authorized representative of the manufacturer of this equipment to supervise assembly and installation of existing equipment.

F. All service lines such as noted above for relocated equipment shall be

in place at point of relocation ready for use before any existing

equipment is disconnected. Make relocated existing equipment ready for

operation or use immediately after reinstallation.

1.27 STORAGE SPACE FOR DEPARTMENT OF VETERANS AFFAIRS EQUIPMENT – NOT USED.

1.28 CONSTRUCTION SIGN – NOT USED.

1.29 SAFETY SIGN – NOT USED.

VA North Texas Health Care System General requirements

Dallas VA Medical Center

VA Project Number: 549-09-708

Learning Center Enclosure / Re-Procurement

SMA Project Number: 12049.00

00 01 15 - 1 April 21, 2016

Page 28 of 98

Page 43: INFORMATION REGARDING BIDDING MATERIAL, … · Web viewSubmit sealed offers (one (1) original bound and two (2) CDs copies in .pdf format by either method below to: 1. Submit proposal

11-15

1.30 PHOTOGRAPHIC DOCUMENTATION – NOT USED.

1.31 FINAL ELEVATION DIGITAL IMAGES – NOT USED.

1.32 HISTORIC PRESERVATION – NOT USED.

1.33 VA TRIRIGA CPMS

VA contractors, selected by award to perform work, are required to get

access to the VA TRIRIGA CPMS. The TRIRIGA CPMS is the management and

collaborative environment that the VA uses for all Major, Minor and Non-

Recurring Maintenance (NRM) projects within the Office of Construction &

Facilities Management (CFM), Veterans Health Administration (VHA),

National Cemetery Administration (NCA), and the Veterans Benefits

Administration (VBA).

The contractor is solely responsible for acquiring access to the VA

TRIRIGA CPMS.

To gain access to the VA TRIRIGA CPMS the contractor is encouraged to

follow the licensing process outline as specified below:

A. Requirement: TRIRIGA is the management and collaborative environment

that VA uses for all construction projects. VA requires its contractors

to procure TRIRIGA access as part of the cost of performance for a VA

construction related contract.

B. Access Request and Payment can be made through the following URL

https://valicensing.oncfi.com/

Inquiries or to request additional services, contact the following:

Craig Alsheimer, Federal Account Manager

VA North Texas Health Care System General requirements

Dallas VA Medical Center

VA Project Number: 549-09-708

Learning Center Enclosure / Re-Procurement

SMA Project Number: 12049.00

00 01 15 - 1 April 21, 2016

Page 29 of 98

Page 44: INFORMATION REGARDING BIDDING MATERIAL, … · Web viewSubmit sealed offers (one (1) original bound and two (2) CDs copies in .pdf format by either method below to: 1. Submit proposal

11-15

Computerized Facility Integrations, LLC

18000 West Nine Mile Road

Suite 700

Southfield, MI 48075

Email: [email protected]

Phone: 248-557-4234 Extension 6010; 410-292-7006

C. Process:

1. Once the contractor has been notified by VA of the award and a unique

contract number, the contractor can enter a request for access to

TRIRIGA at URL https://valicensing.oncfi.com/

2. CFI will process the request for access and payment. CFI will create

the USER ID and a password. Security provisions required to align the

contractor to the Contract Number will be entered and an email will

be generated and submitted to the requestor.

3. CFI will also provide standard terms and conditions related to the

transaction and use agreement.

VA North Texas Health Care System General requirements

Dallas VA Medical Center

VA Project Number: 549-09-708

Learning Center Enclosure / Re-Procurement

SMA Project Number: 12049.00

00 01 15 - 1 April 21, 2016

Page 30 of 98

Page 45: INFORMATION REGARDING BIDDING MATERIAL, … · Web viewSubmit sealed offers (one (1) original bound and two (2) CDs copies in .pdf format by either method below to: 1. Submit proposal

11-15

VA North Texas Health Care Systems Construction Accident Prevention Plan Requirements

Prior to commencing work contractors must submit for approval accident prevention plan. The prime contractor will write this plan for the specific work and hazards of the contract and implementing in detail the requirements for safety and occupational health. This plan shall be reviewed and found acceptable by facility Construction Safety Officer (CSO) and project Contracting Officer Representative COR prior to initiation of work at the job site. The plan shall be developed by qualified personnel and shall be signed by a competent person AND a representative of management.

The prime contractor shall integrate all subcontractor work activities into the Safety and health plan; ensure the plan is available to all contractor and subcontractor employees. All subcontractors shall integrate the provisions of the plan into their work activities.

1) The safety plan shall include:VA North Texas Health Care System General requirements

Dallas VA Medical Center

VA Project Number: 549-09-708

Learning Center Enclosure / Re-Procurement

SMA Project Number: 12049.00

00 01 15 - 1 April 21, 2016

Page 31 of 98

Page 46: INFORMATION REGARDING BIDDING MATERIAL, … · Web viewSubmit sealed offers (one (1) original bound and two (2) CDs copies in .pdf format by either method below to: 1. Submit proposal

11-15

A. Plan Preparer’s information

a. Title,

b. signature

c. phone number

B. Plan Approver’s information:

a. Title

b. signature

c. phone number

C. Background information on the project to include:

a. Contractor

b. Contract number

c. Project name

d. Description of work to be performed

e. Location of work to be performed

f. Contractor accident experience (i.e. OSHA 200 forms, corporate safety trend analysis)

g. listing of phases of work

h. hazardous activities requiring hazard analysis

2) Statement of Safety & Health Policies

A. Administrative responsibilities for implementing the plan

B. Identification and accountability of personnel responsible for accident preventionVA North Texas Health Care System General requirements

Dallas VA Medical Center

VA Project Number: 549-09-708

Learning Center Enclosure / Re-Procurement

SMA Project Number: 12049.00

00 01 15 - 1 April 21, 2016

Page 32 of 98

Page 47: INFORMATION REGARDING BIDDING MATERIAL, … · Web viewSubmit sealed offers (one (1) original bound and two (2) CDs copies in .pdf format by either method below to: 1. Submit proposal

11-15

C. Means for controlling work activities of subcontractors and suppliers

D. Responsibilities of subcontractors

E. Plans for safety indoctrination of new employees

F. Plans for continued safety training

G. Provisions for safety inspections to include

H. Work site/material and equipment inspection

I. Means for recording inspection results

J. Timetable for correction of deficiencies

K. Procedures for follow-up inspections to ensure correction

L. Responsibilities for investigation and reporting accidents/exposure

o All accidents incident to the project will be investigated & reported within 24 hours

o Accidents that result in a fatality, three or more persons admitted to a hospital or significant property damage will be reported immediately to the Contracting Officer. Contractors are responsible for notifying OSHA.

M. First aid treatments shall be reported and recorded daily.

N. Responsibilities for maintaining accident data, reports and logs

O. Emergency response capabilities for disasters

P. Emergency Plans will include:

o Emergency phone numbers and shall be tested periodically

o Escape procedures

o Employee accounting following an emergency evacuation

o Rescue and medical duties

o Means of reporting emergencies

VA North Texas Health Care System General requirements

Dallas VA Medical Center

VA Project Number: 549-09-708

Learning Center Enclosure / Re-Procurement

SMA Project Number: 12049.00

00 01 15 - 1 April 21, 2016

Page 33 of 98

Page 48: INFORMATION REGARDING BIDDING MATERIAL, … · Web viewSubmit sealed offers (one (1) original bound and two (2) CDs copies in .pdf format by either method below to: 1. Submit proposal

11-15

o Persons to be contacted.

Q. Plans for maintaining job cleanup and safe access

R. Public safety requirements (fencing/signs)

S. Prevention of alcohol/drug abuse on the job

T. Plans shall require monthly supervisor safety meeting and weekly worker safety meetings. Meetings shall be documented and shall include: o Date heldo Attendanceo Subjectso Name of individuals who conducted the meeting

3) Hazard communication plans:

A. A list of hazardous chemicals known to be present

B. Methods used to inform employees of the hazards

C. All chemical containers shall be labeled

D. MSDS for all chemicals stored on site

4) Fire Safety Plan

Establish and maintain a fire protection program in accordance with 29 CFR 1926. Prior to start of work, prepare a plan detailing project-specific fire safety measures, as part of those specific fire safety measures the contractor should reference NFPA/LSC FIRE PROTECTION DURING CONSTRUCTION and include those measures in the Fire Safety Plan. As part of the Fire Safety Plan the contractor should include the contents of the NFPA 1.4 / NFPA 241 FIRE PROTECTION DURING CONSTRUCTION (see facility acceptable alternate measures).

5) Fire watch A. Install upright sprinkler heads per NFPA 13

VA North Texas Health Care System General requirements

Dallas VA Medical Center

VA Project Number: 549-09-708

Learning Center Enclosure / Re-Procurement

SMA Project Number: 12049.00

00 01 15 - 1 April 21, 2016

Page 34 of 98

Page 49: INFORMATION REGARDING BIDDING MATERIAL, … · Web viewSubmit sealed offers (one (1) original bound and two (2) CDs copies in .pdf format by either method below to: 1. Submit proposal

11-15

B. Install heat detection devices that can be cross monitored by facility fire alarm system per NFPA

NOTE: At minimum contractor’s safety plan shall comply with all applicable OSHA 1926 standards

VA North Texas Health Care System General requirements

Dallas VA Medical Center

VA Project Number: 549-09-708

Learning Center Enclosure / Re-Procurement

SMA Project Number: 12049.00

00 01 15 - 1 April 21, 2016

Page 35 of 98

Page 50: INFORMATION REGARDING BIDDING MATERIAL, … · Web viewSubmit sealed offers (one (1) original bound and two (2) CDs copies in .pdf format by either method below to: 1. Submit proposal

11-15

Activity Hazard Analysis Requirements

Prior to beginning EACH MAJOR PHASE OF WORK, an activity hazard analysis shall be prepared by the contractor performing the work and submitted for review by the facility Construction Safety Officer and Contracting Officer Representative COR at least 15 calendar days prior to the start of each phase.

The analysis will:

Define the activity being performed

Identify the sequence of work to be accomplished

Identify the specific hazards that are anticipated

Identify the control measures that shall be implemented to reduce each hazard to an acceptable level

Hazard analysis shall identify the principal steps to be accomplished in sequence to accomplish the operations. Equipment used in the operation shall be listed on the hazard analysis form. Inspection requirements for the equipment and machinery shall be listed on the hazard analysis form. Each step shall be analyzed to identify its potential hazards and a recommended control shall be identified to reduce the hazard to an acceptable level.

Common hazards identified on the job site include but are not limited to the following:

Fall protection

Asbestos exposure

Confined space entry

Crane operations

Scaffold erection and dismantling

Lock out/tag out

Excavations

Electrical safety

VA North Texas Health Care System General requirements

Dallas VA Medical Center

VA Project Number: 549-09-708

Learning Center Enclosure / Re-Procurement

SMA Project Number: 12049.00

00 01 15 - 1 April 21, 2016

Page 36 of 98

Page 51: INFORMATION REGARDING BIDDING MATERIAL, … · Web viewSubmit sealed offers (one (1) original bound and two (2) CDs copies in .pdf format by either method below to: 1. Submit proposal

11-15

Machinery and mechanized equipment

Hand and power tools

Contingency plan for severe weather

NOTE: Activity Hazard Analysis shall at minimum comply with applicable OSHA standards

SEE ATTACHED FORMAT

VA North Texas Health Care System General requirements

Dallas VA Medical Center

VA Project Number: 549-09-708

Learning Center Enclosure / Re-Procurement

SMA Project Number: 12049.00

00 01 15 - 1 April 21, 2016

Page 37 of 98

Page 52: INFORMATION REGARDING BIDDING MATERIAL, … · Web viewSubmit sealed offers (one (1) original bound and two (2) CDs copies in .pdf format by either method below to: 1. Submit proposal

11-15

VA North Texas Health Care System General requirements

Dallas VA Medical Center

VA Project Number: 549-09-708

Learning Center Enclosure / Re-Procurement

SMA Project Number: 12049.00

00 01 15 - 1 April 21, 2016

Page 38 of 98

Page 53: INFORMATION REGARDING BIDDING MATERIAL, … · Web viewSubmit sealed offers (one (1) original bound and two (2) CDs copies in .pdf format by either method below to: 1. Submit proposal

11-15

THE GENERAL CONTRACTOR IS TO PROVIDE STEEL CONEX TRAILERS TO PROVIDE PROTECTED "INGRESS" AND "EGRESS" FOR VA PERSONNEL.  THE FLOORS, WALLS, CEILINGS ARE TO BE LINED WITH 1/2" THICK CONSTRUCTION GRADE PLYWOOD AND FIRE TREATED. ALL PLYWOOD TRANSITION JOINTS HAVE A TOLERANCE NO GREATER THAN 1/4".  BOTH INTERIOR SIDES OF THE CONEX TRAILERS WILL HAVE AN ADA COMPLIANT HANDRAIL INSTALLED AND THE "PATH OF TRAVEL" WITHIN THE CONEX TRAILER SHALL HAVE A RUNNING SLOPE OF NOT MORE THAN 5% SLOPE AND A CROSS SLOPE OF NOT MORE THAN 2%. THE MAIN ENTRANCE/ EXIT TO THE CONEX TRAILERS SHALL NOT EXCEED 4.5% SLOPE. THE INTERIOR WALLS AND CEILING ARE TO BE PAINTED WHITE AND THE FLOOR COVERED WITH A NON-SLIPE SURFACE. THE INTERIOR WILL BE LIGHTED WITH A CONTINIOUS STRIP OF 1 X 4 FLUORESCENT LIGHT FIXTURES WITH PROTECTED LENSES. EXIT LIGHTS AND FIRE EXTINGUISHERS SHALL BE PROVIDED AS DIRECTED BY THE VA'S SAFETY OFFICER. THE CONEX TRAILER SYSTEM SHALL BE WATER TIGHT.

THE GENERAL CONTRACTOR IS TO PROVIDE NEW 6'-0" TALL CHAIN LINK FENCE PROVIDED BY THE GENERAL CONTRACTOR. PROVIDE A SECURE OPERATIONAL GATE THAT WILL ACCOMMODATE ALL CONSTRUCTION VEHICLES. THIS WILL BE THE GENERAL CONTRACTORS STAGING AREA.

- - - E N D - - -

VA North Texas Health Care System General requirements

Dallas VA Medical Center

VA Project Number: 549-09-708

Learning Center Enclosure / Re-Procurement

SMA Project Number: 12049.00

00 01 15 - 1 April 21, 2016

Page 39 of 98

Page 54: INFORMATION REGARDING BIDDING MATERIAL, … · Web viewSubmit sealed offers (one (1) original bound and two (2) CDs copies in .pdf format by either method below to: 1. Submit proposal

11-15

INFORMATION REGARDING BIDDING MATERIAL, BID GUARANTEE AND BONDS

INFORMATION REGARDING BIDDING MATERIAL, BID GUARANTEE AND BONDS

(a) A bid guarantee is required in an amount not less than 20 percent of the bid price 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.

VA North Texas Health Care System General requirements

Dallas VA Medical Center

VA Project Number: 549-09-708

Learning Center Enclosure / Re-Procurement

SMA Project Number: 12049.00

00 01 15 - 1 April 21, 2016

Page 40 of 98

Page 55: INFORMATION REGARDING BIDDING MATERIAL, … · Web viewSubmit sealed offers (one (1) original bound and two (2) CDs copies in .pdf format by either method below to: 1. Submit proposal

VA101-16-R-0175

INSTRUCTIONS, CONDITIONS AND OTHER STATEMENTS TO BIDDERS/OFFERORS

2.1 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)

2.2 52.222-5 CONSTRUCTION WAGE RATE REQUIREMENTS—SECONDARY SITE OF THE WORK (MAY 2014) (a)(1) The offeror shall notify the Government if the offeror intends to perform work at any secondary site of the work, as defined in paragraph (a)(1)(ii) of the FAR clause at 52.222-6, Construction Wage Rate Requirements, of this solicitation.

(2) If the offeror is unsure if a planned work site satisfies the criteria for a secondary site of the work, the offeror shall request a determination from the Contracting Officer.

(b)(1) If the wage determination provided by the Government for work at the primary site of the work is not applicable to the secondary site of the work, the offeror shall request a wage determination from the Contracting Officer.

(2) The due date for receipt of offers will not be extended as a result of an offeror's request for a wage determination for a secondary site of the work.

(End of Provision)

2.3 52.222-23 NOTICE OF REQUIREMENT FOR AFFIRMATIVE ACTION TO ENSURE EQUAL EMPLOYMENT OPPORTUNITY FOR CONSTRUCTION (FEB 1999)

(a) The offeror's attention is called to the Equal Opportunity clause and the Affirmative Action Compliance Requirements for Construction clause of this solicitation.

(b) The goals for minority and female participation, expressed in percentage terms for the Contractor's aggregate workforce in each trade on all construction work in the covered area, are as follows:

Goals for minority participation for each trade Goals for female participation for each trade18.2 % 6.9 %

These goals are applicable to all the Contractor's construction work performed in the covered area. If the Contractor performs construction work in a geographical area located outside of the covered area, the Contractor shall apply the goals established for the geographical area where the work is actually performed. Goals are published periodically in the Federal Register in notice form, and these notices may be obtained from any Office of Federal Contract Compliance Programs office.

(c) The Contractor's compliance with Executive Order 11246, as amended, and the regulations in 41 CFR 60-4 shall be based on (1) its implementation of the Equal Opportunity clause, (2) specific affirmative action obligations required by the clause entitled "Affirmative Action Compliance

Page 41 of 98

Page 56: INFORMATION REGARDING BIDDING MATERIAL, … · Web viewSubmit sealed offers (one (1) original bound and two (2) CDs copies in .pdf format by either method below to: 1. Submit proposal

VA101-16-R-0175

Requirements for Construction," and (3) its efforts to meet the goals. The hours of minority and female employment and training must be substantially uniform throughout the length of the contract, and in each trade. The Contractor shall make a good faith effort to employ minorities and women evenly on each of its projects. The transfer of minority or female employees or trainees from Contractor to Contractor, or from project to project, for the sole purpose of meeting the Contractor's goals shall be a violation of the contract, Executive Order 11246, as amended, and the regulations in 41 CFR 60-4. Compliance with the goals will be measured against the total work hours performed.

(d) The Contractor shall provide written notification to the Deputy Assistant Secretary for Federal Contract Compliance, U.S. Department of Labor, within 10 working days following award of any construction subcontract in excess of $10,000 at any tier for construction work under the contract resulting from this solicitation. The notification shall list the—

(1) Name, address, and telephone number of the subcontractor;

(2) Employer's identification number of the subcontractor;

(3) Estimated dollar amount of the subcontract;

(4) Estimated starting and completion dates of the subcontract; and

(5) Geographical area in which the subcontract is to be performed.

(e) As used in this Notice, and in any contract resulting from this solicitation, the "covered area" is

Dallas County, Dallas, TX

(End of Provision)

2.4 52.225-10 NOTICE OF BUY AMERICAN REQUIREMENT—CONSTRUCTION MATERIALS (MAY 2014)

(a) Definitions. "Commercially available off-the-shelf (COTS) item," "construction material," "domestic construction material," and "foreign construction material," as used in this provision, are defined in the clause of this solicitation entitled "Buy American—Construction Materials" (Federal Acquisition Regulation (FAR) clause 52.225-9).

(b) Requests for determinations of inapplicability. An offeror requesting a determination regarding the inapplicability of the Buy American statute should submit the request to the Contracting Officer in time to allow a determination before submission of offers. The offeror shall include the information and applicable supporting data required by paragraphs (c) and (d) of the clause at FAR 52.225-9 in the request. If an offeror has not requested a determination regarding the inapplicability of the Buy American statute before submitting its offer, or has not received a response to a previous request, the offeror shall include the information and supporting data in the offer.

(c) Evaluation of offers.

(1) The Government will evaluate an offer requesting exception to the requirements of the Buy American statute, based on claimed unreasonable cost of domestic construction material, by adding to the

Page 42 of 98

Page 57: INFORMATION REGARDING BIDDING MATERIAL, … · Web viewSubmit sealed offers (one (1) original bound and two (2) CDs copies in .pdf format by either method below to: 1. Submit proposal

VA101-16-R-0175

offered price the appropriate percentage of the cost of such foreign construction material, as specified in paragraph (b)(3)(i) of the clause at FAR 52.225-9.

(2) If evaluation results in a tie between an offeror that requested the substitution of foreign construction material based on unreasonable cost and an offeror that did not request an exception, the Contracting Officer will award to the offeror that did not request an exception based on unreasonable cost.

(d) Alternate offers.

(1) When an offer includes foreign solicitation in paragraph (b)(2) of the clause at FAR 52.225-9, the offeror also may submit an alternate offer based on use of equivalent domestic construction material.

(2) If an alternate offer is submitted, the offeror shall submit a separate Standard Form 1442 for the alternate offer, and a separate price comparison table prepared in accordance with paragraphs (c) and (d) of the clause at FAR 52.225-9 for the offer that is based on the use of any foreign construction material for which the Government has not yet determined an exception applies.

(3) If the Government determines that a particular exception requested in accordance with paragraph (c) of the clause at FAR 52.225-9 does not apply, the Government will evaluate only those offers based on use of the equivalent domestic construction material, and the offeror shall be required to furnish such domestic construction material. An offer based on use of the foreign construction material for which an exception was requested—

(i) Will be rejected as nonresponsive if this acquisition is conducted by sealed bidding; or

(ii) May be accepted if revised during negotiations.

(End of Provision)

2.5 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 $3,000,000.00, 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.

Page 43 of 98

Page 58: INFORMATION REGARDING BIDDING MATERIAL, … · Web viewSubmit sealed offers (one (1) original bound and two (2) CDs copies in .pdf format by either method below to: 1. Submit proposal

VA101-16-R-0175

(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.

(End of Provision)

2.6 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:

Tiffany Rivers

Contract Specialist Hand-Carried Address:

Department of Veterans Affairs

Office of Construction and Facilities Management (003C4D) 3001 Green Bay Road Bldg 48 Rm 212 North Chicago IL 60064 Mailing Address:

Department of Veterans Affairs

Office of Construction and Facilities Management (003C4D) 3001 Green Bay Road Bldg 48 Rm 212 North Chicago IL 60064 (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)

2.7 52.236-27 SITE VISIT (CONSTRUCTION) (FEB 1995) ALTERNATE I (FEB 1995)

(a) The clauses at 52.236-2, Differing Site Conditions, and 52.236-3, Site Investigations and Conditions Affecting the Work, will be included in any contract awarded as a result of this solicitation. Accordingly, offerors or quoters are urged and expected to inspect the site where the work will be performed.

(b) An organized site visit has been scheduled for—

August 9, 2016 @ 11:00 am CST

(c) Participants will meet at—

4500 S. Lancaster Rd Dallas, TX 75216

(End of Provision)

Page 44 of 98

Page 59: INFORMATION REGARDING BIDDING MATERIAL, … · Web viewSubmit sealed offers (one (1) original bound and two (2) CDs copies in .pdf format by either method below to: 1. Submit proposal

VA101-16-R-0175

2.8 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):

http://www.acquisition.gov/far/index.html http://www.va.gov/oal/library/vaar/

(End of Provision)

FAR Number

Title Date

52.204-16 COMMERCIAL AND GOVERNMENT ENTITY CODE REPORTING

JUL 2015

52.214-34 SUBMISSION OF OFFERS IN THE ENGLISH LANGUAGE APR 199152.214-35 SUBMISSION OF OFFERS IN U.S. CURRENCY APR 199152.215-1 INSTRUCTIONS TO OFFERORS—COMPETITIVE

ACQUISITIONJAN 2004

52.232-38 SUBMISSION OF ELECTRONIC FUNDS TRANSFER INFORMATION WITH OFFER

JUL 2013

52.236-28 PREPARATION OF PROPOSALS—CONSTRUCTION OCT 1997

2.9 VAAR 852.211-72 TECHNICAL INDUSTRY STANDARDS (JAN 2008) The supplies or equipment required by this invitation for bid or request for proposal must conform to the standards of the as applicable and as stated in the SPECIFICATIONS and as to . The successful bidder or offeror will be required to submit proof that the item(s) he/she furnishes conforms to this requirement. This proof may be in the form of a label or seal affixed to the equipment or supplies, warranting that they have been tested in accordance with and conform to the specified standards. Proof may also be furnished in the form of a certificate from one of the above listed organizations certifying that the item(s) furnished have been tested in accordance with and conform to the specified standards.

(End of Provision)

2.10 VAAR 852.228-72 ASSISTING SERVICE-DISABLED VETERAN-OWNED AND VETERAN-OWNED SMALL BUSINESSES IN OBTAINING BONDS (DEC 2009)

Prime contractors are encouraged to assist service-disabled veteran-owned and veteran-owned small business potential subcontractors in obtaining bonding, when required. Mentor firms are encouraged to assist protégé firms under VA's Mentor-Protégé Program in obtaining acceptable bid, payment, and performance bonds, when required, as a prime contractor under a solicitation or contract and in obtaining any required bonds under subcontracts.

(End of Clause)

Page 45 of 98

Page 60: INFORMATION REGARDING BIDDING MATERIAL, … · Web viewSubmit sealed offers (one (1) original bound and two (2) CDs copies in .pdf format by either method below to: 1. Submit proposal

VA101-16-R-0175

2.11 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)

2.12 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.

Page 46 of 98

Page 61: INFORMATION REGARDING BIDDING MATERIAL, … · Web viewSubmit sealed offers (one (1) original bound and two (2) CDs copies in .pdf format by either method below to: 1. Submit proposal

VA101-16-R-0175

Washington, DC 20420

2.13 VAAR 852.270-1 REPRESENTATIVES OF CONTRACTING OFFICERS (JAN 2008) The contracting officer reserves the right to designate representatives to act for him/her in furnishing technical guidance and advice or generally monitor the work to be performed under this contract. Such designation will be in writing and will define the scope and limitation of the designee's authority. A copy of the designation shall be furnished to the contractor.

(End of Provision)

2.14 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.

Page 47 of 98

Page 62: INFORMATION REGARDING BIDDING MATERIAL, … · Web viewSubmit sealed offers (one (1) original bound and two (2) CDs copies in .pdf format by either method below to: 1. Submit proposal

VA101-16-R-0175

REPRESENTATIONS AND CERTIFICATIONS

3.1 52.203-98 PROHIBITION ON CONTRACTING WITH ENTITIES THAT REQUIRE CERTAIN INTERNAL CONFIDENTIALITY AGREEMENTS—REPRESENTATION (DEVIATION) (FEB 2015)

(a) In accordance with section 743 of Division E, Title VII, of the Consolidated and Further Continuing Resolution Appropriations Act, 2015 (Pub. L. 113-235), Government agencies are not permitted to use funds appropriated (or otherwise made available) under that or any other Act for contracts with an entity that requires employees or subcontractors of such entity seeking to report fraud, waste, or abuse to sign internal confidentiality agreements or statements prohibiting or otherwise restricting such employees or contactors from lawfully reporting such waste, fraud, or abuse to a designated investigative or law enforcement representative of a Federal department or agency authorized to receive such information.

(b) The prohibition in paragraph (a) of this provision does not contravene requirements applicable to Standard Form 312, Form 4414, or any other form issued by a Federal department or agency governing the nondisclosure of classified information.

(c) Representation. By submission of its offer, the Offeror represents that it does not require employees or subcontractors of such entity seeking to report fraud, waste, or abuse to sign internal confidentiality agreements or statements prohibiting or otherwise restricting such employees or subcontractors from lawfully reporting such waste, fraud, or abuse to a designated investigative or law enforcement representative of a Federal department or agency authorized to receive such information.

(End of Provision)

3.2 52.204-8 ANNUAL REPRESENTATIONS AND CERTIFICATIONS (APR 2016) (a)(1) The North American Industry Classification System (NAICS) code for this acquisition is 236220.

(2) The small business size standard is 36.5 million.

(3) The small business size standard for a concern which submits an offer in its own name, other than on a construction or service contract, but which proposes to furnish a product which it did not itself manufacture, is 500 employees.

(b)(1) If the provision at 52.204-7, System for Award Management, is included in this solicitation, paragraph (d) of this provision applies.

(2) If the provision at 52.204-7 is not included in this solicitation, and the offeror is currently registered in the System for Award Management (SAM), and has completed the Representations and Certifications section of SAM electronically, the offeror may choose to use paragraph (d) of this provision instead of completing the corresponding individual representations and certifications in the solicitation. The offeror shall indicate which option applies by checking one of the following boxes:

Page 48 of 98

Page 63: INFORMATION REGARDING BIDDING MATERIAL, … · Web viewSubmit sealed offers (one (1) original bound and two (2) CDs copies in .pdf format by either method below to: 1. Submit proposal

VA101-16-R-0175

[ ] (i) Paragraph (d) applies.

[ ] (ii) Paragraph (d) does not apply and the offeror has completed the individual representations and certifications in the solicitation.

(c)(1) The following representations or certifications in SAM are applicable to this solicitation as indicated:

(i) 52.203-2, Certificate of Independent Price Determination. This provision applies to solicitations when a firm-fixed-price contract or fixed-price contract with economic price adjustment is contemplated, unless—

(A) The acquisition is to be made under the simplified acquisition procedures in Part 13;

(B) The solicitation is a request for technical proposals under two-step sealed bidding procedures; or

(C) The solicitation is for utility services for which rates are set by law or regulation.

(ii) 52.203-11, Certification and Disclosure Regarding Payments to Influence Certain Federal Transactions. This provision applies to solicitations expected to exceed $150,000.

(iii) 52.204-3, Taxpayer Identification. This provision applies to solicitations that do not include the provision at 52.204-7, System for Award Management.

(iv) 52.204-5, Women-Owned Business (Other Than Small Business). This provision applies to solicitations that—

(A) Are not set aside for small business concerns;

(B) Exceed the simplified acquisition threshold; and

(C) Are for contracts that will be performed in the United States or its outlying areas.

(v) 52.209-2, Prohibition on Contracting with Inverted Domestic Corporations—Representation.

(vi) 52.209-5, Certification Regarding Responsibility Matters. This provision applies to solicitations where the contract value is expected to exceed the simplified acquisition threshold.

(vii) 52.209-11, Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law. This provision applies to all solicitations.

(viii) 52.214-14, Place of Performance—Sealed Bidding. This provision applies to invitations for bids except those in which the place of performance is specified by the Government.

(ix) 52.215-6, Place of Performance. This provision applies to solicitations unless the place of performance is specified by the Government.

(x) 52.219-1, Small Business Program Representations (Basic & Alternate I). This provision applies to solicitations when the contract will be performed in the United States or its outlying areas.

(A) The basic provision applies when the solicitations are issued by other than DoD, NASA, and the Coast Guard.

Page 49 of 98

Page 64: INFORMATION REGARDING BIDDING MATERIAL, … · Web viewSubmit sealed offers (one (1) original bound and two (2) CDs copies in .pdf format by either method below to: 1. Submit proposal

VA101-16-R-0175

(B) The provision with its Alternate I applies to solicitations issued by DoD, NASA, or the Coast Guard.

(xi) 52.219-2, Equal Low Bids. This provision applies to solicitations when contracting by sealed bidding and the contract will be performed in the United States or its outlying areas.

(xii) 52.222-22, Previous Contracts and Compliance Reports. This provision applies to solicitations that include the clause at 52.222-26, Equal Opportunity.

(xiii) 52.222-25, Affirmative Action Compliance. This provision applies to solicitations, other than those for construction, when the solicitation includes the clause at 52.222-26, Equal Opportunity.

(xiv) 52.222-38, Compliance with Veterans' Employment Reporting Requirements. This provision applies to solicitations when it is anticipated the contract award will exceed the simplified acquisition threshold and the contract is not for acquisition of commercial items.

(xv) 52.223-1, Biobased Product Certification. This provision applies to solicitations that require the delivery or specify the use of USDA-designated items; or include the clause at 52.223-2, Affirmative Procurement of Biobased Products Under Service and Construction Contracts.

(xvi) 52.223-4, Recovered Material Certification. This provision applies to solicitations that are for, or specify the use of, EPA-designated items.

(xvii) 52.225-2, Buy American Certificate. This provision applies to solicitations containing the clause at 52.225-1.

(xviii) 52.225-4, Buy American—Free Trade Agreements—Israeli Trade Act Certificate. (Basic, Alternates I, II, and III.) This provision applies to solicitations containing the clause at 52.225-3.

(A) If the acquisition value is less than $25,000, the basic provision applies.

(B) If the acquisition value is $25,000 or more but is less than $50,000, the provision with its Alternate I applies.

(C) If the acquisition value is $50,000 or more but is less than $77,533, the provision with its Alternate II applies.

(D) If the acquisition value is $77,533 or more but is less than $100,000, the provision with its Alternate III applies.

(xix) 52.225-6, Trade Agreements Certificate. This provision applies to solicitations containing the clause at 52.225-5.

(xx) 52.225-20, Prohibition on Conducting Restricted Business Operations in Sudan—Certification. This provision applies to all solicitations.

(xxi) 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran—Representation and Certifications. This provision applies to all solicitations.

Page 50 of 98

Page 65: INFORMATION REGARDING BIDDING MATERIAL, … · Web viewSubmit sealed offers (one (1) original bound and two (2) CDs copies in .pdf format by either method below to: 1. Submit proposal

VA101-16-R-0175

(xxii) 52.226-2, Historically Black College or University and Minority Institution Representation. This provision applies to solicitations for research, studies, supplies, or services of the type normally acquired from higher educational institutions.

(A) Solicitations for research, studies, supplies, or services of the type normally acquired from higher educational institutions; and

(B) For DoD, NASA, and Coast Guard acquisitions, solicitations that contain the clause at 52.219-23, Notice of Price Evaluation Adjustment for Small Disadvantaged Business Concerns.

(2) The following representations or certifications are applicable as indicated by the Contracting Officer:

[X](i) 52.204-17, Ownership or Control of Offeror.

[X](ii) 52.204-20, Predecessor of Offeror.

[](iii) 52.222-18, Certification Regarding Knowledge of Child Labor for Listed End Products.

[](iv) 52.222-48, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment—Certification.

[](v) 52.222-52, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services—Certification.

[](vi) 52.223-9, with its Alternate I, Estimate of Percentage of Recovered Material Content for EPA-Designated Products (Alternate I only).

[](vii) 52.227-6, Royalty Information.

[](A) Basic.

[](B) Alternate I.

[](viii) 52.227-15, Representation of Limited Rights Data and Restricted Computer Software.

(d) The offeror has completed the annual representations and certifications electronically via the SAM Web site accessed through https://www.acquisition.gov. After reviewing the SAM database information, the offeror verifies by submission of the offer that the representations and certifications currently posted electronically that apply to this solicitation as indicated in paragraph (c) of this provision have been entered or updated within the last 12 months, are current, accurate, complete, and applicable to this solicitation (including the business size standard applicable to the NAICS code referenced for this solicitation), as of the date of this offer and are incorporated in this offer by reference (see FAR 4.1201); except for the changes identified below [offeror to insert changes, identifying change by clause number, title, date]. These amended representation(s) and/or certification(s) are also incorporated in this offer and are current, accurate, and complete as of the date of this offer.

FAR Clause # Title Date Change

Any changes provided by the offeror are applicable to this solicitation only, and do not result in an update to the representations and certifications posted on SAM.

Page 51 of 98

Page 66: INFORMATION REGARDING BIDDING MATERIAL, … · Web viewSubmit sealed offers (one (1) original bound and two (2) CDs copies in .pdf format by either method below to: 1. Submit proposal

VA101-16-R-0175

(End of Provision)

3.3 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)

3.4 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

Page 52 of 98

Page 67: INFORMATION REGARDING BIDDING MATERIAL, … · Web viewSubmit sealed offers (one (1) original bound and two (2) CDs copies in .pdf format by either method below to: 1. Submit proposal

VA101-16-R-0175

(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 https://www.acquisition.gov (see 52.204-7).

(End of Provision)

Page 53 of 98

Page 68: INFORMATION REGARDING BIDDING MATERIAL, … · Web viewSubmit sealed offers (one (1) original bound and two (2) CDs copies in .pdf format by either method below to: 1. Submit proposal

VA101-16-R-0175

GENERAL CONDITIONS

4.1 52.203-99 PROHIBITION ON CONTRACTING WITH ENTITIES THAT REQUIRE CERTAIN INTERNAL CONFIDENTIALITY AGREEMENTS (DEVIATION) (FEB 2015) (a) The Contractor shall not require employees or contractors seeking to report fraud, waste, or abuse to sign or comply with internal confidentiality agreements or statements prohibiting or otherwise restricting such employees or subcontractors from lawfully reporting such waste, fraud, or abuse to a designated investigative or law enforcement representative of a Federal department or agency authorized to receive such information.

(b) The contractor shall notify employees that the prohibitions and restrictions of any internal confidentiality agreements covered by this clause are no longer in effect.

(c) The prohibition in paragraph (a) of this clause does not contravene requirements applicable to Standard Form 312, Form 4414, or any other form issued by a Federal department or agency governing the nondisclosure of classified information.

(d)(1) In accordance with section 743 of Division E, Title VII, of the Consolidated and Further Continuing Resolution Appropriations Act, 2015 (Pub. L. 113-235), use of funds appropriated (or otherwise made available) under that or any other Act may be prohibited, if the Government determines that the Contractor is not in compliance with the provisions of this clause.

(2) The Government may seek any available remedies in the event the contractor fails to comply with the provisions of this clause.

(End of Clause)

4.2 52.204-19 INCORPORATION BY REFERENCE OF REPRESENTATIONS AND CERTIFICATIONS (DEC 2014) 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)

4.3 52.209-9 UPDATES OF PUBLICLY AVAILABLE INFORMATION REGARDING RESPONSIBILITY MATTERS (JUL 2013) (a) The Contractor shall update the information in the Federal Awardee Performance and Integrity Information System (FAPIIS) on a semi-annual basis, throughout the life of the contract, by posting the required information in the System for Award Management database via https://www.acquisition.gov.

(b) As required by section 3010 of the Supplemental Appropriations Act, 2010 (Pub. L. 111-212), all information posted in FAPIIS on or after April 15, 2011, except past performance reviews, will be publicly available. FAPIIS consists of two segments—

Page 54 of 98

Page 69: INFORMATION REGARDING BIDDING MATERIAL, … · Web viewSubmit sealed offers (one (1) original bound and two (2) CDs copies in .pdf format by either method below to: 1. Submit proposal

VA101-16-R-0175

(1) The non-public segment, into which Government officials and the Contractor post information, which can only be viewed by—

(i) Government personnel and authorized users performing business on behalf of the Government; or

(ii) The Contractor, when viewing data on itself; and

(2) The publicly-available segment, to which all data in the non-public segment of FAPIS is automatically transferred after a waiting period of 14 calendar days, except for—

(i) Past performance reviews required by subpart 42.15;

(ii) Information that was entered prior to April 15, 2011; or

(iii) Information that is withdrawn during the 14-calendar-day waiting period by the Government official who posted it in accordance with paragraph (c)(1) of this clause.

(c) The Contractor will receive notification when the Government posts new information to the Contractor's record.

(1) If the Contractor asserts in writing within 7 calendar days, to the Government official who posted the information, that some of the information posted to the nonpublic segment of FAPIIS is covered by a disclosure exemption under the Freedom of Information Act, the Government official who posted the information must within 7 calendar days remove the posting from FAPIIS and resolve the issue in accordance with agency Freedom of Information procedures, prior to reposting the releasable information. The contractor must cite 52.209-9 and request removal within 7 calendar days of the posting to FAPIIS.

(2) The Contractor will also have an opportunity to post comments regarding information that has been posted by the Government. The comments will be retained as long as the associated information is retained, i.e., for a total period of 6 years. Contractor comments will remain a part of the record unless the Contractor revises them.

(3) As required by section 3010 of Pub. L. 111-212, all information posted in FAPIIS on or after April 15, 2011, except past performance reviews, will be publicly available.

(d) Public requests for system information posted prior to April 15, 2011, will be handled under Freedom of Information Act procedures, including, where appropriate, procedures promulgated under E.O. 12600.

(End of Clause)

4.4 52.211-10 COMMENCEMENT, PROSECUTION, AND COMPLETION OF WORK (APR 1984)

The Contractor shall be required to (a) commence work under this contract within 30 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 260 days after receipt of award. The time stated for completion shall include final cleanup of the premises.

(End of Clause)

Page 55 of 98

Page 70: INFORMATION REGARDING BIDDING MATERIAL, … · Web viewSubmit sealed offers (one (1) original bound and two (2) CDs copies in .pdf format by either method below to: 1. Submit proposal

VA101-16-R-0175

4.5 52.211-12 LIQUIDATED DAMAGES—CONSTRUCTION (SEPT 2000) (a) If the Contractor fails to complete the work within the time specified in the contract, the Contractor shall pay liquidated damages to the Government in the amount of $205.53 for each calendar day of delay until the work is completed or accepted.

(b) If the Government terminates the Contractor's right to proceed, liquidated damages will continue to accrue until the work is completed. These liquidated damages are in addition to excess costs of repurchase under the Termination clause.

(End of Clause)

4.6 52.219-28 POST-AWARD SMALL BUSINESS PROGRAM REREPRESENTATION (JUL 2013) (a) Definitions. As used in this clause—

Long-term contract means a contract of more than five years in duration, including options. However, the term does not include contracts that exceed five years in duration because the period of performance has been extended for a cumulative period not to exceed six months under the clause at 52.217-8, Option to Extend Services, or other appropriate authority.

Small business concern means a concern, including its affiliates, that is independently owned and operated, not dominant in the field of operation in which it is bidding on Government contracts, and qualified as a small business under the criteria in 13 CFR part 121 and the size standard in paragraph (c) of this clause. Such a concern is "not dominant in its field of operation" when it does not exercise a controlling or major influence on a national basis in a kind of business activity in which a number of business concerns are primarily engaged. In determining whether dominance exists, consideration shall be given to all appropriate factors, including volume of business, number of employees, financial resources, competitive status or position, ownership or control of materials, processes, patents, license agreements, facilities, sales territory, and nature of business activity.

(b) If the Contractor represented that it was a small business concern prior to award of this contract, the Contractor shall rerepresent its size status according to paragraph (e) of this clause or, if applicable, paragraph (g) of this clause, upon the occurrence of any of the following:

(1) Within 30 days after execution of a novation agreement or within 30 days after modification of the contract to include this clause, if the novation agreement was executed prior to inclusion of this clause in the contract.

(2) Within 30 days after a merger or acquisition that does not require a novation or within 30 days after modification of the contract to include this clause, if the merger or acquisition occurred prior to inclusion of this clause in the contract.

(3) For long-term contracts—

(i) Within 60 to 120 days prior to the end of the fifth year of the contract; and

(ii) Within 60 to 120 days prior to the date specified in the contract for exercising any option thereafter.

Page 56 of 98

Page 71: INFORMATION REGARDING BIDDING MATERIAL, … · Web viewSubmit sealed offers (one (1) original bound and two (2) CDs copies in .pdf format by either method below to: 1. Submit proposal

VA101-16-R-0175

(c) The Contractor shall rerepresent its size status in accordance with the size standard in effect at the time of this rerepresentation that corresponds to the North American Industry Classification System (NAICS) code assigned to this contract. The small business size standard corresponding to this NAICS code can be found at http://www.sba.gov/content/table-small-business-size-standards.

(d) The small business size standard for a Contractor providing a product which it does not manufacture itself, for a contract other than a construction or service contract, is 500 employees.

(e) Except as provided in paragraph (g) of this clause, the Contractor shall make the representation required by paragraph (b) of this clause by validating or updating all its representations in the Representations and Certifications section of the System for Award Management (SAM) and its other data in SAM, as necessary, to ensure that they reflect the Contractor's current status. The Contractor shall notify the contracting office in writing within the timeframes specified in paragraph (b) of this clause that the data have been validated or updated, and provide the date of the validation or update.

(f) If the Contractor represented that it was other than a small business concern prior to award of this contract, the Contractor may, but is not required to, take the actions required by paragraphs (e) or (g) of this clause.

(g) If the Contractor does not have representations and certifications in SAM, or does not have a representation in SAM for the NAICS code applicable to this contract, the Contractor is required to complete the following rerepresentation and submit it to the contracting office, along with the contract number and the date on which the rerepresentation was completed:

The Contractor represents that it [ ] is, [ ] is not a small business concern under NAICS Code 236220 assigned to contract number .

[Contractor to sign and date and insert authorized signer's name and title].

(End of Clause)

4.7 52.222-35 EQUAL OPPORTUNITY FOR VETERANS (OCT 2015) (a) Definitions. As used in this clause—

“Active duty wartime or campaign badge veteran,” “Armed Forces service medal veteran,” “disabled veteran,” “protected veteran,” “qualified disabled veteran,” and “recently separated veteran” have the meanings given at FAR 22.1301.

(b) Equal opportunity clause. The Contractor shall abide by the requirements of the equal opportunity clause at 41 CFR 60-300.5(a), as of March 24, 2014. This clause prohibits discrimination against qualified protected veterans, and requires affirmative action by the Contractor to employ and advance in employment qualified protected veterans.

(c) Subcontracts. The Contractor shall insert the terms of this clause in subcontracts of $150,000 or more unless exempted by rules, regulations, or orders of the Secretary of Labor. The Contractor shall act as specified by the Director, Office of Federal Contract Compliance Programs, to enforce the terms, including action for noncompliance. Such necessary changes in language may be made as shall be appropriate to identify properly the parties and their undertakings.

(End of Clause)

Page 57 of 98

Page 72: INFORMATION REGARDING BIDDING MATERIAL, … · Web viewSubmit sealed offers (one (1) original bound and two (2) CDs copies in .pdf format by either method below to: 1. Submit proposal

VA101-16-R-0175

4.8 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 http://www.dol.gov/olms/regs/compliance/EO13496.htm; 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

Page 58 of 98

Page 73: INFORMATION REGARDING BIDDING MATERIAL, … · Web viewSubmit sealed offers (one (1) original bound and two (2) CDs copies in .pdf format by either method below to: 1. Submit proposal

VA101-16-R-0175

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)

4.9 52.225-9 BUY AMERICAN—CONSTRUCTION MATERIALS (MAY 2014) (a) Definitions. As used in this clause—

"Commercially available off-the-shelf (COTS) item"—

(1) Means any item of supply (including construction material) that is—

(i) A commercial item (as defined in paragraph (1) of the definition at FAR 2.101);

(ii) Sold in substantial quantities in the commercial marketplace; and

(iii) Offered to the Government, under a contract or subcontract at any tier, without modification, in the same form in which it is sold in the commercial marketplace; and

(2) Does not include bulk cargo, as defined in 46 U.S.C. 40102(4), such as agricultural products and petroleum products.

"Component" means any article, material, or supply incorporated directly into construction material.

"Construction material" means an article, material, or supply brought to the construction site by the Contractor or a subcontractor for incorporation into the building or work. The term also includes an item brought to the site preassembled from articles, materials, or supplies. However, emergency life safety systems, such as emergency lighting, fire alarm, and audio evacuation systems, that are discrete systems incorporated into a public building or work and that are produced as complete systems, are evaluated as a single and distinct construction material regardless of when or how the individual parts or components of those systems are delivered to the construction site. Materials purchased directly by the Government are supplies, not construction material.

"Cost of components" means—

(1) For components purchased by the Contractor, the acquisition cost, including transportation costs to the place of incorporation into the end product (whether or not such costs are paid to a domestic firm), and any applicable duty (whether or not a duty-free entry certificate is issued); or

Page 59 of 98

Page 74: INFORMATION REGARDING BIDDING MATERIAL, … · Web viewSubmit sealed offers (one (1) original bound and two (2) CDs copies in .pdf format by either method below to: 1. Submit proposal

VA101-16-R-0175

(2) For components manufactured by the Contractor, all costs associated with the manufacture of the component, including transportation costs as described in paragraph (1) of this definition, plus allocable overhead costs, but excluding profit. Cost of components does not include any costs associated with the manufacture of the construction material.

"Domestic construction material" means—

(1) An unmanufactured construction material mined or produced in the United States;

(2) A construction material manufactured in the United States, if—

(i) The cost of its components mined, produced, or manufactured in the United States exceeds 50 percent of the cost of all its components. Components of foreign origin of the same class or kind for which nonavailability determinations have been made are treated as domestic; or

(ii) The construction material is a COTS item.

"Foreign construction material" means a construction material other than a domestic construction material.

"United States" means the 50 States, the District of Columbia, and outlying areas.

(b) Domestic preference.

(1) This clause implements 41 U.S.C. chapter 83, Buy American, by providing a preference for domestic construction material. In accordance with 41 U.S.C. 1907, the component test of the Buy American statute is waived for construction material that is a COTS item. (See FAR 12.505(a)(2)). The Contractor shall use only domestic construction material in performing this contract, except as provided in paragraphs (b)(2) and (b)(3) of this clause.

(2) This requirement does not apply to information technology that is a commercial item or to the construction materials or components listed by the Government as follows:

none

(3) The Contracting Officer may add other foreign construction material to the list in paragraph (b)(2) of this clause if the Government determines that—

(i) The cost of domestic construction material would be unreasonable. The cost of a particular domestic construction material subject to the requirements of the Buy American statute is unreasonable when the cost of such material exceeds the cost of foreign material by more than 6 percent;

(ii) The application of the restriction of the Buy American statute to a particular construction material would be impracticable or inconsistent with the public interest; or

(iii) The construction material is not mined, produced, or manufactured in the United States in sufficient and reasonably available commercial quantities of a satisfactory quality.

Page 60 of 98

Page 75: INFORMATION REGARDING BIDDING MATERIAL, … · Web viewSubmit sealed offers (one (1) original bound and two (2) CDs copies in .pdf format by either method below to: 1. Submit proposal

VA101-16-R-0175

(c) Request for determination of inapplicability of the Buy American statute.

(1)(i) Any Contractor request to use foreign construction material in accordance with paragraph (b)(3) of this clause shall include adequate information for Government evaluation of the request, including—

(A) A description of the foreign and domestic construction materials;

(B) Unit of measure;

(C) Quantity;

(D) Price;

(E) Time of delivery or availability;

(F) Location of the construction project;

(G) Name and address of the proposed supplier; and

(H) A detailed justification of the reason for use of foreign construction materials cited in accordance with paragraph (b)(3) of this clause.

(ii) A request based on unreasonable cost shall include a reasonable survey of the market and a completed price comparison table in the format in paragraph (d) of this clause.

(iii) The price of construction material shall include all delivery costs to the construction site and any applicable duty (whether or not a duty-free certificate may be issued).

(iv) Any Contractor request for a determination submitted after contract award shall explain why the Contractor could not reasonably foresee the need for such determination and could not have requested the determination before contract award. If the Contractor does not submit a satisfactory explanation, the Contracting Officer need not make a determination.

(2) If the Government determines after contract award that an exception to the Buy American statute applies and the Contracting Officer and the Contractor negotiate adequate consideration, the Contracting Officer will modify the contract to allow use of the foreign construction material. However, when the basis for the exception is the unreasonable price of a domestic construction material, adequate consideration is not less than the differential established in paragraph (b)(3)(i) of this clause.

(3) Unless the Government determines that an exception to the Buy American statute applies, use of foreign construction material is noncompliant with the Buy American statute.

(d) Data. To permit evaluation of requests under paragraph (c) of this clause based on unreasonable cost, the Contractor shall include the following information and any applicable supporting data based on the survey of suppliers:

FOREIGN AND DOMESTIC CONSTRUCTION MATERIALS PRICE COMPARISONConstruction Material

DescriptionUnit of

MeasureQuantity Price (Dollars)*

Item 1:Foreign Construction Material

Page 61 of 98

Page 76: INFORMATION REGARDING BIDDING MATERIAL, … · Web viewSubmit sealed offers (one (1) original bound and two (2) CDs copies in .pdf format by either method below to: 1. Submit proposal

VA101-16-R-0175

Domestic Construction MaterialItem 2:Foreign Construction MaterialDomestic Construction Material

[List name, address, telephone number, and contact for suppliers surveyed Attach copy of response; if oral, attach summary.][Include other applicable supporting information.][*Include all delivery costs to the construction site and any applicable duty (whether or not a duty-free entry certificate is issued).]

(End of Clause)

4.10 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):

http://www.acquisition.gov/far/index.html http://www.va.gov/oal/library/vaar/

(End of Clause)

FAR Number

Title Date

52.202-1 DEFINITIONS NOV 201352.203-3 GRATUITIES APR 198452.203-5 COVENANT AGAINST CONTINGENT FEES MAY 201452.203-6 RESTRICTIONS ON SUBCONTRACTOR SALES TO THE

GOVERNMENTSEP 2006

52.203-7 ANTI-KICKBACK PROCEDURES MAY 201452.203-8 CANCELLATION, RESCISSION, AND RECOVERY OF

FUNDS FOR ILLEGAL OR IMPROPER ACTIVITYMAY 2014

52.203-10 PRICE OR FEE ADJUSTMENT FOR ILLEGAL OR IMPROPER ACTIVITY

MAY 2014

52.203-12 LIMITATION ON PAYMENTS TO INFLUENCE CERTAIN FEDERAL TRANSACTIONS

OCT 2010

52.203-17 CONTRACTOR EMPLOYEE WHISTLEBLOWER RIGHTS AND REQUIREMENT TO INFORM EMPLOYEES OF WHISTLEBLOWER RIGHTS

APR 2014

52.204-4 PRINTED OR COPIED DOUBLE-SIDED ON RECYCLED PAPER

MAY 2011

52.204-7 SYSTEM FOR AWARD MANAGEMENT JUL 201352.204-10 REPORTING EXECUTIVE COMPENSATION AND FIRST-

TIER SUBCONTRACT AWARDSOCT 2015

52.204-13 SYSTEM FOR AWARD MANAGEMENT MAINTENANCE JUL 201352.204-14 SERVICE CONTRACT REPORTING REQUIREMENTS JAN 201452.204-18 COMMERCIAL AND GOVERNMENT ENTITY CODE

MAINTENANCEJUL 2015

52.209-6 PROTECTING THE GOVERNMENT'S INTEREST WHEN SUBCONTRACTING WITH CONTRACTORS DEBARRED, SUSPENDED, OR PROPOSED FOR DEBARMENT

OCT 2015

52.209-10 PROHIBITION ON CONTRACTING WITH INVERTED NOV 2015

Page 62 of 98

Page 77: INFORMATION REGARDING BIDDING MATERIAL, … · Web viewSubmit sealed offers (one (1) original bound and two (2) CDs copies in .pdf format by either method below to: 1. Submit proposal

VA101-16-R-0175

DOMESTIC CORPORATIONS52.215-2 AUDIT AND RECORDS—NEGOTIATION OCT 201052.219-8 UTILIZATION OF SMALL BUSINESS CONCERNS OCT 201452.222-1 NOTICE TO THE GOVERNMENT OF LABOR DISPUTES FEB 199752.222-3 CONVICT LABOR JUN 200352.222-4 CONTRACT WORK HOURS AND SAFETY STANDARDS—

OVERTIME COMPENSATIONMAY 2014

52.222-6 CONSTRUCTION WAGE RATE REQUIREMENTS MAY 201452.222-7 WITHHOLDING OF FUNDS MAY 201452.222-8 PAYROLLS AND BASIC RECORDS MAY 201452.222-9 APPRENTICES AND TRAINEES JUL 200552.222-10 COMPLIANCE WITH COPELAND ACT REQUIREMENTS FEB 198852.222-11 SUBCONTRACTS (LABOR STANDARDS) MAY 201452.222-12 CONTRACT TERMINATION—DEBARMENT MAY 201452.222-13 COMPLIANCE WITH CONSTRUCTION WAGE RATE

REQUIREMENTS AND RELATED REGULATIONSMAY 2014

52.222-14 DISPUTES CONCERNING LABOR STANDARDS FEB 198852.222-15 CERTIFICATION OF ELIGIBILITY MAY 201452.222-21 PROHIBITION OF SEGREGATED FACILITIES APR 201552.222-26 EQUAL OPPORTUNITY APR 201552.222-27 AFFIRMATIVE ACTION COMPLIANCE REQUIREMENTS

FOR CONSTRUCTIONAPR 2015

52.222-36 EQUAL OPPORTUNITY FOR WORKERS WITH DISABILITIES

JUL 2014

52.222-37 EMPLOYMENT REPORTS ON VETERANS FEB 201652.222-50 COMBATING TRAFFICKING IN PERSONS MAR 201552.222-54 EMPLOYMENT ELIGIBILITY VERIFICATION OCT 201552.222-55 MINIMUM WAGES UNDER EXECUTIVE ORDER 13658 DEC 201552.223-5 POLLUTION PREVENTION AND RIGHT-TO-KNOW

INFORMATIONMAY 2011

52.223-6 DRUG-FREE WORKPLACE MAY 200152.223-15 ENERGY EFFICIENCY IN ENERGY-CONSUMING

PRODUCTSDEC 2007

52.223-17 AFFIRMATIVE PROCUREMENT OF EPA-DESIGNATED ITEMS IN SERVICE AND CONSTRUCTION CONTRACTS

MAY 2008

52.223-18 ENCOURAGING CONTRACTOR POLICIES TO BAN TEXT MESSAGING WHILE DRIVING

AUG 2011

52.223-21 FOAMS JUN 201652.225-13 RESTRICTIONS ON CERTAIN FOREIGN PURCHASES JUN 200852.227-1 AUTHORIZATION AND CONSENT DEC 200752.227-2 NOTICE AND ASSISTANCE REGARDING PATENT AND

COPYRIGHT INFRINGEMENTDEC 2007

52.227-4 PATENT INDEMNITY—CONSTRUCTION CONTRACTS DEC 200752.228-2 ADDITIONAL BOND SECURITY OCT 199752.228-5 INSURANCE—WORK ON A GOVERNMENT

INSTALLATIONJAN 1997

52.228-11 PLEDGES OF ASSETS JAN 201252.228-12 PROSPECTIVE SUBCONTRACTOR REQUESTS FOR BONDS MAY 201452.228-14 IRREVOCABLE LETTER OF CREDIT NOV 201452.228-15 PERFORMANCE AND PAYMENT BONDS—

CONSTRUCTIONOCT 2010

52.229-3 FEDERAL, STATE, AND LOCAL TAXES FEB 201352.232-5 PAYMENTS UNDER FIXED-PRICE CONSTRUCTION

CONTRACTSMAY 2014

Page 63 of 98

Page 78: INFORMATION REGARDING BIDDING MATERIAL, … · Web viewSubmit sealed offers (one (1) original bound and two (2) CDs copies in .pdf format by either method below to: 1. Submit proposal

VA101-16-R-0175

52.232-17 INTEREST MAY 201452.232-23 ASSIGNMENT OF CLAIMS MAY 201452.232-27 PROMPT PAYMENT FOR CONSTRUCTION CONTRACTS MAY 201452.232-34 PAYMENT BY ELECTRONIC FUNDS TRANSFER—OTHER

THAN SYSTEM FOR AWARD MANAGEMENTJUL 2013

52.232-39 UNENFORCEABILITY OF UNAUTHORIZED OBLIGATIONS JUN 201352.232-40 PROVIDING ACCELERATED PAYMENTS TO SMALL

BUSINESS SUBCONTRACTORSDEC 2013

52.233-1 DISPUTES ALTERNATE I (DEC 1991) MAY 201452.233-3 PROTEST AFTER AWARD AUG 199652.233-4 APPLICABLE LAW FOR BREACH OF CONTRACT CLAIM OCT 200452.236-2 DIFFERING SITE CONDITIONS APR 198452.236-3 SITE INVESTIGATION AND CONDITIONS AFFECTING THE

WORKAPR 1984

52.236-5 MATERIAL AND WORKMANSHIP APR 198452.236-6 SUPERINTENDENCE BY THE CONTRACTOR APR 198452.236-7 PERMITS AND RESPONSIBILITIES NOV 199152.236-8 OTHER CONTRACTS APR 198452.236-9 PROTECTION OF EXISTING VEGETATION, STRUCTURES,

EQUIPMENT, UTILITIES, AND IMPROVEMENTSAPR 1984

52.236-10 OPERATIONS AND STORAGE AREAS APR 198452.236-11 USE AND POSSESSION PRIOR TO COMPLETION APR 198452.236-12 CLEANING UP APR 198452.236-13 ACCIDENT PREVENTION NOV 199152.236-14 AVAILABILITY AND USE OF UTILITY SERVICES APR 1984

$ 52.236-15 SCHEDULES FOR CONSTRUCTION CONTRACTS APR 198452.236-17 LAYOUT OF WORK APR 198452.236-21 SPECIFICATIONS AND DRAWINGS FOR CONSTRUCTION

ALTERNATE I (APR 1984)FEB 1997

52.242-13 BANKRUPTCY JUL 199552.242-14 SUSPENSION OF WORK APR 198452.243-4 CHANGES JUN 200752.244-5 COMPETITION IN SUBCONTRACTING DEC 199652.244-6 SUBCONTRACTS FOR COMMERCIAL ITEMS JUN 201652.246-21 WARRANTY OF CONSTRUCTION MAR 199452.248-3 VALUE ENGINEERING—CONSTRUCTION ALTERNATE I

(APR 1984)OCT 2015

52.249-2 TERMINATION FOR CONVENIENCE OF THE GOVERNMENT (FIXED PRICE) ALTERNATE I (SEPT 1996)

APR 2012

52.249-10 DEFAULT (FIXED-PRICE CONSTRUCTION) APR 198452.253-1 COMPUTER GENERATED FORMS JAN 1991

4.11 VAAR 852.203-70 COMMERCIAL ADVERTISING (JAN 2008)

The bidder or offeror agrees that if a contract is awarded to him/her, as a result of this solicitation, he/she will not advertise the award of the contract in his/her commercial advertising in such a manner as to state or imply that the Department of Veterans Affairs endorses a product, project or commercial line of endeavor.

(End of Clause)

Page 64 of 98

Page 79: INFORMATION REGARDING BIDDING MATERIAL, … · Web viewSubmit sealed offers (one (1) original bound and two (2) CDs copies in .pdf format by either method below to: 1. Submit proposal

VA101-16-R-0175

4.12 VAAR 852.211-74 LIQUIDATED DAMAGES (JAN 2008) If any unit of the work contracted for is accepted in advance of the whole, the rate of liquidated damages assessed will be in the ratio that the value of the unaccepted work bears to the total amount of the contract. If a separate price for unaccepted work has not been stated in the contractor's bid, determination of the value thereof will be made from schedules of costs furnished by the contractor and approved by the contracting officer, as specified elsewhere in the contract.

(End of Clause)

4.13 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, (http://www.VetBiz.gov).

(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;

Page 65 of 98

Page 80: INFORMATION REGARDING BIDDING MATERIAL, … · Web viewSubmit sealed offers (one (1) original bound and two (2) CDs copies in .pdf format by either method below to: 1. Submit proposal

VA101-16-R-0175

(2) Supplies (other than acquisition from a nonmanufacturer of the supplies), at least 50 percent of the cost of manufacturing, excluding the cost of materials, will be performed by the concern or other eligible service-disabled veteran-owned small business concerns;

(3) General construction, at least 15 percent of the cost of the contract performance incurred for personnel will be spent on the concern's employees or the employees of other eligible service-disabled veteran-owned small business concerns; or

(4) Construction by special trade contractors, at least 25 percent of the cost of the contract performance incurred for personnel will be spent on the concern's employees or the employees of other eligible service-disabled veteran-owned small business concerns.

(d) A joint venture may be considered a service-disabled veteran owned small business concern if--

(1) At least one member of the joint venture is a service-disabled veteran-owned small business concern, and makes the following representations: That it is a service-disabled veteran-owned small business concern, and that it is a small business concern under the North American Industry Classification Systems (NAICS) code assigned to the procurement;

(2) Each other concern is small under the size standard corresponding to the NAICS code assigned to the procurement; and

(3) The joint venture meets the requirements of paragraph 7 of the explanation of Affiliates in 19.101 of the Federal Acquisition Regulation.

(4) The joint venture meets the requirements of 13 CFR 125.15(b).

(e) Any service-disabled veteran-owned small business concern (non-manufacturer) must meet the requirements in 19.102(f) of the Federal Acquisition Regulation to receive a benefit under this program.

(End of Clause)

4.14 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)

4.15 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

Page 66 of 98

Page 81: INFORMATION REGARDING BIDDING MATERIAL, … · Web viewSubmit sealed offers (one (1) original bound and two (2) CDs copies in .pdf format by either method below to: 1. Submit proposal

VA101-16-R-0175

Accepted electronic data transmission methods and formats identified in paragraph (c) of this clause. Facsimile, email, and scanned documents are not acceptable electronic forms for submission of payment requests.

(4) Invoice payment has the meaning given in FAR 32.001.

(5) Payment request means any request for contract financing payment or invoice payment submitted by the contractor under this contract.

(b) Electronic payment requests. Except as provided in paragraph (e) of this clause, the contractor shall submit payment requests in electronic form. Purchases paid with a Government-wide commercial purchase card are considered to be an electronic transaction for purposes of this rule, and therefore no additional electronic invoice submission is required.

(c) Data transmission. A contractor must ensure that the data transmission method and format are through one of the following:

(1) VA’s Electronic Invoice Presentment and Payment System. (See Web site at http://www.fsc.va.gov/einvoice.asp.)

(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 (http://www.x12.org) 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)

Page 67 of 98

Page 82: INFORMATION REGARDING BIDDING MATERIAL, … · Web viewSubmit sealed offers (one (1) original bound and two (2) CDs copies in .pdf format by either method below to: 1. Submit proposal

VA101-16-R-0175

4.16 VAAR 852.236-71 SPECIFICATIONS AND DRAWINGS FOR CONSTRUCTION (JUL 2002)

The clause entitled "Specifications and Drawings for Construction" in FAR 52.236-21 is supplemented as follows:

(a) The contracting officer's interpretation of the drawings and specifications will be final, subject to the disputes clause.

(b) Large scale drawings supersede small scale drawings.

(c) Dimensions govern in all cases. Scaling of drawings may be done only for general location and general size of items.

(d) Dimensions shown of existing work and all dimensions required for work that is to connect with existing work shall be verified by the contractor by actual measurement of the existing work. Any work at variance with that specified or shown in the drawings shall not be performed by the contractor until approved in writing by the contracting officer.

(End of Clause)

4.17 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

Page 68 of 98

Page 83: INFORMATION REGARDING BIDDING MATERIAL, … · Web viewSubmit sealed offers (one (1) original bound and two (2) CDs copies in .pdf format by either method below to: 1. Submit proposal

VA101-16-R-0175

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)

4.18 VAAR 852.236-74 INSPECTION OF CONSTRUCTION (JUL 2002) The clause entitled "Inspection of Construction" in FAR 52.246-12 is supplemented as follows:

(a) Inspection of materials and articles furnished under this contract will be made at the site by the resident engineer, unless otherwise provided for in the specifications.

(b) Final inspection will not be made until the contract work is ready for beneficial use or occupancy. The contractor shall notify the contracting officer, through the resident engineer, fifteen (15) days prior to the date on which the work will be ready for final inspection.

(End of Clause)

4.19 VAAR 852.236-76 CORRESPONDENCE (APR 1984)

All correspondence relative to this contract shall bear Specification Number, Project Number, Department of Veterans Affairs Contract Number, title of project and name of facility.

(End of Clause)

4.20 VAAR 852.236-77 REFERENCE TO "STANDARDS" (JUL 2002) Any materials, equipment, or workmanship specified by references to number, symbol, or title of any specific Federal, Industry or Government Agency Standard Specification shall comply with all applicable provisions of such standard specifications, except as limited to type, class or grade, or modified in contract specifications. Reference to "Standards" referred to in the contract specifications, except as modified, shall have full force and effect as though printed in detail in specifications.

(End of Clause)

4.21 VAAR 852.236-78 GOVERNMENT SUPERVISION (APR 1984)

(a) The work will be under the direction of the Department of Veterans Affairs contracting officer, who may designate another VA employee to act as resident engineer at the construction site.

(b) Except as provided below, the resident engineer's directions will not conflict with or change contract requirements.

(c) Within the limits of any specific authority delegated by the contracting officer, the resident engineer may, by written direction, make changes in the work. The contractor shall be advised of the extent of such authority prior to execution of any work under the contract.

(End of Clause)

Page 69 of 98

Page 84: INFORMATION REGARDING BIDDING MATERIAL, … · Web viewSubmit sealed offers (one (1) original bound and two (2) CDs copies in .pdf format by either method below to: 1. Submit proposal

VA101-16-R-0175

4.22 VAAR 852.236-79 DAILY REPORT OF WORKERS AND MATERIAL (APR 1984)

The contractor shall furnish to the resident engineer each day a consolidated report for the preceding work day in which is shown the number of laborers, mechanics, foremen/forewomen and pieces of heavy equipment used or employed by the contractor and subcontractors. The report shall bear the name of the firm, the branch of work which they perform such as concrete, plastering, masonry, plumbing, sheet metal work, etc. The report shall give a breakdown of employees by crafts, location where employed, and work performed. The report shall also list materials delivered to the site on the date covered by the report.

(End of Clause)

4.23 VAAR 852.236-80 SUBCONTRACTS AND WORK COORDINATION (APR 1984)

(a) Nothing contained in this contract shall be construed as creating any contractual relationship between any subcontractor and the Government. Divisions or sections of specifications are not intended to control the contractor in dividing work among subcontractors, or to limit work performed by any trade.

(b) The contractor shall be responsible to the Government for acts and omissions of his/her own employees, and of the subcontractors and their employees. The contractor shall also be responsible for coordination of the work of the trades, subcontractors, and material suppliers.

(c) The Government or its representatives will not undertake to settle any differences between the contractor and subcontractors or between subcontractors.

(d) The Government reserves the right to refuse to permit employment on the work or require dismissal from the work of any subcontractor who, by reason of previous unsatisfactory work on Department of Veterans Affairs projects or for any other reason, is considered by the contracting officer to be incompetent or otherwise objectionable.

(End of Clause)

4.24 VAAR 852.236-82 PAYMENTS UNDER FIXED-PRICE CONSTRUCTION CONTRACTS (WITHOUT NAS) (APR 1984)

(a) Retainage:

(1) The contracting officer may retain funds:

(i) Where performance under the contract has been determined to be deficient or the contractor has performed in an unsatisfactory manner in the past; or

(ii) As the contract nears completion, to ensure that deficiencies will be corrected and that completion is timely.

(2) Examples of deficient performance justifying a retention of funds include, but are not restricted to, the following:

(i) Unsatisfactory progress as determined by the contracting officer;

Page 70 of 98

Page 85: INFORMATION REGARDING BIDDING MATERIAL, … · Web viewSubmit sealed offers (one (1) original bound and two (2) CDs copies in .pdf format by either method below to: 1. Submit proposal

VA101-16-R-0175

(ii) Failure to meet schedule in Schedule of Work Progress;

(iii) Failure to present submittals in a timely manner; or

(iv) Failure to comply in good faith with approved subcontracting plans, certifications, or contract requirements.

(3) Any level of retention shall not exceed 10 percent either where there is determined to be unsatisfactory performance, or when the retainage is to ensure satisfactory completion. Retained amounts shall be paid promptly upon completion of all contract requirements, but nothing contained in this subparagraph shall be construed as limiting the contracting officer's right to withhold funds under other provisions of the contract or in accordance with the general law and regulations regarding the administration of Government contracts.

(b) The contractor shall submit a schedule of cost to the contracting officer for approval within 30 calendar days after date of receipt of notice to proceed. Such schedule will be signed and submitted in triplicate. The approved cost schedule will be one of the bases for determining progress payments to the contractor for work completed. This schedule shall show cost by the branches of work for each building or unit of the contract, as instructed by the resident engineer.

(1) The branches shall be subdivided into as many sub-branches as are necessary to cover all component parts of the contract work.

(2) Costs as shown on this schedule must be true costs and, should the resident engineer so desire, he/she may require the contractor to submit the original estimate sheets or other information to substantiate the detailed makeup of the schedule.

(3) The sum of the sub-branches, as applied to each branch, shall equal the total cost of such branch. The total cost of all branches shall equal the contract price.

(4) Insurance and similar items shall be prorated and included in the cost of each branch of the work.

(5) The cost schedule shall include separate cost information for the systems listed in the table in this paragraph (b)(5). The percentages listed below are proportions of the cost listed in the contractor's cost schedule and identify, for payment purposes, the value of the work to adjust, correct and test systems after the material has been installed. Payment of the listed percentages will be made only after the contractor has demonstrated that each of the systems is substantially complete and operates as required by the contract.

VALUE OF ADJUSTING, CORRECTING, AND TESTING SYSTEM

System Percent

Pneumatic tube system 10

Incinerators (medical waste and trash) 5

Sewage treatment plant equipment 5

Water treatment plant equipment 5

Page 71 of 98

Page 86: INFORMATION REGARDING BIDDING MATERIAL, … · Web viewSubmit sealed offers (one (1) original bound and two (2) CDs copies in .pdf format by either method below to: 1. Submit proposal

VA101-16-R-0175

Washers (dish, cage, glass, etc.) 5

Sterilizing equipment 5

Water distilling equipment 5

Prefab temperature rooms (cold, constant temperature) 5

Entire air-conditioning system (Specified under 600 Sections) 5

Entire boiler plant system (Specified under 700 Sections) 5

General supply conveyors 10

Food service conveyors 10

Pneumatic soiled linen and trash system 10

Elevators and dumbwaiters 10

Materials transport system 10

Engine-generator system 5

Primary switchgear 5

Secondary switchgear 5

Fire alarm system 5

Nurse call system 5

Intercom system 5

Radio system 5

TV (entertainment) system 5

(c) In addition to this cost schedule, the contractor shall submit such unit costs as may be specifically requested. The unit costs shall be those used by the contractor in preparing his/her bid and will not be binding as pertaining to any contract changes.

(d) The contracting officer will consider for monthly progress payments material and/or equipment procured by the contractor and stored on the construction site, as space is available, or at a local approved location off the site, under such terms and conditions as such officer approves, including but not limited to the following:

(1) The material or equipment is in accordance with the contract requirements and/or approved samples and shop drawings.

(2) Only those materials and/or equipment as are approved by the resident engineer for storage will be included.

Page 72 of 98

Page 87: INFORMATION REGARDING BIDDING MATERIAL, … · Web viewSubmit sealed offers (one (1) original bound and two (2) CDs copies in .pdf format by either method below to: 1. Submit proposal

VA101-16-R-0175

(3) Such materials and/or equipment will be stored separately and will be readily available for inspection and inventory by the resident engineer.

(4) Such materials and/or equipment will be protected against weather, theft and other hazards and will not be subjected to deterioration.

(5) All of the other terms, provisions, conditions and covenants contained in the contract shall be and remain in full force and effect as therein provided.

(6) A supplemental agreement will be executed between the Government and the contractor with the consent of the contractor's surety for off-site storage.

(e) The contractor, prior to receiving a progress or final payment under this contract, shall submit to the contracting officer a certification that the contractor has made payment from proceeds of prior payments, or that timely payment will be made from the proceeds of the progress or final payment then due, to subcontractors and suppliers in accordance with the contractual arrangements with them.

(f) The Government reserves the right to withhold payment until samples, shop drawings, engineer's certificates, additional bonds, payrolls, weekly statements of compliance, proof of title, nondiscrimination compliance reports, or any other things required by this contract, have been submitted to the satisfaction of the contracting officer.

(End of Clause)

4.25 VAAR 852.236-84 SCHEDULE OF WORK PROGRESS (NOV 1984) (a) The contractor shall submit with the schedule of costs, a progress schedule that indicates the anticipated installation of work versus the elapsed contract time, for the approval of the contracting officer. The progress schedule time shall be represented in the form of a bar graph with the contract time plotted along the horizontal axis. The starting date of the schedule shall be the date the contractor receives the "Notice to Proceed." The ending date shall be the original contract completion date. At a minimum, both dates shall be indicated on the progress schedule. The specific item of work, i.e., "Excavation", "Floor Tile", "Finish Carpentry", etc., should be plotted along the vertical axis and indicated by a line or bar at which time(s) during the contract this work is scheduled to take place. The schedule shall be submitted in triplicate and signed by the contractor.

(b) The actual percent completion will be based on the value of installed work divided by the current contract amount. The actual completion percentage will be indicated on the monthly progress report.

(c) The progress schedule will be revised when individual or cumulative time extensions of 15 calendar days or more are granted for any reason. The revised schedule should indicate the new contract completion date and should reflect any changes to the installation time(s) of the items of work affected.

(d) The revised progress schedule will be used for reporting future scheduled percentage completion.

(End of Clause)

Page 73 of 98

Page 88: INFORMATION REGARDING BIDDING MATERIAL, … · Web viewSubmit sealed offers (one (1) original bound and two (2) CDs copies in .pdf format by either method below to: 1. Submit proposal

VA101-16-R-0175

4.26 VAAR 852.236-85 SUPPLEMENTARY LABOR STANDARDS PROVISIONS (APR 1984)

(a) The wage determination decision of the Secretary of Labor is set forth in section GR, General Requirements, of this contract. It is the result of a study of wage conditions in the locality and establishes the minimum hourly rates of wages and fringe benefits for the described classes of labor in accordance with applicable law. No increase in the contract price will be allowed or authorized because of payment of wage rates in excess of those listed.

(b) The contractor shall submit the required copies of payrolls to the contracting officer through the resident engineer or engineer officer, when acting in that capacity. Department of Labor Form WH- 347, Payroll, available from the Superintendent of Documents, Government Printing Office, Washington, DC 20402, may be used for this purpose. If, however, the contractor or subcontractor elects to use an individually composed payroll form, it shall contain the same information shown on Form WH-347, and in addition be accompanied by Department of Labor Form WH-348, Statement of Compliance, or any other form containing the exact wording of this form.

(End of Clause)

4.27 VAAR 852.236-86 WORKER'S COMPENSATION (JAN 2008) Public Law 107-217 (40 U.S.C. 3172) authorizes the constituted authority of States to apply their workers compensation laws to all lands and premises owned or held by the United States.

(End of Clause)

4.28 VAAR 852.236-87 ACCIDENT PREVENTION (SEP 1993)

The Resident Engineer on all assigned construction projects, or other Department of Veterans Affairs employee if designated in writing by the Contracting Officer, shall serve as Safety Officer and as such has authority, on behalf of the Contracting Officer, to monitor and enforce Contractor compliance with FAR 52.236-13, Accident Prevention. However, only the Contracting Officer may issue an order to stop all or part of the work while requiring satisfactory or corrective action to be taken by the Contractor.

(End of Clause)

4.29 VAAR 852.236-88 CONTRACT CHANGES--SUPPLEMENT (JUL 2002) The clauses entitled “Changes” in FAR 52.243-4 and “Differing Site Conditions” in FAR 52.236-2 are supplemented as follows:

(a) Paragraphs (a)(1) through (a)(4) apply to proposed contract changes costing over $500,000.

(1) When requested by the contracting officer, the contractor shall submit proposals for changes in work to the resident engineer. Proposals, to be submitted as expeditiously as possible but within 30 calendar days after receipt of request, shall be in legible form, original and two copies, with an itemized breakdown that will include material, quantities, unit prices, labor costs (separated into trades), construction equipment, etc. (Labor costs are to be identified with specific material placed or operation performed.) The contractor must obtain and furnish with a proposal an itemized breakdown as described above, signed by each subcontractor participating in the change regardless of tier. When certified cost or

Page 74 of 98

Page 89: INFORMATION REGARDING BIDDING MATERIAL, … · Web viewSubmit sealed offers (one (1) original bound and two (2) CDs copies in .pdf format by either method below to: 1. Submit proposal

VA101-16-R-0175

pricing data are required under FAR Subpart 15.403, the cost or pricing data shall be submitted in accordance with FAR 15.403-5.

(2) When the necessity to proceed with a change does not allow sufficient time to negotiate a modification or because of failure to reach an agreement, the contracting officer may issue a change order instructing the contractor to proceed on the basis of a tentative price based on the best estimate available at the time, with the firm price to be determined later. Furthermore, when the change order is issued, the contractor shall submit a proposal, which includes the information required by paragraph (a)(1), for cost of changes in work within 30 calendar days.

(3) The contracting officer will consider issuing a settlement by determination to the contract if the contractor's proposal required by paragraphs (a)(1) or (a)(2) of this clause is not received within 30 calendar days or if agreement has not been reached.

(4) Bond premium adjustment, consequent upon changes ordered, will be made as elsewhere specified at the time of final settlement under the contract and will not be included in the individual change.

(b) Paragraphs (b)(1) through (b)(11) apply to proposed contract changes costing $500,000 or less:

(1) When requested by the contracting officer, the contractor shall submit proposals for changes in work to the resident engineer. Proposals, to be submitted as expeditiously as possible but within 30 calendar days after receipt of request, shall be in legible form, original and two copies, with an itemized breakdown that will include material, quantities, unit prices, labor costs (separated into trades), construction equipment, etc. (Labor costs are to be identified with specific material placed or operation performed.) The contractor must obtain and furnish with a proposal an itemized breakdown as described above, signed by each subcontractor participating in the change regardless of tier. When certified cost or pricing data or information other than cost or pricing data are required under FAR 15.403, the data shall be submitted in accordance with FAR 15.403-5. No itemized breakdown will be required for proposals amounting to less than $1,000.

(2) When the necessity to proceed with a change does not allow sufficient time to negotiate a modification or because of failure to reach an agreement, the contracting officer may issue a change order instructing the contractor to proceed on the basis of a tentative price based on the best estimate available at the time, with the firm price to be determined later. Furthermore, when the change order is issued, the contractor shall submit within 30 calendar days, a proposal that includes the information required by paragraph (b)(1) for the cost of the changes in work.

(3) The contracting officer will consider issuing a settlement by determination to the contract if the contractor's proposal required by paragraphs (b)(1) or (b)(2) of this clause is not received within 30 calendar days, or if agreement has not been reached.

(4) Allowances not to exceed 10 percent each for overhead and profit for the party performing the work will be based on the value of labor, material, and use of construction equipment required to accomplish the change. As the value of the change increases, a declining scale will be used in negotiating the percentage of overhead and profit. Allowable percentages on changes will not exceed the following: 10 percent overhead and 10 percent profit on the first $20,000; 7-1/2 percent overhead and 7-1/2 percent profit on the next $30,000; 5 percent overhead and 5 percent profit on balance over $50,000. Profit shall be computed by multiplying the profit percentage by the sum of the direct costs and computed overhead costs.

Page 75 of 98

Page 90: INFORMATION REGARDING BIDDING MATERIAL, … · Web viewSubmit sealed offers (one (1) original bound and two (2) CDs copies in .pdf format by either method below to: 1. Submit proposal

VA101-16-R-0175

(5) The prime contractor's or upper-tier subcontractor's fee on work performed by lower-tier subcontractors will be based on the net increased cost to the prime contractor or upper-tier subcontractor, as applicable. Allowable fee on changes will not exceed the following: 10 percent fee on the first $20,000; 7-1/2 percent fee on the next $30,000; and 5 percent fee on balance over $50,000.

(6) Not more than four percentages, none of which exceed the percentages shown above, will be allowed regardless of the number of tiers of subcontractors.

(7) Where the contractor's or subcontractor's portion of a change involves credit items, such items must be deducted prior to adding overhead and profit for the party performing the work. The contractor's fee is limited to the net increase to contractor of subcontractors' portions cost computed in accordance herewith.

(8) Where a change involves credit items only, a proper measure of the amount of downward adjustment in the contract price is the reasonable cost to the contractor if he/she had performed the deleted work. A reasonable allowance for overhead and profit are properly includable as part of the downward adjustment for a deductive change. The amount of such allowance is subject to negotiation.

(9) Cost of Federal Old Age Benefit (Social Security) tax and of Worker's Compensation and Public Liability insurance appertaining to changes are allowable. While no percentage will be allowed thereon for overhead or profit, prime contractor's fee will be allowed on such items in subcontractors' proposals.

(10) Overhead and contractor's fee percentages shall be considered to include insurance other than mentioned herein, field and office supervisors and assistants, security police, use of small tools, incidental job burdens, and general home office expenses and no separate allowance will be made therefore. Assistants to office supervisors include all clerical, stenographic and general office help. Incidental job burdens include, but are not necessarily limited to, office equipment and supplies, temporary toilets, telephone and conformance to OSHA requirements. Items such as, but not necessarily limited to, review and coordination, estimating and expediting relative to contract changes are associated with field and office supervision and are considered to be included in the contractor's overhead and/or fee percentage.

(11) Bond premium adjustment, consequent upon changes ordered, will be made as elsewhere specified at the time of final settlement under the contract and will not be included in the individual change.

(End of Clause)

4.30 VAAR 852.236-89 BUY AMERICAN ACT (JAN 2008) (a) Reference is made to the clause entitled "Buy American Act--Construction Materials," FAR 52.225-9.

(b) Notwithstanding a bidder's right to offer identifiable foreign construction material in its bid pursuant to FAR 52.225-9, VA does not anticipate accepting an offer that includes foreign construction material.

(c) If a bidder chooses to submit a bid that includes foreign construction material, that bidder must provide a listing of the specific foreign construction material he/she intends to use and a price for said material. Bidders must include bid prices for comparable domestic construction material. If VA determines not to accept foreign construction material and no comparable domestic construction material is provided, the entire bid will be rejected.

(d) Any foreign construction material proposed after award will be rejected unless the bidder proves to VA's satisfaction: (1) it was impossible to request the exemption prior to award, and (2) said domestic

Page 76 of 98

Page 91: INFORMATION REGARDING BIDDING MATERIAL, … · Web viewSubmit sealed offers (one (1) original bound and two (2) CDs copies in .pdf format by either method below to: 1. Submit proposal

VA101-16-R-0175

construction material is no longer available, or (3) where the price has escalated so dramatically after the contract has been awarded that it would be unconscionable to require performance at that price. The determinations required by (1), (2), and (3) of this paragraph shall be made in accordance with Subpart 825.2 and FAR 25.2.

(e) By signing this bid, the bidder declares that all articles, materials and supplies for use on the project shall be domestic unless specifically set forth on the Bid Form or addendum thereto.

(End of Clause)

4.31 VAAR 852.236-91 SPECIAL NOTES (JUL 2002) (a) Signing of the bid shall be deemed to be a representation by the bidder that:

(1) Bidder is a construction contractor who owns, operates, or maintains a place of business, regularly engaged in construction, alteration, or repair of buildings, structures, and communications facilities, or other engineering projects, including furnishing and installing of necessary equipment; or

(2) If newly entering into a construction activity, bidder has made all necessary arrangements for personnel, construction equipment, and required licenses to perform construction work; and

(3) Upon request, prior to award, bidder will promptly furnish to the Government a statement of facts in detail as to bidder's previous experience (including recent and current contracts), organization (including company officers), technical qualifications, financial resources and facilities available to perform the contemplated work.

(b) Unless otherwise provided in this contract, where the use of optional materials or construction is permitted, the same standard of workmanship, fabrication and installation shall be required irrespective of which option is selected. The contractor shall make any change or adjustment in connecting work or otherwise necessitated by the use of such optional material or construction, without additional cost to the Government.

(c) When approval is given for a system component having functional or physical characteristics different from those indicated or specified, it is the responsibility of the contractor to furnish and install related components with characteristics and capacities compatible with the approved substitute component as required for systems to function as noted on drawings and specifications. There shall be no additional cost to the Government.

(d) In some instances it may have been impracticable to detail all items in specifications or on drawings because of variances in manufacturers' methods of achieving specified results. In such instances the contractor will be required to furnish all labor, materials, drawings, services and connections necessary to produce systems or equipment which are completely installed, functional, and ready for operation by facility personnel in accordance with their intended use.

(e) Claims by the contractor for delay attributed to unusually severe weather must be supported by climatological data covering the period and the same period for the 10 preceding years. When the weather in question exceeds in intensity or frequency the 10-year average, the excess experienced shall be considered "unusually severe." Comparison shall be on a monthly basis. Whether or not unusually severe weather in fact delays the work will depend upon the effect of weather on the branches of work being performed during the time under consideration.

Page 77 of 98

Page 92: INFORMATION REGARDING BIDDING MATERIAL, … · Web viewSubmit sealed offers (one (1) original bound and two (2) CDs copies in .pdf format by either method below to: 1. Submit proposal

VA101-16-R-0175

(End of Clause)

4.32 VAAR 852.246-74 SPECIAL WARRANTIES (JAN 2008) The clause entitled "Warranty of Construction" in FAR 52.246-21 is supplemented as follows:

Any special warranties that may be required under the contract shall be subject to the elections set forth in the FAR clause at 52.246-21, Warranty of Construction, unless otherwise provided for in such special warranties.

(End of Clause)

See attached document: 12049.00 NLC VOL 1 ARCH SPECS IFC COMBINED.

See attached document: 12049.00 NLC VOL 2 PME SPECS IFC COMBINED.

See attached document: 12049.00 NLC IFC COMBINED SET_P1_reduced file size.

See attached document: 12049.00 NLC IFC COMBINED SET P2.

See attached document: VA DALLAS NLC REPACKAGE_REV 1.

General Decision Number: TX160291 05/06/2016 TX291

Superseded General Decision Number: TX20150291

State: Texas

Construction Type: Building

County: Dallas County in Texas.

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 $10.15 for calendar year 2016 applies to all contractssubject to the Davis-Bacon Act for which the solicitation wasissued on or after January 1, 2015. If this contract is coveredby the EO, the contractor must pay all workers in anyclassification listed on this wage determination at least$10.15 (or the applicable wage rate listed on this wagedetermination, if it is higher) for all hours spent performingon the contract in calendar year 2016. The EO minimum wage ratewill be adjusted annually. Additional information on contractorrequirements and worker protections under the EO is availableat www.dol.gov/whd/govcontracts.

Modification Number Publication Date 0 01/08/2016 1 01/15/2016 2 03/18/2016 3 04/01/2016 4 05/06/2016

ASBE0021-011 05/01/2013

Page 78 of 98

Page 93: INFORMATION REGARDING BIDDING MATERIAL, … · Web viewSubmit sealed offers (one (1) original bound and two (2) CDs copies in .pdf format by either method below to: 1. Submit proposal

VA101-16-R-0175

Rates Fringes

ASBESTOS WORKER/HEAT & FROST INSULATOR (Duct, Pipe and Mechanical System Insulation)....$ 21.52 7.15---------------------------------------------------------------- BOIL0074-003 01/01/2014

Rates Fringes

BOILERMAKER......................$ 23.14 21.55---------------------------------------------------------------- CARP1421-002 04/01/2016

Rates Fringes

MILLWRIGHT.......................$ 26.60 8.65---------------------------------------------------------------- ELEV0021-006 01/01/2016

Rates Fringes

ELEVATOR MECHANIC................$ 38.01 29.985+a

FOOTNOTES: a - A. 6% under 5 years based on regular hourly rate for all hours worked. 8% over 5 years based on regular hourly rate for all hours worked.

New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Day, and Veterans Day.

---------------------------------------------------------------- ENGI0178-005 06/01/2014

Rates Fringes

POWER EQUIPMENT OPERATOR (1) Tower Crane.............$ 29.00 10.60 (2) Cranes with Pile Driving or Caisson Attachment and Hydraulic Crane 60 tons and above.....$ 28.75 10.60 (3) Hydraulic cranes 59 Tons and under..............$ 27.50 10.60---------------------------------------------------------------- IRON0263-005 06/01/2015

Rates Fringes

IRONWORKER (ORNAMENTAL AND STRUCTURAL)......................$ 23.00 6.55----------------------------------------------------------------* PLUM0100-005 05/01/2016

Rates Fringes

HVAC MECHANIC (HVAC Unit Installation Only)...............$ 30.14 10.41PIPEFITTER (Excludes HVAC

Page 79 of 98

Page 94: INFORMATION REGARDING BIDDING MATERIAL, … · Web viewSubmit sealed offers (one (1) original bound and two (2) CDs copies in .pdf format by either method below to: 1. Submit proposal

VA101-16-R-0175

Pipe Installation)...............$ 30.14 10.41---------------------------------------------------------------- SUTX2014-017 07/21/2014

Rates Fringes

BRICKLAYER.......................$ 19.50 4.27 CARPENTER, Excludes Drywall Hanging, Form Work, and Metal Stud Installation................$ 17.13 2.97 CAULKER..........................$ 14.71 0.00 CEMENT MASON/CONCRETE FINISHER...$ 13.40 0.00 DRYWALL HANGER AND METAL STUD INSTALLER........................$ 15.45 0.00 ELECTRICIAN (Alarm Installation Only)...............$ 21.52 4.16 ELECTRICIAN (Communication Technician Only).................$ 16.40 2.87 ELECTRICIAN (Low Voltage Wiring Only).....................$ 20.03 3.04 ELECTRICIAN, Excludes Low Voltage Wiring and Installation of Alarms/Sound and Communication Systems........$ 21.51 3.69 FORM WORKER......................$ 12.32 0.00 GLAZIER..........................$ 16.15 2.13 HIGHWAY/PARKING LOT STRIPING: Operator (Striping Machine).....$ 10.04 2.31 INSTALLER - SIDING (METAL/ALUMINUM/VINYL)...........$ 14.26 0.00 INSTALLER - SIGN.................$ 15.61 0.00 INSULATOR - BATT.................$ 13.00 0.00 IRONWORKER, REINFORCING..........$ 12.24 0.00 LABORER: Common or General......$ 11.57 0.00 LABORER: Mason Tender - Brick...$ 11.00 1.70 LABORER: Mason Tender - Cement/Concrete..................$ 10.64 0.00 LABORER: Pipelayer..............$ 13.00 0.35

Page 80 of 98

Page 95: INFORMATION REGARDING BIDDING MATERIAL, … · Web viewSubmit sealed offers (one (1) original bound and two (2) CDs copies in .pdf format by either method below to: 1. Submit proposal

VA101-16-R-0175

LABORER: Plaster Tender.........$ 14.50 0.00 LABORER: Roof Tearoff...........$ 11.28 0.00 LABORER: Landscape and Irrigation.......................$ 12.00 0.23 LATHER...........................$ 16.00 0.00 OPERATOR: Backhoe/Excavator/Trackhoe.......$ 13.06 0.00 OPERATOR: Bobcat/Skid Steer/Skid Loader................$ 13.93 0.00 OPERATOR: Bulldozer.............$ 18.29 1.31 OPERATOR: Drill.................$ 13.00 0.50 OPERATOR: Forklift..............$ 13.38 0.81 OPERATOR: Grader/Blade..........$ 13.05 0.00 OPERATOR: Loader................$ 14.02 1.82 OPERATOR: Mechanic..............$ 17.52 3.33 OPERATOR: Paver (Asphalt, Aggregate, and Concrete).........$ 18.44 0.00 OPERATOR: Roller................$ 15.04 0.00 PAINTER (Brush, Roller and Spray, Excluding Drywalling/Taping)...............$ 13.60 2.24 PAINTER: Drywall Finishing/Taping Only............$ 14.28 3.04 PLASTERER........................$ 15.37 0.00 PLUMBER (HVAC Pipe Installation Only)...............$ 23.87 6.66 PLUMBER, Excludes HVAC Pipe Installation.....................$ 22.70 5.65 ROOFER...........................$ 17.19 0.00 SHEET METAL WORKER (HVAC Duct Installation Only)...............$ 21.10 5.50 SHEET METAL WORKER, Excludes HVAC Duct Installation...........$ 24.88 7.23 SPRINKLER FITTER (Fire

Page 81 of 98

Page 96: INFORMATION REGARDING BIDDING MATERIAL, … · Web viewSubmit sealed offers (one (1) original bound and two (2) CDs copies in .pdf format by either method below to: 1. Submit proposal

VA101-16-R-0175

Sprinklers)......................$ 21.25 15.55 TILE FINISHER....................$ 11.22 0.00 TILE SETTER......................$ 14.25 0.00 TRUCK DRIVER: 1/Single Axle Truck............................$ 16.40 0.81 TRUCK DRIVER: Dump Truck........$ 12.39 1.18 TRUCK DRIVER: Flatbed Truck.....$ 19.65 8.57 TRUCK DRIVER: Semi-Trailer Truck............................$ 12.50 0.00 TRUCK DRIVER: Water Truck.......$ 12.00 4.11----------------------------------------------------------------

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 Identifiers

A 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.

Page 82 of 98

Page 97: INFORMATION REGARDING BIDDING MATERIAL, … · Web viewSubmit sealed offers (one (1) original bound and two (2) CDs copies in .pdf format by either method below to: 1. Submit proposal

VA101-16-R-0175

Union prevailing wage rates are updated to reflect all ratechanges in the collective bargaining agreement (CBA) governingthis classification and rate.

Survey Rate Identifiers

Classifications 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 Identifiers

Classification(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 PROCESS

1.) 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) ruling

On 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 the

Page 83 of 98

Page 98: INFORMATION REGARDING BIDDING MATERIAL, … · Web viewSubmit sealed offers (one (1) original bound and two (2) CDs copies in .pdf format by either method below to: 1. Submit proposal

VA101-16-R-0175

Davis-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 20210

2.) 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 20210

The 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 20210

4.) All decisions by the Administrative Review Board are final.

================================================================

END OF GENERAL DECISION

Page 84 of 98