MODIFICATION
Z -- 36C249-22-AP-4599 - 626-21-501 - Nashville Roof Replacement
- Notice Date
- 11/10/2022 9:20:49 AM
- Notice Type
- Solicitation
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- 249-NETWORK CONTRACT OFFICE 9 (36C249) MURFREESBORO TN 37129 USA
- ZIP Code
- 37129
- Solicitation Number
- 36C24922B0033
- Response Due
- 12/14/2022 11:00:00 AM
- Archive Date
- 03/23/2023
- Point of Contact
- Vance Rosebush, Contract Specialist
- E-Mail Address
-
vance.rosebush@va.gov
(vance.rosebush@va.gov)
- Awardee
- null
- Description
- DUNS NUMBER: ____________________ FEDERAL TAX ID NUMBER: ____________________ POC NAME: _______________________________________________________________________ EMAIL: ___________________________________________________________________________ TELEPHONE: ______________________________________________________________________ IMPORTANT BIDDER INFORMATION BIDDING MATERIALS: All bidding materials consisting of drawings, specifications, contract forms Amendments, and other documents will be posted to the Contract Opportunities (FBO) Government website located at https://sam.gov/. This is the only official location where these documents can be obtained and where updates are posted. No hard copy bidding materials are available. BID SUBMISSION: The following documents are to be included in the bid submission: (1) an original, fully completed and signed and dated SF 1442 Offer page ( wet ink signature ), (2) acknowledgment of all amendments issued by either completing block 19 of the SF1442 or completing blocks 15a, b, and c of the Amendment(s) and providing them with the SF 1442 Offer page; (3) original completed Bid Schedule if one is provided, otherwise the lump sum bid amount is entered in block 17 of the SF1442 Offer page; (4) an original completed and signed SF 24 Bid Bond or other allowable Bid Security; (5) completed Representations and Certifications section (FAR 52.204-8, 52.209-5 (Deviation), and 52.209-7); (6) fully completed Contractor Experience Modification Rate (EMR) Certification documents; and (7) fully completed calculation of Self-Performed Work document. Bidders are responsible for ensuring and verifying their offer and all required bid documents are received via email to vance.rosebush@va.gov by the date and time specified in block 13A of the SF 1442 (subject to amendment). The official bid opening will be December 14, 2022 at 1:00 PM CST and will occur via Microsoft Teams call-in at the following number/code: (205) 235-3524 / Phone Conference ID: 553612086#. PROJECT INFORMATION PROJECT TITLE AND NUMBER: Nashville Roof Replacement, Project 626-21-501 PROJECT LOCATION: Tennessee Valley Healthcare System, VA Medical Center, 1310 24th Avenue South, Nashville, TN 37212 NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM CODE: (NAICS): 236220 Commercial and Institutional Building Construction SMALL BUSINESS SIZE STANDARD: $39.5 Million TYPE OF SET-ASIDE: This solicitation is a 100% set-aside for SERVICE-DISABLED VETERAN OWNED SMALL BUSINESS (SDVOSB). PROJECT MAGNITUDE: Between $500,000 and $1,000,000 SCOPE OF WORK DESCRIPTION: The Contractor shall furnish all labor, material, equipment, supervision, and all other necessary items to completely prepare site for building operations as required per drawings, specifications, and Statement of Work (SOW) at the Tennessee Valley Healthcare System, VA Medical Center, 1310 24th Avenue South, Nashville, TN 37212. This project will replace Building 1 s roof and will include but not limited to, architectural, plumbing, fire protection, electrical power and systems, construction, alterations, necessary removal of selective existing construction and certain other items to complete the project. Federal Holidays. Federal law (5 U.S.C. 6103) establishes the following public holidays for Federal employees: New Year s Day, Birthday of Martin Luther King, Jr., Washington s Birthday, Memorial Day, Juneteenth Day, Independence Day, Labor Day, Columbus Day, Veterans Day, Thanksgiving Day, and Christmas Day. Please note that most Federal employees work on a Monday through Friday schedule. For these employees, when a holiday falls on a non-workday -- Saturday or Sunday -- the holiday usually is observed on Monday (if the holiday falls on Sunday) or Friday (if the holiday falls on Saturday). All contractors are required to complete the VA Privacy Training for Personnel without Access to VA Computer Systems or Direct Access or Use to VA Sensitive Information. A copy of the signed training must be submitted to the COR and uploaded into VA Talent Management System (TMS). Contractor employees shall not be considered government employees for any purpose under this contract. Changes to any resultant contract may only be made by a written modification which is formally executed by the contractor and the Contracting Officer. WAGE DETERMINATION Department of Labor General Decision Number TN20220178 Dated 09-02-2022 is included as an attachment to solicitation and is applicable to any resultant contract. If necessary, subsequent revisions will be posted to the solicitation via amendment prior to bid opening. Revision may also be applicable prior to any contract award. Wage decisions are available at Wage Determinations Online (WDOL) at https://sam.gov. DATABASE REGISTRATION INFORMATION SYSTEM FOR AWARD MANAGEMENT (SAM) REGISTRATION: The System for Award Management (SAM) website located at https://sam.gov is the Official U.S. Government system that consolidated the capabilities of the Central Contractor Registration (CCR including FedReg), Online Representations and Certifications Application (ORCA), and the Excluded Parties List System (EPLS). Federal Acquisition Regulations require that federal contractors wishing to do business with the Government and bid on work shall have an active registration in SAM. If the Offeror does not have an active registration in the SAM database at the time of bid submission and are the apparently successful low offeror, the Contracting Officer shall prescribe a time within which the offeror shall have an active registration in SAM; otherwise, the Contracting Officer shall deem the offeror s bid non-responsive to the solicitation requirements and proceed to award to the next lowest offer. THE EXCLUDED PARTIES LIST SYSTEM (EPLS): To ensure that the individuals or businesses providing services under the contract have not engaged in fraud or abuse regarding Sections 1128 and 1128A of the Social Security Act regarding federal health care programs, the contractor is required to check the Excluded Parties List System (EPLS) located at https://sam.gov for each person or business providing services under this contract. During the performance of this contract the Contractor is prohibited from using any individual or business listed on the List of Excluded Individuals/Entities. VETS-4212 REPORTING REQUIREMENT: Contractors are required to submit a required annual Form VETS-4212, Federal Contractor Veterans' Employment Report in all cases where the contractor or subcontractor has received an award of $150,000 or more in any fiscal year. Contracting Officers are prohibited from awarding a contract to a contractor that has not submitted a required VETS-4212 Report with respect to the preceding fiscal year if the contractor was subject to the reporting requirement of 38 U.S.C. 4212(d). Submit this report as soon as possible, if not already submitted, to avoid delays in the contract award process. For more information on this requirement and/or for completing the web-based reporting form, visit the following website https://www.dol.gov/agencies/vets/programs/vets4212. See FAR provision 52.222-38, Compliance with Veterans' Employment Reporting Requirements (FEB 2016) under the Representations, Certifications and Other Statements of Offerors, and FAR clause 52.222-37, Employment Reports on Veterans (FEB 2016) under the General Conditions. BONDING INFORMATION BID GUARANTEE: 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, shall require rejection of the bid in all cases except those listed in Federal Acquisition Regulation (FAR) 28.101-4. Bid Bonds must be provided using Standard Form 24 (see FAR 28.106-1) and the form must be provided in original (no white outs, faxed or copied signatures, seals) with wet ink signatures and contain the proper solicitation number, bid opening date, and be from a corporate surety listed in Department of Treasury Circular 570. Individual sureties shall be determined acceptable to the Contracting Officer (see FAR 28.203) and be accompanied by Standard Form 28 Affidavit of Individual Surety. Other forms of bid security may be acceptable as denoted in FAR Part 28.203-2. PERFORMANCE AND PAYMENT BONDS: In accordance with FAR Contract Clauses 52.228-15 and 28.102, Contractors are reminded that any amount awarded over $35,000.00 shall require a Payment Bond (SF 25A), and awards exceeding $150,000.00 shall require both Payment and Performance Bonds (SF 25). Payment and Performance bonds are due no later than 10 days after notification of award. Bonds must be provided with original wet ink signatures - no white-outs or other corrections are allowable. Copies and facsimiles of bonds shall not be accepted. SECURITY BACKGROUND INVESTIGATIONS: All contractor employees are subject to the same level of investigation as VA employees who have access to VA Sensitive Information. The level of background investigation is commensurate with the level of access needed to perform the statement of work. This requirement is also applicable to all subcontractor personnel requiring the same level of access. Levels and associated types of Background Investigations: If the project requires that workers have only limited physical access to the VA facility for a period of one year or less, a local flash badge with fingerprint check is issued. If the project requires that workers require un-supervised, logical and/or physical access for 180 consecutive or aggregate days in a 365-day period, over a 3-year period, a background investigation may be required (Special Agency Check (SAC)) which must be completed prior to being allowed access. If the project requires that workers have access to a VA Network (such as the Building Management System) or un-supervised, full-time, logical, and/or restricted physical access for more than 6 months or more than 180 aggregate days in a one-year period, a background investigation is required (Special Agency Check and National Agency Check with Written Inquiries (NACI)) and access is not allowed until a favorable SAC completion. All costs for SAC and NACI checks are borne by the contractor. The VA may at its discretion make deductions against the contract in order to recoup the investigation costs. The estimated cost for a SAC is $30.00 per employee and the estimated cost for a NACI check is $408.00 per employee (subject to change at any time). MEDICAL CENTER ACCESS: Anyone participating in the site visit, or for any other reason that involves visiting the medical center related to this solicitation, must have a valid ID on their person and their vehicle must be properly registered and insured. Masks must be worn on Federal property. Visitors are prohibited from possessing weapons while on a federal installation (See 18 USC 930 Possession of Firearms and Dangerous Weapons in Federal Facilities). Handheld cellphone usage or texting while driving is also prohibited. All VA Medical Centers and associated properties are Federal Property. PRIVACY TRAINING: All workers regardless of project length must take VA Privacy Training which will be coordinated after project award with the Contracting Officer s Representative. E-VERIFY SYSTEM: Companies awarded a contract with the federal government shall enroll in E-Verify within 30 days of the contract award date. They shall also begin using the E-Verify system to confirm that all their new hires and their employees directly working on federal contracts are authorized to legally work in the United States. E-Verify is an Internet-based system that allows an employer, using information reported on an employee's Form I-9, to determine the eligibility of that employee to work in the United States. There is no charge to employers to use E-Verify. (FAR 52.222-54). OTHER IMPORTANT BIDDER INFORMATION PRIME CONTRACTOR INFORMATION - SAFETY OR ENVIRONMENTAL VIOLATIONS AND EXPERIENCE MODIFICATION RATING INFORMATION: All Bidders/Offerors shall submit information pertaining to their past Safety and Environmental record (using the attached EMR information/data form) pertaining to their past Safety and Environmental record. The information must contain a certification that the bidder/offeror has no more than three (3) serious, or one (1) repeat or one (1) willful OSHA or any EPA violation(s) in the past three years. If such certification cannot be made, a Bidder/Offeror shall explain why and submit as much information as possible regarding the circumstances of its past safety and environmental record, including the number of EPA violations and/or the number of serious, repeat, and/or willful OSHA violations, along with a detailed description of those violations. All Bidders/Offerors shall submit information regarding their current Experience Modification Rate (EMR). This information shall be obtained from the Bidders/Offeror s insurance carrier and be furnished on the insurance carrier s letterhead. If a Bidder/Offeror s EMR is above 1.0, Bidder/Offeror must submit a written explanation of the EMR from its insurance carrier furnished on the insurance carrier s letterhead, describing the reasons for the elevated EMR and the anticipated date the EMR may be reduced to 1.0 or below. Self-insured contractors or other contractors that cannot provide their EMR rating on insurance letterhead must obtain a rating from the National Council on Compensation Insurance, Inc. (NCCI) by completing/submitting form ERM-6 and providing the rating on letterhead from NCCI. Note: Self-insured contractors or other contractors that cannot provide EMR rating on insurance letterhead from the states or territories of CA, DE, MI, NJ, ND, OH, PA, WA, WY, and Puerto Rico shall obtain their EMR rating from their state-run worker s compensation insurance rating bureau. If the NCCI cannot issue an EMR because the Bidder/Offeror lacks insurance history, Bidder/Offeror shall submit a letter indicating so from its insurance carrier furnished on the insurance carrier s letterhead and include a letter from the NCCI indicating that it has assigned Bidder/Offeror a Unity Rating of 1.0. The above information, along with other information obtained from Government systems, such as the OSHA and EPA online inspection history databases, will be used to make an initial Determination of Responsibility. This requirement is applicable to all subcontracting tiers, and prospective prime contractors are responsible for determining the responsibility of their prospective subcontractors. CONFORMANCE WITH ENVIRONMENTAL MANAGEMENT SYSTEMS: The Contractor shall perform work under this contract consistent with the relevant policy and objectives identified in the agency, organizational, or facility Green Environmental Management System (GEMS) applicable for the contract. The Contractor shall perform work in a manner that conforms to all appropriate Environmental Management Programs and Operational Controls identified by the agency, organizational, or facility GEMS, and provide monitoring and measurement information as necessary for the organization to address environmental performance relative to the environmental, energy, and transportation management goals. In the event an environmental nonconformance or noncompliance associated with the contracted services is identified, the contractor shall take corrective and/or preventative actions. In the case of a noncompliance, the Contractor shall respond and take corrective action immediately. In the case of a nonconformance, the Contractor shall respond and take corrective action based on the time schedule established by the facility GEMS Coordinator. In addition, the Contractor shall ensure that their employees are aware of the roles and responsibilities identified by the environmental management system and how these requirements affect their work performed under this contract. All on-site contractor personnel shall complete yearly EPA sponsored environmental training specified for the type of work conducted on-site. Upon inclusion in the contract, the Contracting Officer's Representative will verify that all contractor personnel have acquired EMS Awareness Training at their appropriate site or location. REFERENCES TO VA ENGINEER, RESIDENT ENGINEER, SENIOR RESIDENT ENGINEER, OR PROJECT MANAGER: Any reference contained within contract specifications and/or drawings to the VA Engineer , Resident Engineer , Senior Resident Engineer , Project Manager , or their abbreviations are to be replaced with Contracting Officer s Representative (COR) . PAYMENT FOR MATERIALS STORED OFF-SITE: Payment in advance of installation for materials stored off-site is not authorized under this contract unless otherwise approved by the Contracting Officer. SCHEDULE OF MATERIAL SUBMITTALS: The submittals contemplated by FAR 52.236-5, Material and Workmanship, are listed on the Schedule of Material Submittals in the Specifications, if provided. The schedule is for reference only the selected contractor is responsible to provide all submittals required by the contract. REVIEW REQUIRED REGISTRATION WITH CONTRACTOR PERFORMANCE ASSESSMENT SYSTEM (CPARS): As prescribed in Federal Acquisition Regulation (FAR) Part 42.15, the Department of Veterans Affairs (VA) evaluates contractor past performance on all contracts that exceed $750,000 and shares those evaluations with other Federal Government contract specialists and procurement officials. The FAR requires that the contractor be provided an opportunity to comment on past performance evaluations prior to each report closing. To fulfill this requirement VA uses an online database, CPARS, which is maintained by the Naval Seal Logistics Center in Portsmouth, Virginia. CPARS has connectivity with the Past Performance Information Retrieval System (PPIRS) database, which is available to all Federal agencies. PPIRS is the system used to collect and retrieve performance assessment reports used in source selection determinations and completed CPARS report cards transferred to PPIRS. CPARS also includes access to the federal awardee performance and integrity information system (FAPIIS). FAPIIS is a web-enabled application accessed via CPARS for contractor responsibility determination information. Each contractor whose contract award is estimated to exceed $750,000 is required to register with CPARS database at the following web address: www.cpars.csd.disa.mil. Help in registering can be obtained by contacting Customer Support Desk at 207-438-1690. Registration should occur no later than thirty days after contract award and must be kept current should there be any change to the contractor's registered representative. For contracts with a period of one year or less, the contracting officer will perform a single evaluation when the contract is complete. For contracts exceeding one year, the contracting officer will evaluate the contractor's performance annually. Interim reports will be filed each year until the last year of the contract, when the final report will be completed. The report shall be assigned in CPARS to the contractor's designated representative for comment. The contractor representative will have thirty days to submit any comments and re-assign the report to the VA contracting officer. Failure to have a current registration in the CPARS database, or to re-assign the report to the VA contracting officer within those thirty days, will result in the Government's evaluation being placed on file in the database with a statement that the contractor failed to respond. NATIONAL ARCHIVES AND RECORDS ADMINISTRATION RECORDS POLICIES 1. Contractor shall comply with all applicable records management laws and regulations, as well as National Archives and Records Administration (NARA) records policies, including but not limited to the Federal Records Act (44 U.S.C. chs. 21, 29, 31, 33), NARA regulations at 36 CFR Chapter XII Subchapter B, and those policies associated with the safeguarding of records covered by the Privacy Act of 1974 (5 U.S.C. 552a). These policies include the preservation of all records, regardless of form or characteristics, mode of transmission, or state of completion. 2. In accordance with 36 CFR 1222.32, all data created for Government use and delivered to, or falling under the legal control of, the Government are Federal records subject to the provisions of 44 U.S.C. chapters 21, 29, 31, and 33, the Freedom of Information Act (FOIA) (5 U.S.C. 552), as amended, and the Privacy Act of 1974 (5 U.S.C. 552a), as amended and must be managed and scheduled for disposition only as permitted by statute or regulation. 3. In accordance with 36 CFR 1222.32, Contractor shall maintain all records created for Government use or created in the course of performing the contract and/or delivered to, or under the legal control of the Government and must be managed in accordance with Federal law. Electronic records and associated metadata must be accompanied by sufficient technical documentation to permit understanding and use of the records and data. 4. The Government and its contractors are responsible for preventing the alienation or unauthorized destruction of records, including all forms of mutilation. Records may not be removed from the legal custody of the Government or destroyed except for in accordance with the provisions of the agency records schedules and with the written concurrence of the Head of the Contracting Activity (HCA). Willful and unlawful destruction, damage or alienation of Federal records is subject to the fines and penalties imposed by 18 U.S.C. 2701. In the event of any unlawful or accidental removal, defacing, alteration, or destruction of records, the contractor must report it to Government Contracting Officer. The agency must report promptly to NARA in accordance with 36 CFR 1230. 5. The Contractor shall immediately notify the appropriate Government Contracting Officer upon discovery of any inadvertent or unauthorized disclosures of information, data, documentary materials, records, or equipment. Disclosure of non-public information is limited to authorized personnel with a need-to-know as described in the [contract vehicle]. The Contractor shall ensure that the appropriate personnel, administrative, technical, and physical safeguards are established to ensure the security and confidentiality of this information, data, documentary material, records and/or equipment is properly protected. The Contractor shall not remove material from Government facilities or systems, or facilities or systems operated or maintained on the Government s behalf, without the express written permission of the Head of the Contracting Activity. When information, data, documentary material, records and/or equipment is no longer required, it shall be returned to the Government s control or the Contractor must hold it until otherwise directed. Items returned to the Government shall be hand carried, mailed, emailed, or securely electronically transmitted to the Contracting Officer who awarded the contract. Destruction of records is EXPRESSLY PROHIBITED unless in accordance with Paragraph (4). 6. The Contractor is required to obtain the Contracting Officer's approval prior to engaging in any contractual relationship (sub-contractor) in support of this contract requiring the disclosure of information, documentary material and/or records generated under, or relating to, contracts. The Contractor (and any sub-contractor) is required to abide by all Government guidance for protecting sensitive, proprietary information, classified, and controlled unclassified information. 7. The Contractor shall only use Government IT equipment for purposes specifically tied to or authorized by the contract and in accordance with the project location VA Medical Center s written policy. 8. The Contractor shall not create or maintain any records containing any non-public Government information that are not specifically tied to or authorized by the contract. 9. The Contractor shall not retain, use, sell, or disseminate copies of any deliverable that contains information covered by the Privacy Act of 1974 or that which is generally protected from public disclosure by an exemption to the Freedom of Information Act. 10. The Government owns the rights to all data and records produced as part of this contract. All deliverables under the contract are the property of the U.S. Government and shall have unlimited rights to use, dispose of, or disclose such data contained therein as it determines to be in the public interest. Any Contractor rights in the data or deliverables must be identified as required by FAR 52.227-11 through FAR 52.227-20. 11. Training. All Contractor employees assigned to this contract who create, work with, or otherwise handle records are required to take VHA-provided records management training, Talent Management System (TMS) Item #3873736, Records Management for Records Officers and Liaisons. The Contractor is responsible for confirming training has been completed according to agency policies, including initial training and any annual or refresher training. All training shall be coordinated with the assigned Contracting Officer s Representative. END OF IMPORTANT BIDDER INFORMATION SECTION STATEMENT OF WORK Project 626-21-501 Nashville Roof Replacement Department of Veterans Affairs TVHS, Nashville Campus Requirements for Construction Services A. GENERAL INFORMATION 1. Title of Project: Project# 626-21-501 Nashville Roof Replacement 2. Scope of Work: The contractor shall furnish all labor, material, equipment, and supervision necessary to accomplish the work for this project, including architectural, plumbing, fire protection, electrical power and systems, construction, alterations, necessary removal of selective existing construction and certain other items to complete the project; to the satisfaction of the VA and COR. Relating to Project# 626-21-501 Nashville Roof Replacement at the Tennessee Valley Healthcare System, VA Medical Center, 1310 24th Avenue South, Nashville, TN 37212. 3. Statement of Bid Item(s): Base Bid: Complete Project 626-21-501 to Nashville Roof Replacement in strict accordance with the specifications and drawings at the Tennessee Valley Healthcare System, VAMC, 1310 24th Avenue South, Nashville, TN 37212. Period of Performance: 61 calendar days from the issuance of the Notice to Proceed to complete the work. B. GENERAL REQUIREMENTS 1. All work, including materials, shall have a twenty-year warranty. 2. Medical Center normal working hours are Monday thru Friday from 6 a.m. to 5:00 p.m. On-site work time shall be managed to minimize the effect on the medical center and the existing MRI procedures. 3. Portions of work that require shutdowns, noise, vibration or interrupt adjacent service operations will be performed from 5:00 a.m. to 7:00 a.m. and 6:00 p.m. to midnight. On weekends the work can be performed between 6:00 p.m. Friday to 9:00 p.m. Sunday. 4. The contractor will be required to work some nights and weekends to complete the work, in order to maintain the functionality of affected areas and to minimize disruptions to the Medical Centers operations. Before evening and weekend work begins, the project schedule shall be submitted by the contractor and approved by the VA COR two week in advance of the work taking place. 5. The contractor will coordinate all work in advance with the VA COR. 6. The contractor superintendent will always be on-site during the performance of the work associated with this contract. 7. When using furnish , provide , install , or similar term is used regarding all labor, materials, and equipment to perform the job it shall mean a complete installation that is ready for use. 8. The contractor shall identify all employees that will be working under the awarded contract. The contractor personnel shall include employees, sub-contractors, suppliers, and delivery personnel entering the medical center. Those employees shall bring one photo ID and the second form of state /federally issued id to obtain a VA Contractor identification badge. This badge must always be worn above the belt while on medical center property. The contractor s employees shall return all I.D. badges to designated personnel at the end of the period of performance of the contract. Lost badges will result in a surcharge. 9. The contractor's safety manager is responsible for safety inspections of all contract operations and will be identified to the contractor. All VA and OSHA safety regulations shall be observed during the performance of work identified on this contract. Provide signage and barricades inside and outside of the building, as required, to maintain safety and protection of work around the project work site. Daily safety reports shall be provided to the COR - daily. 9. The contractor shall visit the job site to thoroughly familiarize themselves with all the details of this work and working conditions. The contractor shall also verify all dimensions in the field and shall advise the CO and COR of any discrepancy before performing any work. The contractor shall be responsible for the coordination and proper relation of his work to the building, structure, phasing, ensuring the safety of employees and sub-contractors. 10. The VA property is a smoke free facility. The contractor shall not allow smoking in any building, vehicle, or connex (located on VA property) and shall ensure employees do not smoke on VA property. VAMC is a tobacco-free campus. 11. The contractor will take adequate precautions to protect all adjacent equipment, concrete pads, finished surfaces, and walkways in the work area from spills, drips, runs, and damage from the use of power tools. 12. The general contractor will be provided with a parking staging area. The drawingsindicate a general area, at the time of the preconstruction kickoff meeting the COR will indicate which 6 parking spaces will be provided. i. The contractor can park in designated areas only. ii. Paid parking is available on the street (meter parking) or, iii. Paid parking is available in adjacent Vanderbilt parking garages for all contractor employees. iv. Drivers should be particularly concerned with pedestrian traffic and yield to pedestrians. v. Seat Belt use is mandatory on all VA grounds. 13. The Contractor shall keep the work area and stored materials/equipment(s) areas free from the accumulation of waste materials at all times. The space must be organized and presentable to the satisfaction of the COR. The Contractor shall remove from the work and premises any rubbish, tools, scaffolding, equipment, and materials that are not the property of the Government. This includes the area around the dumpster/Connex. Material stored on-site shall be organized and inside a conditioned storage space. Materials shall not be stored on connex. 14. Equipment (building service equipment and systems) shall be provided by nationally recognized manufacturers that produce and distribute mechanical products across the United States for over 5 years. Manufacturers must have local vendor representatives. 15. When fixture/devices are being removed, remove all appurtenances related or connected to the items being removed or demolished. Utilities shall be removed back to the source or active main/branch. Do not leave any abandoned utilities/lines or dead-end lines. Final verification required by COR before covering up connection. 16. The type of systems throughout project work shall be consistent. The systems must be of the same manufacturer and type, i.e., lightning protection. 17. There is only one final VA inspection at the end of the project, the contractor shall request a final inspection two weeks after providing a certified inspection report (in writing), and a cop...
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/d1d0cc74e4a34275b8fbd41d7d41f6d1/view)
- Record
- SN06514632-F 20221112/221110230100 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |