1. SOLICITATION NO. SOLICITATION, OFFER AND AWARD (Construction, Alteration, or Repair) 2. TYPE OF SOLICITATION 3. DATE ISSUED SEALED BID (IFB) VA-248-11-RP-0060 X PAGE OF PAGES 1 of 323 01-31-2011 NEGOTIATED (RFP) IMPORTANT - The "offer" section on the reverse must be fully completed by offeror. 4. CONTRACT NO. 5. REQUISITION/PURCHASE REQUEST NO. TBD 6. PROJECT NO. TBD 673-11-120 CODE 7. ISSUED BY 8. ADDRESS OFFER TO Department of Veterans Affairs James A. Haley Veterans Hospital (NCA8) Department of Veterans Affairs Network Contracting Activity East, VISN8 Construction Contract Branch 8875 Hidden River Parkway, Suite 525 Tampa FL 33637 13000 Bruce B. Downs Blvd Tampa FL 33612 9. FOR INFORMATION CALL: A. NAME B. TELEPHONE NO. (Include area code) (NO COLLECT CALLS) Sandra T. Jackson Sandra.Jackson@va.gov SOLICITATION NOTE: In sealed bid solicitations "offer" and "offeror" mean "bid" and "bidder". 10. THE GOVERNMENT REQUIRES PERFORMANCE OF THE WORK DESCRIBED IN THESE DOCUMENTS (Title, identifying no., date): This project is for: Replace Operating Room (OR) Roof, Building #1. Veterans Hospital (JAHVH), Tampa, Florida 33612. Project No. 673-11-12, James A. Haley Contractor shall provide all labor, materials, equipment and supervision as required for the removal and installation of Building #1, 2nd Floor Roof and Repair areas that are penetrating above the PACU and OR suite. Removal of the old roof down to the light concrete and dry the entire roof. Reinstalling 4 inches of urethanes foam, apply a sealer (coating) over the entire New Roof, Energy Star Rated, IAW all of the General Requirements, Specifications and Drawings incorporated into this solicitation. All work to be performed at the James A. Haley Veterans Hospital, Tampa, FL. See schedule of services, Section 4.30, page 63, for General Requirements associated with this project, BID items and Performance period. Use Typewriter or Blue/Black ink to annotate all proposal entries. See RFP Section A for proposal Preparation and Submission Instructions and Addendum. AWARD IS SUBJECT TO THE AVAILABILITY OF FUNDS. This project allows 120 days construction time after notice to proceed. Project Magnitude: Between $250,000.00 and $500,000.00 NAICS Code: 236220 Size Standard: $33.5 Million This Procurement is 100% Set Aside for Service Disabled Veteran Owned Small Business (SDVOSB). To be eligible to participate in this procurement, the Contractor shall be registered in the following data bases: NOTICE: THE APPARENTLY SUCCESSFUL OFFEROR MUST BE VERIFED BY THE VA CENTER OF VETERANS ENTERPRISE (CVE) AS A SDVOSB. _ _ _ _ Central Contractor Registration: http://www.ccr.gov VetBiz Registry: http://www.vip.vetbiz.gov (APPARENTLY SUCCESSFUL OFFEROR MUST BE CVE VERIFIED AS A SDVOSB) Vets 100 (DOL) at http://www.dol.gov/vets/programs/fcp/main,htm Online Representations and Certifications at http://orca.bpn.gov A one time Organized Site Visit is Scheduled for FEB 07, 2011 at 09:00 am EDT; participants will assemble at Building 42, PARKING LOT, located at 2702 131st Street, Tampa, Florida 33612. Final questions (RFI's) cut off is 4:00 pm EDT, FEB 09, 2011. Contact Sandra.Jackson@va.gov with questions 11. The Contractor shall begin performance within 10 ____________ calendar days and complete it within 120 ____________ calendar days after receiving X notice to proceed. This performance period is X mandatory, 52.211-10 award, negotiable. (See ___ __________________________.) 12A. THE CONTRACTOR MUST FURNISH ANY REQUIRED PERFORMANCE AND PAYMENT BONDS? (If "YES," indicate within how many calendar days after award in Item 12B.) X YES NO 100% PERFORMANCE & PAYMENT BONDS REQUIRED 12B. CALENDAR DAYS 10 13. ADDITIONAL SOLICITATION REQUIREMENTS: A. 1 ______copies to perform the work required are due at the place specified in Item 8 by _____________ 2:00 PM EDT Sealed offers in original and _____________ 02-23-2011 (hour) local time _____________________ (date). If this is a sealed bid solicitation, offers must be publicly opened at that time. Sealed envelopes containing offers shall be marked to show the offeror's name and address, the solicitation number, the date and time offers are due B. C. D. An offer guarantee is not required. X is, . 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 90 __________________ calendar days for Government acceptance after the date offers are due will not be Offers providing less than _____ considered and will be rejected. NSN 7540-01-155-3212 STANDARD FORM 1442 (REV. 4-85) Prescribed by GSA YFAR (48 CFR) 52.236-1(d) OFFER(Must be fully completed by offeror) 14. NAME AND ADDRESS OF OFFEROR (Include ZIP Code) 15. TELEPHONE NO. (Include area code) 16. REMITTANCE ADDRESS (Include only if different than Item 14) 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 is 90 accepted by the Government in writing within __________ calendar days after the date offers are due. (Insert any number equal to or greater than the minimum requirement stated in Item 13D. Failure to insert any number means the offeror accepts the minimum in Item 13D.) AMOUNTS 18. The offeror agrees to furnish any required performance and payment bonds. 19. ACKNOWLEDGMENT OF AMENDMENTS (The offeror acknowledges receipt of amendments to the solicitation - give number and date of each) AMENDMENT NO. DATE 20A. NAME AND TITLE OF PERSON AUTHORIZED TO SIGN OFFER (Type or print) 20B. SIGNATURE 20C. OFFER DATE AWARD (To be completed by Government) 21. ITEMS ACCEPTED: 22. AMOUNT 23. ACCOUNTING AND APPROPRIATION DATA 24. SUBMIT INVOICES TO ADDRESS SHOWN IN (4 copies unless otherwise specified) 26. ADMINISTERED BY ITEM CODE 25. OTHER THAN FULL AND OPEN COMPETITION PURSUANT TO ) 41 U.S.C. 253(c) ( ) X 38 U.S.C. 8127 (c) 10 U.S.C. 2304(c)( 27. PAYMENT WILL BE MADE BY Department of Veterans Affairs James A. Haley Veterans Hospital (NCA8) Department of Veterans Affairs Financial Services Center FMS va2/673 P.O. Box 149971 FAX: (512) 460-5542 Austin TX 78714-9971 13000 Bruce B. Downs Blvd Tampa FL 33612 CONTRACTING OFFICER WILL COMPLETE ITEM 28 OR 29 AS APPLICABLE 28. NEGOTIATED AGREEMENT (Contractor is required to sign this document and return _______ copies to issuing office.) Contractor agrees to furnish and deliver all items or perform all work, requisitions identified on this form and any continuation sheets for the consideration stated in this contract. The rights and obligations of the parties to this contract shall be governed by (a) this contract award, (b) the solicitation, and (c) the clauses, representations, certifications, and specifications incorporated by reference in or attached to this contract. 30A. NAME AND TITLE OF CONTRACTOR OR PERSON AUTHORIZED TO SIGN (Type or print) 29. AWARD (Contractor is not required to sign this document.) Your offer on this solicitation, is hereby accepted as to the items listed. This award consummates the contract. which consists of (a) the Government solicitation and your offer, and (b) this contract award. No further contractual document is necessary. 30B. SIGNATURE 31B. UNITED STATES OF AMERICA 30C. DATE 31A. NAME OF CONTRACTING OFFICER (Type or print) Sandra T. Jackson Contracting Officer BY STANDARD FORM 1442(REV. 4-85)BACK VA-248-11-RP-0060 TBD IMPORTANT NOTICE TO ALL SDVOSB OFFERORS!! Class Deviation from Department of Veterans Affairs Acquisition Regulation 804.1102, Vendor Information Pages Database VERIFICATION OF STATUS OF APPARENTLY SUCCESSFUL OFFEROR (a) The apparently successful offeror, unless currently listed as verified in the Vendor Information Pages (VIP) at: www.vetbiz.gov database, shall submit to Department of Veterans Affairs' (VA) Center for Veterans Enterprise (CVE) within five business days of receipt of written notice of its status as the apparently successful offeror, a verification application in accordance with 38 Code of Federal Regulations (CFR) Part 74 with such reasonably adequate documentary material, as necessary, establishing as follows: (1) The owner or owners of 51 percent or more of the offeror is/are service-disabled Veteran(s), Veteran(s), or an eligible surviving spouse thereof, as applicable, for the instant acquisition. In this regard, the apparently successful offeror shall submit a VA Form 0877 to CVE via VA's VIP at: www.vetbiz.gov, internet site. This confidential and secure electronic application will enable CVE to inform the CO of the service-disabled Veteran or Veteran status of the owner(s) of the offeror without the CO having to receive and secure confidential individually identifiable information or personal health care information on this topic. (2) Eligible parties own 51 percent or more of the concern (see 38 CFR 74.3). Adequate documentation can include copies of official stock certificates, articles of incorporation, partnership agreement, operating agreement, or other similar documentation which reasonably demonstrates the percentage of ownership by eligible parties; and (3) Eligible parties control the concern (See 38 CFR 74.4). Control includes both the strategic policy setting exercised, for example, by boards of directors, and the day-to-day management and administration of business operations. Adequate documentation should include articles of incorporation, corporate by-laws, partnership agreement, operating agreement, resumes, disclosure of any other current employment, or other relevant documentation, as applicable, which demonstrates control of the strategic and day- to-day management of the offeror by eligible parties, as applicable, Master Page Number 3 of 323 VA-248-11-RP-0060 TBD (b) CVE will examine the business documents to determine if they establish appropriate ownership and control of the business from which an offer has been received. Within 21 business days, CVE shall determine whether the firm can or cannot be verified as a SDVOSB or VOSB, as appropriate, and issue its decision thereon to the vendor in accordance with 38 CFR 74.11(e) and to the CO. The CO will use CVE's decision in making the source selection decision. (c) If a competing vendor raises a status protest prior to CVE's completion of its verification examination, the CO may rely on the status protest decision when issued. (d) This deviation will expire December 31, 2011. Thereafter, in accordance with VAAR 804.1102, COs shall only make awards to SDVOSBs or VOSBs which are listed as verified in VIP at: vvww.vetbiz.gov, END Master Page Number 4 of 323 VA-248-11-RP-0060 TBD Table of Contents PART I - THE SCHEDULE ..................................................................................................................1 SECTION A - SOLICITATION/CONTRACT FORM ......................................................................1 SF 1442 SOLICITATION, OFFER, AND AWARD (Construction, Alteration, or Repair) .................................................................................................................................................1 A.1 PROPOSAL EVALUATION CRITERIA…………………………………………7 A.2 PRICE OFFER SCHEDULE, ATTACHMENT No. 1……………………………..9 A.3 PAST PERFORMANCE SURVEY, ATTACHMENT No. 2……………………..10 A.4 SAMPLE COST BREAKDOWN, ATTACHMENT No. 3………………………..11 INFORMATION REGARDING BIDDING MATERIAL, BID GUARANTEE AND BONDS ........................................................................................................................................15 INSTRUCTIONS, CONDITIONS AND OTHER STATEMENTS TO BIDDERS/OFFERORS ..............................................................................................................16 2.1 52.216-1 TYPE OF CONTRACT (APR 1984) ................................................................16 2.2 52.222-5 DAVIS-BACON ACT--SECONDARY SITE OF THE WORK (JUL 2005) .....................................................................................................................................16 2.3 52.222-23 NOTICE OF REQUIREMENT FOR AFFIRMATIVE ACTION TO ENSURE EQUAL EMPLOYMENT OPPORTUNITY FOR CONSTRUCTION (FEB 1999)............................................................................................................................16 2.4 52.225-10 NOTICE OF BUY AMERICAN ACT REQUIREMENT --CONSTRUCTION MATERIALS (FEB 2009) .................................................................18 2.5 52.228-1 BID GUARANTEE (SEP 1996) ........................................................................19 2.6 52.233-2 SERVICE OF PROTEST (SEP 2006) ...............................................................19 2.7 52.236-27 SITE VISIT (CONSTRUCTION) (FEB 1995) ALTERNATE I (FEB 1995) .....................................................................................................................................20 2.8 852.211-72 TECHNICAL INDUSTRY STANDARDS (JAN 2008) .................................20 2.9 804.1102 VERIFICATION OF STATUS OF APPARENTLY SUCCESSFUL OFFEROR (OCT 2010) (DEVIATION) ..............................................................................20 2.10 VAAR 852.228-72 ASSISTING SERVICE-DISABLED VETERAN-OWNED AND VETERAN-OWNED SMALL BUSINESSES IN OBTAINING BONDS (DEC 2009) ...........................................................................................................................21 2.11 VAAR 852.233-70 PROTEST CONTENT/ALTERNATIVE DISPUTE RESOLUTION (JAN 2008) .................................................................................................22 2.12 VAAR 852.233-71 ALTERNATE PROTEST PROCEDURE (JAN 1998) .....................22 2.13 VAAR 852.270-1 REPRESENTATIVES OF CONTRACTING OFFICERS (JAN 2008) .....................................................................................................................................23 2.14 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998)............................................................................................................................23 REPRESENTATIONS AND CERTIFICATIONS ...........................................................................24 3.1 52.204-8 ANNUAL REPRESENTATIONS AND CERTIFICATIONS (OCT 2010) ...............................................................................................................................................24 GENERAL CONDITIONS .................................................................................................................28 Master Page Number 5 of 323 VA-248-11-RP-0060 TBD 4.1 52.204-10 REPORTING EXECUTIVE COMPENSATION AND FIRST-TIER SUBCONTRACT AWARDS (JUL 2010) ...........................................................................28 4.2 52.209-8 UPDATES OF INFORMATION REGARDING RESPONSIBILITY MATTERS (DEVIATION) (OCT 2010)..............................................................................31 4.3 52.211-10 COMMENCEMENT, PROSECUTION, AND COMPLETION OF WORK (APR 1984) ALTERNATE I (APR 1984) ........................................................31 4.4 52.219-28 POST-AWARD SMALL BUSINESS PROGRAM REREPRESENTATION (APR 2009) ..................................................................................32 4.5 52.222-54 EMPLOYMENT ELIGIBILITY VERIFICATION (JAN 2009) .........................33 4.6 52.225-9 BUY AMERICAN ACT--CONSTRUCTION MATERIALS (SEP 2010) .........36 4.7 52.228-5 INSURANCE - WORK ON A GOVERNMENT INSTALLATION (JAN 1997) .....................................................................................................................................40 4.8 SUPPLEMENTAL INSURANCE REQUIREMENTS .......................................................41 4.9 52.236-4 PHYSICAL DATA (APR 1984) .......................................................................41 4.10 VAAR 852.203-70 COMMERCIAL ADVERTISING (JAN 2008)...................................42 4.11 VAAR 852.219-10 VA NOTICE OF TOTAL SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESS SET-ASIDE (DEC 2009) ...............................42 4.12 VAAR 852.228-70 BOND PREMIUM ADJUSTMENT (JAN 2008) .............................44 4.13 VAAR 852.236-71 SPECIFICATIONS AND DRAWINGS FOR CONSTRUCTION (JUL 2002) ............................................................................................44 4.14 VAAR 852.236-74 INSPECTION OF CONSTRUCTION (JUL 2002)...........................45 4.15 VAAR 852.236-76 CORRESPONDENCE (APR 1984) ..................................................45 4.16 VAAR 852.236-77 REFERENCE TO "STANDARDS" (JUL 2002).................................45 4.17 VAAR 852.236-78 GOVERNMENT SUPERVISION (APR 1984) ..................................45 4.18 VAAR 852.236-79 DAILY REPORT OF WORKERS AND MATERIAL (APR 1984) .....................................................................................................................................46 4.19 VAAR 852.236-80 SUBCONTRACTS AND WORK COORDINATION (APR 1984) .....................................................................................................................................46 4.20 VAAR 852.236-82 PAYMENTS UNDER FIXED-PRICE CONSTRUCTION CONTRACTS (WITHOUT NAS) (APR 1984) ...................................................................46 ADDITIONAL REQUIREMENTS FOR BAR CHART SCHEDULE ........................................50 4.21 VAAR 852.236-85 SUPPLEMENTARY LABOR STANDARDS PROVISIONS (APR 1984) ...........................................................................................................................50 4.22 VAAR 852.236-86 WORKER'S COMPENSATION (JAN 2008) .....................................51 4.23 VAAR 852.236-87 ACCIDENT PREVENTION (SEP 1993)..........................................51 4.24 VAAR 852.236-88 CONTRACT CHANGES--SUPPLEMENT (JUL 2002) ................51 4.25 VAAR 852.236-89 BUY AMERICAN ACT (JAN 2008) ..................................................53 4.26 VAAR 852.236-91 SPECIAL NOTES (JUL 2002) ..........................................................54 4.27 VAAR 852.246-74 SPECIAL WARRANTIES (JAN 2008) ............................................55 4.28 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) .....................55 4.29 DOL WAGE DERTERMINATION…………………………………………..…58 4.30 GENERAL REQUIREMENTS AND CONSTRUCTION SPECIFICATIONS…63 4.31 ATTACHMENTS -- CONSTRUCTION DRAWINGS (3), ENERGY STAR PROGRAM REQUIREMENTS FOR ROOF PRODUCTS (1)…………………323 Master Page Number 6 of 323 VA-248-11-RP-0060 TBD A.1 PROPOSAL EVALUATION CRITERIA PART 1 - GENERAL INFORMATION 1.1 SOURCE SELECTION USING THE LOWEST PRICE TECHNICALLY ACCEPTABLE PROCESS (LPTA): This is a competitive Request for Proposal (RFP) that represents the best value to the Government conducted under FAR Part 15, Lowest Price Technically Acceptable (LPTA) source selection process. Award will be made on the basis of the lowest evaluated price of proposals meeting or exceeding the acceptability standards for non-cost factors. All evaluation factors other than price, when combined, are significantly less important than price. 1.2 EVALUATION OVERVIEW: Proposals will be evaluated and ranked according to price, from lowest to highest. The Government reserves the right to evaluate only the technical proposal of the lowest price offeror. Other technical proposals may not be evaluated unless the Government determines the lowest price offeror to be unacceptable or non-responsive. In the event the Government determines the lowest price offeror to be unacceptable, the technical proposal of the next lowest price offeror will be evaluated. This process will continue until a technical proposal is determined to be acceptable. PART 2 – PRICE EVALUATION 2.1 Price proposals will be evaluated and ranked according to price, from lowest to highest. Price will not be evaluated other than to ensure price reasonableness and determine availability of funds. All proposals shall include a detailed cost breakdown (materials, labor, and equipment) by trade (see attachment 3a/b for example). The Government may use various price analysis techniques and procedures to make a price reasonableness determination. 2.2 Requests for Proposals may include alternate bid items such as additives, deductives, or options. In such cases the lowest offer will be the offer that is most advantageous to the Government and also provides the most features of work based on the availability of funds. 2.3 Offerors submitting price proposals in response to this solicitation do so with the complete and full understanding that the Government reserves the right to publically announce the total contract award amount. PART 3 – TECHNICAL EVALUATION 3.1 The Technical factor consists of three separate elements: experience, quality control and past performance. Technical proposals will be rated either acceptable or unacceptable. Each element must be rated acceptable to receive an overall acceptable technical rating. Proposals must separately address each element to be considered responsive to this solicitation. 3.1.1 Offerors must submit one recent and relevant project that they have completed as a General Contractor. Recent is defined as a construction project completed within the last 5 years. Relevant is defined a construction project for a health care facility that is similar in size, scope, complexity and value. Your proposal shall follow the structure below starting with 3.1.2 EXPERIENCE – Offers must address the following topics. Offers that do not address each topic will be rated unacceptable. Describe in detail for each element below: • • • Describe any difficulties and/or obstacles encountered during performance; steps taken toward resolution Identify key personnel and their duties and responsibilities in detail Describe unforeseen conditions and how each were resolved or how you would handle this Master Page Number 7 of 323 VA-248-11-RP-0060 TBD • 3.1.3 Identify Trades used and your process on how you select the trades QUALITY CONTROL – Offers must address the following topics. Offers that do not address each topic will be rated unacceptable. Describe in detail for each element below: • • • • • Describe your organization as it applies to this project Describe your approach to subcontractor management Describe your approach to construction safety and infection control Describe your handling and storage of hazardous material program Describe your approach to compliance with project plans and specifications 3.1.4 PAST PERFORMANCE – The Government will evaluate the offerors past performance based on the project referenced in para. 3.1.1. Offerors must include the completed survey at attachment 2 with their technical proposal. Any proposal that does not include a past performance survey will be considered nonresponsive. Ensure phone number and email contact information is correct for your reference. PART 4 – PROPOSAL PREPARATION INFORMATION 4.1 To assure timely and equitable evaluation of proposals, offerors must follow the instructions contained herein. Offerors are required to meet all solicitation requirements, including terms and conditions, representations and certifications. Failure to meet a requirement may result in an offer being ineligible for award and being considered non-responsive. 4.2 All responses to this solicitation must include separate Price and Technical proposals to be considered responsive. 4.2.1 Only one award, based on availability of funds, will be made as a result of this solicitation. 4.2.2 Technical Proposal Submission: The technical proposal shall not exceed a total of Fifteen (15) pages. 4.3. Proposals shall consist of the following to be considered responsive to this solicitation: • • • • • • • Past Performance Survey Price Proposal with detailed cost breakdown Technical Proposal (Not to Exceed 15 pages) Signed/dated SF 1442 with representations and certifications (ORCA) Ensure all amendments are acknowledged Bid/Offer Guarantee Bond as applicable Service Disabled Veteran verification PART 5 - BASIS FOR AWARD 5.1 The Government intends to evaluate proposals and award a contract without discussions (except clarifications as described in FAR 15.306(a)). Therefore, the offeror’s initial proposal should contain the offeror’s best terms from a price and technical standpoint. 5.2 Award will be made to the responsible, lowest price, technically acceptable offeror that meets or exceeds the acceptability standards for all non-cost factors, based on availability of funds. Master Page Number 8 of 323 VA-248-11-RP-0060 TBD A.2 PRICE OFFER SCHEDULE, ATTACHMENT No. 1 Description Price ITEM 1, GENERAL CONSTRUCTION: Provide all necessary equipment, labor, materials, specialty services, supervision, and tools to complete Project No. 673-11-120, “Replace Operating Room (OR) Area Roof, Building #1”. Work includes the removal and installation of Building #1, 2nd Floor Roof and Repair of areas that are penetrating above the PACU and OR suite. Removal of the old roof down to the light concrete and dry the entire roof. Reinstalling 4 inches of urethanes foam, apply a sealer (coating) over the entire New Roof. The Contractor shall treat and seal all roof penetrations near HVAC, mezzanine and other equipment on the scope area. All work to be performed as required by the drawings and specifications. All work is to be completed in 120 calendar days. $_____________ NOTE: All proposals shall include a detailed cost breakdown (materials, labor, and equipment) by trade; lump sum costs are not acceptable. See attached sample 3A and 3B. Master Page Number 9 of 323 VA-248-11-RP-0060 TBD A.3 PAST PERFORMANCE SURVEY, ATTACHMENT No. 2 Past Performance Survey Form Contractor to complete and return to Contracting Officer with proposal Contractor Name, Address, phone number, email address and DUNS number. Project Title: Government Agency: Contract Number: Contract Amount: Period of Performance: Contracting Officer: COTR: Phone: Phone: Email: Email: Brief Description of Project: Master Page Number 10 of 323 VA-248-11-RP-0060 TBD A.4 SAMPLE COST BREAKDOWN, ATTACHMENT No. 3 Project: PROJECT RECAP & SUMMARY Unit Price Ext Description Value Per: 24140 SQFT 01 - Base Estimate **** 01 - Foundations **** 0110 - Standard Foundations 01 - Base Estimate **** 01 - Foundations – SUBTOTAL 01 - Base Estimate **** 02 - Substructure **** 0210 - Slab On Grade 01 - Base Estimate **** 02 - Substructure - SUBTOTAL 01 - Base Estimate **** 03 - Superstructure **** 0310 - Floor Construction 01 - Base Estimate **** 03 - Superstructure **** 0320 - Roof Construction 01 - Base Estimate **** 03 - Superstructure - SUBTOTAL 01 - Base Estimate **** 04 - Exterior Closure **** 0410 - Exterior Walls 01 - Base Estimate **** 04 - Exterior Closure **** 0420 - Exterior Doors & Windows 01 - Base Estimate **** 04 - Exterior Closure - SUBTOTAL 01 - Base Estimate **** 05 - Roofing **** 0500 - Roofing 01 - Base Estimate **** 05 - Roofing - SUBTOTAL 01 - Base Estimate **** 06 - Interior Construction **** 0610 - Partitions 01 - Base Estimate **** 06 - Interior Construction **** 0620 - Floor Finishes 01 - Base Estimate **** 06 - Interior Construction **** 0621 - Base Finishes 01 - Base Estimate **** 06 - Interior Construction **** 0622 - Wall Finishes 01 - Base Estimate **** 06 - Interior Construction **** 0623 - Ceiling Finishes 01 - Base Estimate **** 06 - Interior Construction **** 0630 - Miscellaneous Specialties 01 - Base Estimate **** 06 - Interior Construction **** 0634 - Toilet Specialties 01 - Base Estimate **** 06 - Interior Construction **** 0639 - Miscellaneous Built-In Cabinetwork 01 - Base Estimate **** 06 - Interior Construction **** 1210 - Site Preparation 01 - Base Estimate **** 06 - Interior Construction - SUBTOTAL 01 - Base Estimate 01 - Base Estimate 01 - Base Estimate 01 - Base Estimate Systems **** **** **** **** 08 - Mechanical 08 - Mechanical 08 - Mechanical 08 - Mechanical **** **** **** **** 0810 - Plumbing 0820 - HVAC 0830 - Fire Protection 0840 - Special Mechanical 01 - Base Estimate **** 08 - Mechanical - SUBTOTAL 01 - Base Estimate **** 09 - Electrical **** 0911 - Service & Distribution 01 - Base Estimate **** 09 - Electrical **** 0913 - Motor & Equipment Connections 01 - Base Estimate **** 09 - Electrical **** 0921 - Lighting Master Page Number 11 of 323 VA-248-11-RP-0060 TBD 01 - Base Estimate 01 - Base Estimate 01 - Base Estimate Wiring 01 - Base Estimate 01 - Base Estimate 01 - Base Estimate 01 - Base Estimate 01 - Base Estimate 01 - Base Estimate **** 09 - Electrical **** 0924 - Switches & Lighting Control **** 09 - Electrical **** 0926 - Receptacles **** 09 - Electrical **** 0928 - Miscellaneous Branch **** **** **** **** **** **** 09 - Electrical **** 0930 - Special Electrical Systems 09 - Electrical **** 0931 - Tele / Data Rough In 09 - Electrical **** 0933 - Fire Alarm System 09 - Electrical **** 0934 - Sound & Paging 09 - Electrical **** 0938 - CCTV System 09 - Electrical **** 0939 - Nurse Call System 01 - Base Estimate **** 09 - Electrical - SUBTOTAL 01 - Base Estimate **** 12 - Sitework **** 1220 - Site Improvements 01 - Base Estimate **** 12 - Sitework **** 1230 - Site Utilities 01 - Base Estimate **** 12 - Sitework - SUBTOTAL 01 - Base Estimate - SUBTOTAL **** REPORT TOTAL **** =================SUMMARY==================== SUMMARY MARKUPS General Conditions OH & P MARKUP TOTAL ESTIMATE TOTAL Project Title: Contractor: Description Quantity U/M Unit Price Unit Price Ext **** 01 - Foundations **** 0110 - Standard Foundations Concrete Ready Mix, Regular, 4000 PSI Placing Concrete, Grade Beam, by Pump, Medium Grade Beam Placing Concrete, Footings, Continuous, Shallow, Pumped Rebar In Place - Steel - Average Cost for Straight - #8 to #11 **** 02 - Substructure **** 0210 - Slab On Master Page Number 12 of 323 VA-248-11-RP-0060 TBD Grade Concrete Ready Mix, Regular, 4000 PSI Placing Concrete, Slab On Grade, 5" Thick, Pumped Concrete Finishing, Floors, Hand Trowel Reinforcement, Wire Mesh, Slabs, Standard, 4 x 4, W1.4xW1.4 Formwork, Slab On Grade, Edge Forms, Wood, Avearge **** 04 - Exterior Closure **** 0410 - Exterior Walls 5" x 8" Cut Stone Window Sill 12" Wide, Precast Concrete Coping 6" Diameter, Black, Extra Heavy Duty Steel Pipe Downspouts 8" CMU Red Veneer Face Brick with Mortar **** 04 - Exterior Closure **** 0420 - Exterior Doors & Windows 3'-0" x 7'-0" Hollow Metal w/Hollow Metal Frame, Finish, Hardware Louvers, Aluminum, with Screen **** 06 - Interior Construction **** 0610 Partitions Interior wall - Ceiling Hgt. -1 Layer 5/8" Gypsum Board 2 Sides on 3-5/8" Metal Studs, Batt Insul.to Ceiling. Full Hgt. Demising Wall - 1 Layer 5/8" Gypsum Board 2 Sides on 3-5/8" Metal Studs, Batt Insul.to Deck above **** 06 - Interior Construction **** 0620 - Floor Finishes Vinyl Composition Tile, 12" X 12", 1/8" Thick, Solid Stoneshield HRI Floor System Including Base, TG-5 Grout and ME-7 WP Membrane Interior Floors, Concrete/Wood, Oil Base, Primer/Sealer Coat, Roller Resilient Sheet Flooring **** 08 - Mechanical **** 0810 - Plumbing ***** DEMOLITION ***** Demo, Piping, 1/2" To 1 1/2" Diameter Remove Bathtub Remove Water Closet Master Page Number 13 of 323 VA-248-11-RP-0060 TBD **** 08 - Mechanical **** 0810 - Plumbing 4" Storm Drain, C.I., Hub & Spigot, U/G 3" Sanitary Waste, H & S, Push-On, A/G w/ Hangers 3" Storm Pipe, C.I., Push-On, A/G, Horiz. **** 08 - Mechanical **** 0820 - HVAC EF 1.1: Roof Exh.Fan - 1200 CFM EF 1.2: Roof Exh.Fan - 1500 CFM EF 2.1: In-Line Exh.Fan - 1625 CFM **** 08 - Mechanical **** 0830 - Fire Protection ***** WET SYSTEM RENOVATION ***** Instit. Spklr. Hd., Flush, Pendent, Polished Chrome, 1/2", W/ Escutcheon Spklr. Hd., Recessed Pendent, Brass, 1/2", 17/32" Orifice **** 09 - Electrical **** 0913 - Motor & Equipment Connections Motor / Equipment Connection 800A Motor / Equipment Connection 100A Motor / Equipment Connection 60A Motor / Equipment Connection 30A Motor / Equipment Connection 120V 20A **** 09 - Electrical **** 0921 - Lighting A - 2' x 4' - Fluorescent Light B - 4' Over Bed Wall Bracket Fluorescent C - 2' x 4' - 2 Lamp Acrylic Lens Fluorescent **** 12 - Sitework **** 1220 - Site Improvements Parking Stall Striping Parking Stall Handicapped Striping Including Signage and Steel Post Parking Pipe Bollards - Removable TOTAL Master Page Number 14 of 323 VA-248-11-RP-0060 TBD INFORMATION REGARDING BIDDING MATERIAL, BID GUARANTEE AND BONDS (a) Bidding materials consisting of drawings, specifications and contract forms may be obtained by qualified General (Prime) Contractors interested in submitting bids direct to the Department of Veterans Affairs. A maximum of sets may be issued when requested. Up to sets of drawings and specifications will be furnished upon request to subcontractors for their use in preparing subbids for General (Prime) Contractors. Suppliers and subcontractors listed above shall show in their requests the work or equipment for which they intend to prepare subbids. (b) One set of drawings and specifications may be obtained by Builders Exchanges, Chambers of Commerce, Quantity Surveyors, trade and microfilming organizations. (c) Bidding materials may be obtained only upon written application to the issuing office. Bidders should allow 5 working days after receipt of their request by the issuing office for reproduction, in addition to mail delivery time when requesting bidding material. (d) Subcontractors, material firms and others interested in preparing subbids may, upon application to the issuing office, obtain a list of organizations, such as Builders Exchanges, Chambers of Commerce, Contractors and others, who have received bidding materials. (e) While no deposit will be necessary, return of the bidding material, postage prepaid, to the issuing office within 10 days after date of opening bids will be required. In case no bid is to be submitted, the return of the bidding material, as soon as this fact has been determined and before the date of opening bids, is requested. If you decide not to bid on this project, please advise the issuing office of your reasons (the contracting officer should modify accordingly if a deposit is required). (f) 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. (g) 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: $250,000.00 to $500,000.00. (End of Clause) Master Page Number 15 of 323 VA-248-11-RP-0060 TBD 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 DAVIS-BACON ACT--SECONDARY SITE OF THE WORK (JUL 2005) (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, Davis-Bacon Act, 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 | Goals for female participation for each trade | for each trade ________________________________ | __________________________________ | 15.5 % | 6.9 % ________________________________ | __________________________________ Master Page Number 16 of 323 VA-248-11-RP-0060 TBD 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 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 HILLSBOROUGH COUNTY, FLORIDA (End of Provision) Master Page Number 17 of 323 VA-248-11-RP-0060 TBD 2.4 52.225-10 NOTICE OF BUY AMERICAN ACT REQUIREMENT --CONSTRUCTION MATERIALS (FEB 2009) (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 Act--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 Act 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 Act 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 Act, based on claimed unreasonable cost of domestic construction material, by adding to the 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. Master Page Number 18 of 323 VA-248-11-RP-0060 TBD 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. (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) (a) 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: SANDRA T. JACKSON Hand-Carried Address: Department of Veterans Affairs James A. Haley Veterans Hospital (NCA8) TAMPA CONTRACTING 8875 HIDDEN RIVER PARKWAY, SUITE 525 Tampa FL 33637 Master Page Number 19 of 323 VA-248-11-RP-0060 TBD Mailing Address: Department of Veterans Affairs James A. Haley Veterans Hospital (PBD) ATTN: Sandra T. Jackson 13000 Bruce B. Downs Blvd Tampa FL 33612 (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 forFEBRUARY 07, 2011, 09:00 AM EST (c) Participants will meet atPARKING LOT, located at 2702 131st Street, Tampa, Florida 33612 (End of Provision) 2.8 852.211-72 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 VA Master Specifications. 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) 2.9 804.1102 VERIFICATION OF STATUS OF APPARENTLY SUCCESSFUL OFFEROR (OCT 2010) (DEVIATION) Master Page Number 20 of 323 VA-248-11-RP-0060 TBD (a) The apparently successful offeror, unless currently listed as verified in the Vendor Information Pages (VIP) at: www.vetbiz.gov database, shall submit to Department of Veteran Affairs' (VA) Center for Veterans Enterprise (CVE) within five business days of receipt of written notice of its status as the apparently successful offeror, a verification application in accordance with 38 Code of Federal Regulations (CFR) Part 74 with such reasonably adequate documentary material, as necessary, establishing as follows: (1) The owner or owners of 51 percent or more of the offeror is/are service- disabled Veteran(s), Veteran(s), or an eligible surviving spouse thereof, as applicable, for the instant acquisition. In this regard, the apparently successful offeror shall submit a VA Form 0877 to CVE via VA's VIP at: www.vetbiz.gov, internet site. This confidential and secure electronic application will enable CVE to inform the CO of the service-disabled Veteran or Veteran status of the owner(s) of the offeror without the CO having to receive and secure confidential individually identifiable information or personal health care information on this topic. (2) Eligible parties own 51 percent or more of the concern (see 38 CFR 74.3). Adequate documentation can include copies of official stock certificates, articles of incorporation, partnership agreement, operating agreement, or other similar documentation which reasonably demonstrates the percentage of ownership by eligible parties; and (3) Eligible parties control the concern (See 38 CFR 74.4). Control includes both the strategic policy setting exercised, for example, by boards of directors, and the day-to-day management and administration of business operations. Adequate documentation should include articles of incorporation, corporate by-laws, partnership agreement, operating agreement, resumes, disclosure of any other current employment, or other relevant documentation, as applicable, which demonstrates control of the strategic and day-to-day management of the offeror by eligible parties, as applicable. (b) CVE will examine the business documents to determine if they establish appropriate ownership and control of the business from which an offer has been received. Within 21 business days, CVE shall determine whether the firm can or cannot be verified as a SDVOSB or VOSB, as appropriate, and issue its decision thereon to the vendor in accordance with 38 CFR 74.11(e) and to the CO. The CO will use CVE's decision in making the source selection decision. (c) If a competing vendor raises a status protest prior to CVE's completion of its verification examination, the CO may rely on the status protest decision when issued. (d) This deviation will expire December 31, 2011. Thereafter, in accordance with VAAR 804.1102, COs shall only make awards to SDVOSBs or VOSBs which are listed as verified in VIP at: www.vetbiz.gov. (End of Provision) 2.10 VAAR 852.228-72 ASSISTING SERVICE-DISABLED VETERAN-OWNED AND VETERAN-OWNED SMALL BUSINESSES IN OBTAINING BONDS (DEC 2009) Master Page Number 21 of 323 VA-248-11-RP-0060 TBD 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) 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: Master Page Number 22 of 323 VA-248-11-RP-0060 TBD Deputy Assistant Secretary for Acquisition and Logistics, Risk Management Team, Department of Veterans Affairs 810 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 Management 811 Vermont Avenue, N.W. 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 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/oamm/oa/ars/policyreg/vaar/index.cfm (End of Provision) 52.215-1 52.236-28 INSTRUCTIONS TO OFFERORS--COMPETITIVE JAN 2004 ACQUISITION PREPARATION OF PROPOSALS--CONSTRUCTION OCT 1997 Master Page Number 23 of 323 VA-248-11-RP-0060 TBD REPRESENTATIONS AND CERTIFICATIONS 3.1 52.204-8 ANNUAL REPRESENTATIONS AND CERTIFICATIONS (OCT 2010) (a)(1) The North American Industry Classification System (NAICS) code for this acquisition is 236220. (2) The small business size standard is $33.5M. (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 clause at 52.204-7, Central Contractor Registration, is included in this solicitation, paragraph (d) of this provision applies. (2) If the clause at 52.204-7 is not included in this solicitation, and the offeror is currently registered in CCR, and has completed the ORCA 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: [ ] (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 ORCA 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 clause at 52.204-7, Central Contractor Registration. Master Page Number 24 of 323 VA-248-11-RP-0060 TBD (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) 52.209-5, Certification Regarding Responsibility Matters. This provision applies to solicitations where the contract value is expected to exceed the simplified acquisition threshold. (vi) 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. (vii) 52.215-6, Place of Performance. This provision applies to solicitations unless the place of performance is specified by the Government. (viii) 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. (B) The provision with its Alternate I applies to solicitations issued by DoD, NASA, or the Coast Guard. (ix) 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. (x) 52.222-22, Previous Contracts and Compliance Reports. This provision applies to solicitations that include the clause at 52.222-26, Equal Opportunity. (xi) 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. (xii) 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. (xiii) 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 Master Page Number 25 of 323 VA-248-11-RP-0060 TBD 52.223-2, Affirmative Procurement of Biobased Products Under Service and Construction Contracts. (xiv) 52.223-4, Recovered Material Certification. This provision applies to solicitations that are for, or specify the use of, EPA-designated items. (xv) 52.225-2, Buy American Act Certificate. This provision applies to solicitations containing the clause at 52.225-1. (xvi) 52.225-4, Buy American Act--Free Trade Agreements--Israeli Trade Act Certificate. (Basic, Alternate I, and Alternate II) 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 $67,826, the provision with its Alternate II applies. (xvii) 52.225-6, Trade Agreements Certificate. This provision applies to solicitations containing the clause at 52.225-5. (xviii) 52.225-20, Prohibition on Conducting Restricted Business Operations in Sudan--Certification. This provision applies to all solicitations. (xix) 52.225-25, Prohibition on Engaging in Sanctioned Activities Relating to Iran--Certification. This provision applies to all solicitations. (xx) 52.226-2, Historically Black College or University and Minority Institution Representation. This provision applies to-(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 certifications are applicable as indicated by the Contracting Officer: [](i) 52.219-19, Small Business Concern Representation for the Small Business Competitiveness Demonstration Program. [](ii) 52.219-21, Small Business Size Representation for Targeted Industry Categories Under the Small Business Competitiveness Demonstration Program. [](iii) 52.219-22, Small Disadvantaged Business Status. [](A) Basic. Master Page Number 26 of 323 VA-248-11-RP-0060 TBD [](B) Alternate I. [](iv) 52.222-18, Certification Regarding Knowledge of Child Labor for Listed End Products. [](v) 52.222-48, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment Certification. [](vi) 52.222-52 Exemption from Application of the Service Contract Act to Contracts for Certain Services--Certification. [](vii) 52.223-9, with its Alternate I, Estimate of Percentage of Recovered Material Content for EPA-Designated Products (Alternate I only). [](viii) 52.223-13, Certification of Toxic Chemical Release Reporting. [](ix) 52.227-6, Royalty Information. [](A) Basic. [](B) Alternate I. [](x) 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 Online Representations and Certifications Application (ORCA) website at http://orca.bpn.gov. After reviewing the ORCA 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 ORCA. (End of Provision) Master Page Number 27 of 323 VA-248-11-RP-0060 TBD GENERAL CONDITIONS 4.1 52.204-10 REPORTING EXECUTIVE COMPENSATION AND FIRST-TIER SUBCONTRACT AWARDS (JUL 2010) (a) Definitions. As used in this clause: "Executive" means officers, managing partners, or any other employees in management positions. "First-tier subcontract" means a subcontract awarded directly by a Contractor to furnish supplies or services (including construction) for performance of a prime contract, but excludes supplier agreements with vendors, such as long-term arrangements for materials or supplies that would normally be applied to a Contractor's general and administrative expenses or indirect cost. "Total compensation" means the cash and noncash dollar value earned by the executive during the Contractor's preceding fiscal year and includes the following (for more information see 17 CFR 229.402(c)(2)): (1) Salary and bonus. (2) Awards of stock, stock options, and stock appreciation rights. Use the dollar amount recognized for financial statement reporting purposes with respect to the fiscal year in accordance with the Statement of Financial Accounting Standards No. 123 (Revised 2004) (FAS 123R), Shared Based Payments. (3) Earnings for services under non-equity incentive plans. This does not include group life, health, hospitalization or medical reimbursement plans that do not discriminate in favor of executives, and are available generally to all salaried employees. (4) Change in pension value. This is the change in present value of defined benefit and actuarial pension plans. (5) Above-market earnings on deferred compensation which is not tax-qualified. (6) Other compensation, if the aggregate value of all such other compensation (e.g., severance, termination payments, value of life insurance paid on behalf of the employee, perquisites or property) for the executive exceeds $10,000. (b) Section 2(d)(2) of the Federal Funding Accountability and Transparency Act of 2006 (Pub. L. 109-282), as amended by section 6202 of the Government Funding Transparency Act of 2008 (Pub. L. 110-252), requires the Contractor to report information on subcontract awards. The law requires all reported information be made public, therefore, the Contractor is responsible for notifying its subcontractors that the required information will be made public. Master Page Number 28 of 323 VA-248-11-RP-0060 TBD (c)(1) Unless otherwise directed by the contracting officer, by the end of the month following the month of award of a first-tier subcontract with a value of $25,000 or more, (and any modifications to these subcontracts that change previously reported data), the Contractor shall report the following information at http://www.fsrs.gov for each first-tier subcontract. (The Contractor shall follow the instructions at http://www.fsrs.gov to report the data.) (i) Unique identifier (DUNS Number) for the subcontractor receiving the award and for the subcontractor's parent company, if the subcontractor has a parent company. (ii) Name of the subcontractor. (iii) Amount of the subcontract award. (iv) Date of the subcontract award. (v) A description of the products or services (including construction) being provided under the subcontract, including the overall purpose and expected outcomes or results of the subcontract. (vi) Subcontract number (the subcontract number assigned by the Contractor). (vii) Subcontractor's physical address including street address, city, state, and country. Also include the nine-digit zip code and congressional district. (viii) Subcontractor's primary performance location including street address, city, state, and country. Also include the nine-digit zip code and congressional district. (ix) The prime contract number, and order number if applicable. (x) Awarding agency name and code. (xi) Funding agency name and code. (xii) Government contracting office code. (xiii) Treasury account symbol (TAS) as reported in FPDS. (xiv) The applicable North American Industry Classification System code (NAICS). (2) By the end of the month following the month of a contract award, and annually thereafter, the Contractor shall report the names and total compensation of each of the five most highly compensated executives for the Contractor's preceding completed fiscal year at http://www.ccr.gov, if-(i) In the Contractor's preceding fiscal year, the Contractor received-- Master Page Number 29 of 323 VA-248-11-RP-0060 TBD (A) 80 percent or more of its annual gross revenues from Federal contracts (and subcontracts), loans, grants (and subgrants) and cooperative agreements; and (B) $25,000,000 or more in annual gross revenues from Federal contracts (and subcontracts), loans, grants (and subgrants) and cooperative agreements; and (ii) The public does not have access to information about the compensation of the executives through periodic reports filed under section 13(a) or 15(d) of the Securities Exchange Act of 1934 (15 U.S.C. 78m(a), 78o(d)) or section 6104 of the Internal Revenue Code of 1986. (To determine if the public has access to the compensation information, see the U.S. Security and Exchange Commission total compensation filings at http://www.sec.gov/answers/execomp.htm.) (3) Unless otherwise directed by the contracting officer, by the end of the month following the month of a first-tier subcontract with a value of $25,000 or more, and annually thereafter, the Contractor shall report the names and total compensation of each of the five most highly compensated executives for each first-tier subcontractor for the subcontractor's preceding completed fiscal year at http://www.fsrs.gov, if-(i) In the subcontractor's preceding fiscal year, the subcontractor received-(A) 80 percent or more of its annual gross revenues from Federal contracts (and subcontracts), loans, grants (and subgrants) and cooperative agreements; and (B) $25,000,000 or more in annual gross revenues from Federal contracts (and subcontracts), loans, grants (and subgrants) and cooperative agreements; and (ii) The public does not have access to information about the compensation of the executives through periodic reports filed under section 13(a) or 15(d) of the Securities Exchange Act of 1934 (15 U.S.C. 78m(a), 78o(d)) or section 6104 of the Internal Revenue Code of 1986. (To determine if the public has access to the compensation information, see the U.S. Security and Exchange Commission total compensation filings at http://www.sec.gov/answers/execomp.htm.) (d)(1) If the Contractor in the previous tax year had gross income, from all sources, under $300,000, the Contractor is exempt from the requirement to report subcontractor awards. (2) If a subcontractor in the previous tax year had gross income from all sources under $300,000, the Contractor does not need to report awards to that subcontractor. (e) Phase-in of reporting of subcontracts of $25,000 or more. (1) Until September 30, 2010, any newly awarded subcontract must be reported if the prime contract award amount was $20,000,000 or more. (2) From October 1, 2010, until February 28, 2011, any newly awarded subcontract must be reported if the prime contract award amount was $550,000 or more. Master Page Number 30 of 323 VA-248-11-RP-0060 TBD (3) Starting March 1, 2011, any newly awarded subcontract must be reported if the prime contract award amount was $25,000 or more. (End of Clause) 4.2 52.209-8 UPDATES OF INFORMATION REGARDING RESPONSIBILITY MATTERS (DEVIATION) (OCT 2010) (a)(1) 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 Central Contractor Registration database at http://www.ccr.gov (see 52.204-7). (2) At the first semi-annual update on or after April 15, 2011, the Contractor shall post again any required information that the Contractor posted prior to April 15, 2011. (b)(1) The Contractor will receive notification when the Government posts new information to the Contractor's record. (2) The Contractor will 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) Public access to information in FAPIIS. (i) Public requests for system information that was submitted prior to April 15, 2011, will be handled under Freedom of Information Act procedures, including, where appropriate, procedures promulgated under E.O. 12600. (ii) As required by section 3010 of Public Law 111-212, all information posted in FAPIIS on or after April 15, 2011, except past performance reviews, will be publicly available. (End of Clause) 4.3 52.211-10 COMMENCEMENT, PROSECUTION, AND COMPLETION OF WORK (APR 1984) ALTERNATE I (APR 1984) The Contractor shall be required to (a) commence work under this contract within 10 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 120 AFTER NOTICE TO PROCEED. The time stated for completion shall include final cleanup of the premises. The completion date is based on the assumption that the successful offeror will receive the notice to proceed by TBD. The completion date will be extended by the number of calendar days after the above date that the Contractor receives the notice to proceed, except to the extent that the Master Page Number 31 of 323 VA-248-11-RP-0060 TBD delay in issuance of the notice to proceed results from the failure of the Contractor to execute the contract and give the required performance and payment bonds within the time specified in the offer. (End of Clause) 4.4 52.219-28 POST-AWARD SMALL BUSINESS PROGRAM REREPRESENTATION (APR 2009) (a) Definitions. As used in this clauseLong-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. Master Page Number 32 of 323 VA-248-11-RP-0060 TBD (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/services/contractingopportunities/sizestandardstopics/. (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 rerepresentation required by paragraph (b) of this clause by validating or updating all its representations in the Online Representations and Certifications Application and its data in the Central Contractor Registration, 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 ORCA, or does not have a representation in ORCA 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 TBD. [Contractor to sign and date and insert authorized signer's name and title]. (End of Clause) 4.5 52.222-54 EMPLOYMENT ELIGIBILITY VERIFICATION (JAN 2009) (a) Definitions. As used in this clause-"Commercially available off-the-shelf (COTS) item"-(1) Means any item of supply that is-(i) A commercial item (as defined in paragraph (1) of the definition at 2.101); (ii) Sold in substantial quantities in the commercial marketplace; and Master Page Number 33 of 323 VA-248-11-RP-0060 TBD (iii) Offered to the Government, 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 section 3 of the Shipping Act of 1984 (46U.S.C. App. 1702), such as agricultural products and petroleum products. Per 46 CFR 525.1(c)(2), "bulk cargo" means cargo that is loaded and carried in bulk onboard ship without mark or count, in a loose unpackaged form, having homogenous characteristics. Bulk cargo loaded into intermodal equipment, except LASH or Seabee barges, is subject to mark and count and, therefore, ceases to be bulk cargo. "Employee assigned to the contract" means an employee who was hired after November 6, 1986, who is directly performing work, in the United States, under a contract that is required to include the clause prescribed at 22.1803. An employee is not considered to be directly performing work under a contract if the employee-(1) Normally performs support work, such as indirect or overhead functions; and (2) Does not perform any substantial duties applicable to the contract. "Subcontract" means any contract, as defined in 2.101, entered into by a subcontractor to furnish supplies or services for performance of a prime contract or a subcontract. It includes but is not limited to purchase orders, and changes and modifications to purchase orders. "Subcontractor" means any supplier, distributor, vendor, or firm that furnishes supplies or services to or for a prime Contractor or another subcontractor. "United States", as defined in 8 U.S.C. 1101(a)(38), means the 50 States, the District of Columbia, Puerto Rico, Guam, and the U.S. Virgin Islands. (b) Enrollment and verification requirements. (1) If the Contractor is not enrolled as a Federal Contractor in E-Verify at time of contract award, the Contractor shall-(i) Enroll. Enroll as a Federal Contractor in the E-Verify program within 30 calendar days of contract award; (ii) Verify all new employees. Within 90 calendar days of enrollment in the E-Verify program, begin to use E-Verify to initiate verification of employment eligibility of all new hires of the Contractor, who are working in the United States, whether or not assigned to the contract, within 3 business days after the date of hire (but see paragraph (b)(3) of this section); and (iii) Verify employees assigned to the contract. For each employee assigned to the contract, initiate verification within 90 calendar days after date of enrollment or within 30 calendar days of the employee's assignment to the contract, whichever date is later (but see paragraph (b)(4) of this section). Master Page Number 34 of 323 VA-248-11-RP-0060 TBD (2) If the Contractor is enrolled as a Federal Contractor in E-Verify at time of contract award, the Contractor shall use E-Verify to initiate verification of employment eligibility of-(i) All new employees. (A) Enrolled 90 calendar days or more. The Contractor shall initiate verification of all new hires of the Contractor, who are working in the United States, whether or not assigned to the contract, within 3 business days after the date of hire (but see paragraph (b)(3) of this section); or (B) Enrolled less than 90 calendar days. Within 90 calendar days after enrollment as a Federal Contractor in E-Verify, the Contractor shall initiate verification of all new hires of the Contractor, who are working in the United States, whether or not assigned to the contract, within 3 business days after the date of hire (but see paragraph (b)(3) of this section); or (ii) Employees assigned to the contract. For each employee assigned to the contract, the Contractor shall initiate verification within 90 calendar days after date of contract award or within 30 days after assignment to the contract, whichever date is later (but see paragraph (b)(4) of this section). (3) If the Contractor is an institution of higher education (as defined at 20 U.S.C. 1001(a)); a State or local government or the government of a Federally recognized Indian tribe; or a surety performing under a takeover agreement entered into with a Federal agency pursuant to a performance bond, the Contractor may choose to verify only employees assigned to the contract, whether existing employees or new hires. The Contractor shall follow the applicable verification requirements at (b)(1) or (b)(2), respectively, except that any requirement for verification of new employees applies only to new employees assigned to the contract. (4) Option to verify employment eligibility of all employees. The Contractor may elect to verify all existing employees hired after November 6, 1986, rather than just those employees assigned to the contract. The Contractor shall initiate verification for each existing employee working in the United States who was hired after November 6, 1986, within 180 calendar days of-(i) Enrollment in the E-Verify program; or (ii) Notification to E-Verify Operations of the Contractor's decision to exercise this option, using the contact information provided in the E-Verify program Memorandum of Understanding (MOU). (5) The Contractor shall comply, for the period of performance of this contract, with the requirements of the E-Verify program MOU. (i) The Department of Homeland Security (DHS) or the Social Security Administration (SSA) may terminate the Contractor's MOU and deny access to the E-Verify system in accordance with the terms of the MOU. In such case, the Contractor will be referred to a suspension or debarment official. Master Page Number 35 of 323 VA-248-11-RP-0060 TBD (ii) During the period between termination of the MOU and a decision by the suspension or debarment official whether to suspend or debar, the Contractor is excused from its obligations under paragraph (b) of this clause. If the suspension or debarment official determines not to suspend or debar the Contractor, then the Contractor must reenroll in E-Verify. (c) Web site. Information on registration for and use of the E-Verify program can be obtained via the Internet at the Department of Homeland Security Web site: http://www.dhs.gov/E-Verify. (d) Individuals previously verified. The Contractor is not required by this clause to perform additional employment verification using E-Verify for any employee-(1) Whose employment eligibility was previously verified by the Contractor through the E-Verify program; (2) Who has been granted and holds an active U.S. Government security clearance for access to confidential, secret, or top secret information in accordance with the National Industrial Security Program Operating Manual; or (3) Who has undergone a completed background investigation and been issued credentials pursuant to Homeland Security Presidential Directive (HSPD)-12, Policy for a Common Identification Standard for Federal Employees and Contractors. (e) Subcontracts. The Contractor shall include the requirements of this clause, including this paragraph (e) (appropriately modified for identification of the parties), in each subcontract that-(1) Is for-(i) Commercial or noncommercial services (except for commercial services that are part of the purchase of a COTS item (or an item that would be a COTS item, but for minor modifications), performed by the COTS provider, and are normally provided for that COTS item); or (ii) Construction; (2) Has a value of more than $3,000; and (3) Includes work performed in the United States. (End of Clause) 4.6 52.225-9 BUY AMERICAN ACT--CONSTRUCTION MATERIALS (SEP 2010) (a) Definitions. As used in this clause-"Commercially available off-the-shelf (COTS) item"-- Master Page Number 36 of 323 VA-248-11-RP-0060 TBD (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 section 3 of the Shipping Act of 1984 (46 U.S.C. App. 1702), 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 (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 Master Page Number 37 of 323 VA-248-11-RP-0060 TBD (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 the Buy American Act (41 U.S.C. 10a-10d) by providing a preference for domestic construction material. In accordance with 41 U.S.C. 431, the component test of the Buy American Act 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 Act 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 Act 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. (c) Request for determination of inapplicability of the Buy American Act. (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; Master Page Number 38 of 323 VA-248-11-RP-0060 TBD (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 Act 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 Act applies, use of foreign construction material is noncompliant with the Buy American Act. (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 COMPARISON -----------------------------------------------------------------------------------------------------------------------------Unit of Unit of Price Construction material description Measure Quantity (dollars)* Master Page Number 39 of 323 VA-248-11-RP-0060 TBD -----------------------------------------------------------------------------------------------------------------------------Item 1: Foreign construction material .............. ............. ............ Domestic construction material .............. ............. ............ Foreign construction material .............. ............. ............ Domestic construction material .............. ............. ............ Item 2: ------------------------------------------------------------------------------------------------------------------------------- [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) 4.7 52.228-5 INSURANCE - WORK ON A GOVERNMENT INSTALLATION (JAN 1997) (a) The Contractor shall, at its own expense, provide and maintain during the entire performance of this contract, at least the kinds and minimum amounts of insurance required in the Schedule or elsewhere in the contract. (b) Before commencing work under this contract, the Contractor shall notify the Contracting Officer in writing that the required insurance has been obtained. The policies evidencing required insurance shall contain an endorsement to the effect that any cancellation or any material change adversely affecting the Government's interest shall not be effective-(1) For such period as the laws of the State in which this contract is to be performed prescribe; or Master Page Number 40 of 323 VA-248-11-RP-0060 TBD (2) Until 30 days after the insurer or the Contractor gives written notice to the Contracting Officer, whichever period is longer. (c) The Contractor shall insert the substance of this clause, including this paragraph (c), in subcontracts under this contract that require work on a Government installation and shall require subcontractors to provide and maintain the insurance required in the Schedule or elsewhere in the contract. The Contractor shall maintain a copy of all subcontractors' proofs of required insurance, and shall make copies available to the Contracting Officer upon request. (End of Clause) 4.8 SUPPLEMENTAL INSURANCE REQUIREMENTS In accordance with FAR 28.307-2 and FAR 52.228-5, the following minimum coverage shall apply to this contract: (a) Workers' compensation and employers liability: Contractors are required to comply with applicable Federal and State workers' compensation and occupational disease statutes. If occupational diseases are not compensable under those statutes, they shall be covered under the employer's liability section of the insurance policy, except when contract operations are so commingled with a Contractor's commercial operations that it would not be practical to require this coverage. Employer's liability coverage of at least $100,000 is required, except in States with exclusive or monopolistic funds that do not permit workers' compensation to be written by private carriers. (b) General Liability: $500,000.00 per occurrences. (c) Automobile liability: $200,000.00 per person; $500,000.00 per occurrence and $20,000.00 property damage. (d) The successful bidder must present to the Contracting Officer, prior to award, evidence of general liability insurance without any exclusionary clauses for asbestos that would void the general liability coverage. (End of Clause) 4.9 52.236-4 PHYSICAL DATA (APR 1984) Data and information furnished or referred to below is for the Contractor's information. The Government shall not be responsible for any interpretation of or conclusion drawn from the data or information by the Contractor. (a) The indications of physical conditions on the drawings and in the specifications are the result of site investigations by: Master Page Number 41 of 323 VA-248-11-RP-0060 TBD (b) Weather Conditions: (c) Transportation Facilities (d) Other Physical Data (End of Clause) 4.10 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) 4.11 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: Master Page Number 42 of 323 VA-248-11-RP-0060 TBD (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; (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. Master Page Number 43 of 323 VA-248-11-RP-0060 TBD (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) 4.12 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) 4.13 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. Master Page Number 44 of 323 VA-248-11-RP-0060 TBD 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) 4.14 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) 4.15 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) 4.16 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) 4.17 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) Master Page Number 45 of 323 VA-248-11-RP-0060 TBD 4.18 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) 4.19 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) 4.20 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. Master Page Number 46 of 323 VA-248-11-RP-0060 TBD (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; (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. Master Page Number 47 of 323 VA-248-11-RP-0060 TBD VALUE OF ADJUSTING, CORRECTING, AND TESTING SYSTEM System Pneumatic tube system......................................... Percent 10 Incinerators (medical waste and trash)........................ 5 Sewage treatment plant equipment.............................. 5 Water treatment plant equipment............................... 5 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 Master Page Number 48 of 323 VA-248-11-RP-0060 TBD 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. (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) Master Page Number 49 of 323 VA-248-11-RP-0060 TBD ADDITIONAL REQUIREMENTS FOR BAR CHART SCHEDULE A. Original Schedule: The following information shall be furnished as minimum for each activity on the initial bar chart schedule. - Activity Description Estimated Duration Responsibility (Trade) and Manpower (Crew size) Planned Start and Completion Dates Activity Cost B. Updated Schedules and Updating Procedures (1) The contractor shall submit, at intervals of 30 calendar days, an updated bar chart schedule of the actual construction progress. The bar chart schedule shall show the activities or portions of activities started and/or completed during the reporting period and their updated monetary percentage value(s) as a basis for the contractor's monthly progress report (payment request). (2) The contractor shall adjust the activity bars on the bar chart schedule to reflect the actual progress and the remaining activity durations. The updated bar chart schedule shall show at a minimum the following: - Actual start and completion dates for activities started and/or completed during the reporting period. - VA issued changes to the original contract requirements that change the contractor's original sequence of work. - Contractor changes in work sequence, durations, responsibility, manpower, and activity costs. C. All contract changes durations proposed by the contractor shall be reviewed and approved by the Contracting Officer prior to insertion into the updated bar chart schedule. The updated bar chart schedule shall include all contract changes issued during the reporting period. (End of Clause) 4.21 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 Master Page Number 50 of 323 VA-248-11-RP-0060 TBD 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) 4.22 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) 4.23 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) 4.24 VAAR 852.236-88 CONTRACT CHANGES--SUPPLEMENT (JUL 2002) (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 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. Master Page Number 51 of 323 VA-248-11-RP-0060 TBD (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. (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 Master Page Number 52 of 323 VA-248-11-RP-0060 TBD 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) 4.25 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. Master Page Number 53 of 323 VA-248-11-RP-0060 TBD (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 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) 4.26 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 Master Page Number 54 of 323 VA-248-11-RP-0060 TBD 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. (End of Clause) 4.27 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) 4.28 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/oamm/oa/ars/policyreg/vaar/index.cfm (End of Clause) 52.202-1 52.203-3 52.203-5 52.203-6 52.203-7 DEFINITIONS GRATUITIES COVENANT AGAINST CONTINGENT FEES RESTRICTIONS ON SUBCONTRACTOR SALES TO THE GOVERNMENT ANTI-KICKBACK PROCEDURES JUL 2004 APR 1984 APR 1984 SEP 2006 OCT 2010 Master Page Number 55 of 323 VA-248-11-RP-0060 TBD 52.203-8 52.203-10 52.203-12 52.204-7 52.204-9 52.209-6 52.211-6 52.215-2 52.219-8 52.222-3 52.222-4 JUL 2005 52.222-6 52.222-7 52.222-8 52.222-9 52.222-10 52.222-11 52.222-12 52.222-13 CANCELLATION, RESCISSION, AND RECOVERY JAN 1997 OF FUNDS FOR ILLEGAL OR IMPROPER ACTIVITY PRICE OR FEE ADJUSTMENT FOR ILLEGAL OR JAN 1997 IMPROPER ACTIVITY LIMITATION ON PAYMENTS TO INFLUENCE OCT 2010 CERTAIN FEDERAL TRANSACTIONS CENTRAL CONTRACTOR REGISTRATION APR 2008 PERSONAL IDENTITY VERIFICATION OF SEP 2007 CONTRACTOR PERSONNEL PROTECTING THE GOVERNMENT'S INTEREST DEC 2010 WHEN SUBCONTRACTING WITH CONTRACTORS DEBARRED, SUSPENDED, OR PROPOSED FOR DEBARMENT BRAND NAME OR EQUAL AUG 1999 AUDIT AND RECORDS--NEGOTIATION OCT 2010 UTILIZATION OF SMALL BUSINESS CONCERNS JAN 2011 CONVICT LABOR JUN 2003 CONTRACT WORK HOURS AND SAFETY STANDARDS ACT-OVERTIME COMPENSATION DAVIS-BACON ACT JUL 2005 WITHHOLDING OF FUNDS FEB 1988 PAYROLLS AND BASIC RECORDS JUN 2010 APPRENTICES AND TRAINEES JUL 2005 COMPLIANCE WITH COPELAND ACT FEB 1988 REQUIREMENTS SUBCONTRACTS (LABOR STANDARDS) JUL 2005 CONTRACT TERMINATION - DEBARMENT FEB 1988 COMPLIANCE WITH DAVIS-BACON AND RELATED FEB 1988 52.222-14 52.222-15 52.222-21 52.222-26 52.222-27 52.222-35 52.222-36 52.222-37 52.222-50 52.223-5 52.223-6 ACT REGULATIONS DISPUTES CONCERNING LABOR STANDARDS FEB 1988 CERTIFICATION OF ELIGIBILITY FEB 1988 PROHIBITION OF SEGREGATED FACILITIES FEB 1999 EQUAL OPPORTUNITY MAR 2007 AFFIRMATIVE ACTION COMPLIANCE FEB 1999 REQUIREMENTS FOR CONSTRUCTION EQUAL OPPORTUNITY FOR VETERANS SEP 2010 AFFIRMATIVE ACTION FOR WORKERS WITH OCT 2010 DISABILITIES EMPLOYMENT REPORTS ON VETERANS SEP 2010 COMBATING TRAFFICKING IN PERSONS FEB 2009 POLLUTION PREVENTION AND RIGHT-TO-KNOW AUG 2003 INFORMATION DRUG-FREE WORKPLACE MAY 2001 Master Page Number 56 of 323 VA-248-11-RP-0060 TBD 52.223-14 52.223-18 52.227-4 TOXIC CHEMICAL RELEASE REPORTING AUG 2003 CONTRACTOR POLICY TO BAN TEXT SEP 2010 MESSAGING WHILE DRIVING RESTRICTIONS ON CERTAIN FOREIGN JUN 2008 PURCHASES AUTHORIZATION AND CONSENT DEC 2007 NOTICE AND ASSISTANCE REGARDING PATENT DEC 2007 AND COPYRIGHT INFRINGEMENT PATENT INDEMNITY--CONSTRUCTION CONTRACTS DEC 52.228-2 52.228-11 52.228-12 ADDITIONAL BOND SECURITY OCT 1997 PLEDGES OF ASSETS SEP 2009 PROSPECTIVE SUBCONTRACTOR REQUESTS FOR OCT 52.225-13 52.227-1 52.227-2 2007 1995 52.228-14 52.228-15 52.229-3 52.232-5 BONDS IRREVOCABLE LETTER OF CREDIT DEC 1999 PERFORMANCE AND PAYMENT BONDS-OCT 2010 CONSTRUCTION FEDERAL, STATE, AND LOCAL TAXES APR 2003 PAYMENTS UNDER FIXED-PRICE CONSTRUCTION SEP 2002 52.232-17 52.232-23 52.232-27 52.232-34 52.233-1 52.233-3 52.233-4 52.236-2 52.236-3 52.236-5 52.236-6 52.236-7 52.236-8 52.236-9 52.236-10 52.236-11 CONTRACTS INTEREST ASSIGNMENT OF CLAIMS PROMPT PAYMENT FOR CONSTRUCTION CONTRACTS PAYMENT BY ELECTRONIC FUNDS TRANSFER-OTHER THAN CENTRAL CONTRACTOR REGISTRATION DISPUTES ALTERNATE I (DEC 1991) PROTEST AFTER AWARD APPLICABLE LAW FOR BREACH OF CONTRACT CLAIM DIFFERING SITE CONDITIONS SITE INVESTIGATION AND CONDITIONS AFFECTING THE WORK MATERIAL AND WORKMANSHIP SUPERINTENDENCE BY THE CONTRACTOR PERMITS AND RESPONSIBILITIES OTHER CONTRACTS PROTECTION OF EXISTING VEGETATION, STRUCTURES, EQUIPMENT, UTILITIES, AND IMPROVEMENTS OPERATIONS AND STORAGE AREAS USE AND POSSESSION PRIOR TO COMPLETION OCT 2010 JAN 1986 OCT 2008 MAY 1999 JUL 2002 AUG 1996 OCT 2004 APR 1984 APR 1984 APR 1984 APR 1984 NOV 1991 APR 1984 APR 1984 APR 1984 APR 1984 Master Page Number 57 of 323 VA-248-11-RP-0060 TBD 52.236-12 52.236-13 52.236-14 52.236-17 52.236-21 52.236-26 52.242-13 52.242-14 52.243-4 52.244-5 52.244-6 52.246-12 52.246-21 52.248-3 52.249-2 52.249-10 52.253-1 CLEANING UP ACCIDENT PREVENTION AVAILABILITY AND USE OF UTILITY SERVICES LAYOUT OF WORK SPECIFICATIONS AND DRAWINGS FOR CONSTRUCTION PRECONSTRUCTION CONFERENCE BANKRUPTCY SUSPENSION OF WORK CHANGES COMPETITION IN SUBCONTRACTING SUBCONTRACTS FOR COMMERCIAL ITEMS INSPECTION OF CONSTRUCTION WARRANTY OF CONSTRUCTION ALTERNATE I (APR 1984) VALUE ENGINEERING--CONSTRUCTION TERMINATION FOR CONVENIENCE OF THE GOVERNMENT (FIXED PRICE) ALTERNATE I (SEPT 1996) DEFAULT (FIXED-PRICE CONSTRUCTION) COMPUTER GENERATED FORMS APR 1984 NOV 1991 APR 1984 APR 1984 FEB 1997 FEB 1995 JUL 1995 APR 1984 JUN 2007 DEC 1996 DEC 2010 AUG 1996 MAR 1994 OCT 2010 MAY 2004 APR 1984 JAN 1991 4.29 DOL WAGE DERTERMINATION GENERAL DECISION: FL20100117 10/08/2010 FL117 Date: October 8, 2010 General Decision Number: FL20100117 10/08/2010 Superseded General Decision Number: FL20080117 State: Florida Construction Type: Building County: Hillsborough County in Florida. BUILDING CONSTRUCTION PROJECTS (does not include single family homes or apartments up to and including 4 stories). Modification Number 0 1 2 3 4 5 Publication Date 03/12/2010 03/26/2010 04/09/2010 05/21/2010 07/23/2010 10/08/2010 CARP1000-002 07/01/2008 Master Page Number 58 of 323 VA-248-11-RP-0060 TBD Rates Fringes MILLWRIGHT.......................$ 26.93 10.49 ---------------------------------------------------------------ELEC0915-002 12/01/2009 Rates Fringes ELECTRICIAN All building work other than Industrial Work which includes Telephone, Utility Companies, and Water Treatment Plants and also excludes Educational, Theme Park, Hospital Facilities, and all building work under $200,000 or less............$ 22.07 34%+$0.22 Educational, Theme Park, Hospital Facilities, and all building work under $200,000 or less, excluding Telephone, Utility Companies and Water Treatment plants......$ 19.69 34%+$0.22 ---------------------------------------------------------------* ENGI0925-003 07/01/2010 OPERATOR: Crane Crawler Cranes; Truck Cranes; Pile Driver Cranes; Rough Terrain Cranes; and Any Crane not otherwise described below...$ Hydraulic Cranes Rated 100 Tons or Above but Less Than 250 Tons; and Lattice Boom Cranes Less Than 150 Tons if not described below.$ Lattice Boom Cranes Rated at 150 Tons or Above; Friction Cranes of Any Size; Mobile Tower Cranes or Luffing Boom Cranes of Any Size; Electric Tower Cranes; Hydraulic Cranes Rated at 250 Tons or Above; and Any Crane Equipped with 300 Foot or More of Any Boom Combination.................$ OPERATOR: Mechanic..............$ OPERATOR: Oiler.................$ OPERATOR: Boom Truck.............$ Rates Fringes 27.91 10.59 28.91 10.59 29.91 27.91 21.38 27.91 10.59 10.59 10.59 10.59 Master Page Number 59 of 323 VA-248-11-RP-0060 TBD ---------------------------------------------------------------IRON0397-001 07/01/2010 Rates Fringes IRONWORKER, ORNAMENTAL, REINFORCING AND STRUCTURAL.......$ 26.67 11.16 ---------------------------------------------------------------PAIN0088-002 07/01/2008 Rates Fringes PAINTER: Spray Only.............$ 16.00 6.85 ---------------------------------------------------------------PAIN1010-003 07/01/2006 Rates Fringes GLAZIER..........................$ 20.00 6.65 ---------------------------------------------------------------PLUM0123-001 05/01/2010 Rates Fringes PIPEFITTER (HVAC Pipe Installation Only)...............$ 23.65 10.55 ---------------------------------------------------------------SHEE0015-002 07/01/2009 Rates Fringes SHEETMETAL WORKER (HVAC Duct Installation Only)...............$ 21.52 12.49 ---------------------------------------------------------------* SUFL2009-014 05/22/2009 Rates Fringes ACOUSTICAL CEILING MECHANIC......$ 13.00 0.00 BRICKLAYER.......................$ 18.00 0.00 CABINET INSTALLER................$ 17.75 0.00 CARPENTER, Includes Form Work (Excludes Acoustical Ceiling Installation, Cabinet Installation, and Drywall Hanging).........................$ 17.23 4.23 CEMENT MASON/CONCRETE FINISHER...$ 13.76 0.00 DRYWALL FINISHER/TAPER...........$ 13.00 0.00 DRYWALL HANGER...................$ 14.00 0.00 FENCE ERECTOR....................$ 0.19 7.25 Master Page Number 60 of 323 VA-248-11-RP-0060 TBD INSULATOR - PIPE & PIPEWRAPPER...$ 13.13 3.03 LABORER: Asphalt Shoveler.......$ 7.88 0.00 LABORER: Common or General......$ 12.23 2.42 LABORER: Concrete Saw...........$ 12.63 0.00 LABORER: Mason Tender - Brick...$ 15.12 0.00 LABORER: Mason Tender Cement/Concrete..................$ 12.83 1.90 LABORER: Pipelayer..............$ 12.31 1.19 LABORER: Roof Tearoff...........$ 8.44 0.00 LABORER: Landscape and Irrigation.......................$ 12.00 0.00 OPERATOR: Blade/Grader, Including Finishing..............$ 13.73 0.00 OPERATOR: Asphalt Spreader......$ 11.41 0.00 OPERATOR: Backhoe/Excavator.....$ 11.00 0.00 OPERATOR: Bulldozer.............$ 15.01 0.00 OPERATOR: Distributor...........$ 12.37 0.00 OPERATOR: Forklift..............$ 14.00 0.00 OPERATOR: Loader................$ 13.80 1.79 OPERATOR: Paver.................$ 11.69 0.00 OPERATOR: Pump..................$ 19.00 0.00 OPERATOR: Roller................$ 10.68 0.00 OPERATOR: Screed................$ 11.34 0.00 OPERATOR: Tractor...............$ 9.91 0.00 OPERATOR: Trencher..............$ 11.75 0.00 PAINTER, Including Brush and Roller...........................$ 15.00 0.00 PIPEFITTER (Excluding HVAC Pipe Installation)...............$ 17.83 0.00 PLUMBER (Excluding HVAC Pipe Installation)....................$ 14.39 2.16 Master Page Number 61 of 323 VA-248-11-RP-0060 TBD ROOFER (Metal Roofs Only)........$ 14.26 0.59 ROOFER, Including Built Up, Hot Tar, Modified Bitumen, Shake & Shingle, Single Ply and Slate & Tile (Excluding Metal Roof)......................$ 13.68 0.00 SHEETMETAL WORKER (Excluding HVAC Duct Installation)..........$ 18.79 3.21 SPRINKLER FITTER (Fire Sprinklers)......................$ 18.75 4.90 TILE SETTER......................$ 15.63 0.00 TRUCK DRIVER: 0.00 Dump Truck........$ 10.00 TRUCK DRIVER: Lowboy Truck......$ 12.09 0.00 ---------------------------------------------------------------WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental. ======================================================== Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29 CFR 5.5(a)(1)(ii)). ----------------------------------------------------------------In the listing above, the "SU" designation means that rates listed under the identifier do not reflect collectively bargained wage and fringe benefit rates. Other designations indicate unions whose rates have been determined to be prevailing. ----------------------------------------------------------------WAGE DETERMINATION APPEALS PROCESS 1.) Has there been an initial decision in the matter? This can be: * 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 Master Page Number 62 of 323 VA-248-11-RP-0060 TBD On survey related matters, initial contact, including for summaries of surveys, should be with the Wage and Hour Regional for the area in which the survey was conducted because those Regional have responsibility for the Davis-Bacon survey program. If response from this initial contact is not satisfactory, then the process in 2.) and 3.) should be followed. requests Office Offices the described With regard to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch 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 an interested party (those affected by the action) can request review 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 the interested party's position and by any information (wage payment 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, an interested party may appeal directly to the Administrative Review 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 DECISION 4.30 GENERAL REQUIREMENTS AND CONSTRUCTION SPECIFICATIONS Master Page Number 63 of 323 VA-248-11-RP-0060 TBD James A Haley VA Hospital Replace Operating Room Area Roof Bldg 1(FCA D) Project No: 673-11-120 DEPARTMENT OF VETERANS AFFAIRS PROJECT SPECIFICATIONS PROJECT NO. 673-11-120 TABLE OF CONTENTS Section 00 01 10 Page # DIVISION 0 - SPECIAL SECTIONS 00 01 10 00 01 15 Table of Contents List of Drawing Sheets 1 3 DIVISION 1 - GENERAL REQUIREMENTS 01 00 00 01 32 16 01 33 23 01 42 19 01 74 19 01 81 00 General Requirements Project Schedules Shop Drawings, Product Data, and Samples Reference Standards Construction Waste Management Commissioning 02 21 00 02 41 00 DIVISION 2 – EXISTING CONDITIONS Site Surveys Demolition 4 77 87 90 106 111 112 DIVISION 3 – CONCRETE 03 52 00 Lightweight Concrete Roof Insulation 115 DIVISION 4 Masonry Not Used DIVISION 5 Metals Not Used DIVISION 6 – WOOD, PLASTICS AND COMPOSITES 03 10 00 Rough Carpentry 121 DIVISION 7 - THERMAL AND MOISTURE PROTECTION 07 18 13 07 22 00 07 24 00 07 57 13 07 81 00 07 71 00 07 72 00 Pedestrian Traffic Coating Roof and Deck Insulation Exterior Insulation and Finish Systems Sprayed Polyurethane Foam Roofing Applied Fireproofing Roof Specialties Roof Accessories 26 41 00 DIVISION 26 – ELECTRICAL Facility Lighting Protection 136 148 161 185 190 222 247 Table of Contents Section 00 01 10 - Page 1 Master Page Number 64 of 323 VA-248-11-RP-0060 TBD James A Haley VA Hospital Replace Operating Room Area Roof Bldg 1(FCA D) Project No: 673-11-120 DIVISION 27 – 34 Not Used Table of Contents Section 00 01 10 - Page 2 Master Page Number 65 of 323 VA-248-11-RP-0060 TBD James A Haley VA Hospital Replace Operating Room Area Roof Bldg 1(FCA D) Project No: 673-11-120 SECTION 00 01 15 LIST OF DRAWINGS The drawings listed below accompanying this specification form a part of the contract. Drawing No. Title G1-001 Cover Sheet CS-101 Building 1 Roof Plans 1-21 Reference Drawing – Roof Plan Building No 1 ---END--- List of Drawings Section 00 01 15 - Page 1 Master Page Number 66 of 323 VA-248-11-RP-0060 TBD James A. Haley VA Hospital Replace Operating Room Area Roof Bldg 1(FCA D) Project No: 673-11-120 SECTION 01 00 00 GENERAL REQUIREMENTS TABLE OF CONTENTS 1.1 GENERAL INTENTION ...................................................................................................... 1 1.2 STATEMENT OF BID ITEM(S) ..................................................................................... 4 1.4 construction security requirements ............................................................. 5 1.5 FIRE SAFETY..................................................................................................................... 9 1.6 OPERATIONS AND STORAGE AREAS .......................................................................... 12 1.7 ALTERATIONS................................................................................................................... 20 1.8 INFECTION PREVENTION MEASURES ....................................................................... 22 1.9 DISPOSAL AND RETENTION ........................................................................................ 25 1.10 PROTECTION OF EXISTING VEGETATION, STRUCTURES, EQUIPMENT, UTILITIES, AND IMPROVEMENTS ...................................................................................... 27 1.11 RESTORATION ................................................................................................................ 29 1.12 PHYSICAL DATA ........................................................................................................... 30 1.13 PROFESSIONAL SURVEYING SERVICES ................................................................ 30 1.14 LAYOUT OF WORK ......................................................................................................... 31 1.15 As-Built Drawings .................................................................................................. 32 1.16 USE OF ROADWAYS, PARKING LOTS AND GROUNDS ........................................ 32 1.17 COTR and Contracting Officer FIELD OFFICEs ...................................... 33 1.18 TEMPORARY USE OF MECHANICAL AND ELECTRICAL EQUIPMENT .............. 34 1.19 TEMPORARY USE OF EXISTING ELEVATORS....................................................... 35 1.20 TEMPORARY TOILETS .................................................................................................. 36 1.21 AVAILABILITY AND USE OF UTILITY SERVICES........................................... 36 1.22 NEW TELEPHONE EQUIPMENT ................................................................................... 38 1.23 TESTS / Commissioning ........................................................................................ 38 1.24 INSTRUCTIONS .............................................................................................................. 39 1.25 GOVERNMENT-FURNISHED PROPERTY ..................................................................... 41 1.26 RELOCATED EQUIPMENT and ITEMS ..................................................................... 42 1.27 STORAGE SPACE FOR DEPARTMENT OF VETERANS AFFAIRS EQUIPMENT 42 1.28 CONSTRUCTION SIGN .................................................................................................. 42 1.29 SAFETY SIGN ................................................................................................................ 43 1.30 CONSTRUCTION DIGITAL IMAGES .......................................................................... 44 1.31 FINAL ELEVATION Digital Images................................................................... 45 1.32 HISTORIC PRESERVATION ........................................................................................ 45 PART 1- GENERAL..................................................................................................................... 7 1.1 DESCRIPTION: .................................................................................................................. 7 1.2 CONTRACTOR'S REPRESENTATIVE: ............................................................................ 7 1.3 COMPUTER PRODUCED SCHEDULES .............................................................................. 7 1.4 THE COMPLETE PROJECT schedule SUBMITTAL ................................................. 8 1.5 WORK ACTIVITY/EVENT COST DATA ......................................................................... 9 1.6 project schedule REQUIREMENTS ....................................................................... 10 General Requirements, Section 01 00 00 – Page i Revised June 2010 Master Page Number 67 of 323 VA-248-11-RP-0060 TBD James A. Haley VA Hospital Replace Operating Room Area Roof Bldg 1(FCA D) Project No: 673-11-120 1.7 PAYMENT TO THE CONTRACTOR:............................................................................... 13 1.8 PAYMENT AND PROGRESS REPORTING ..................................................................... 13 1.9 RESPONSIBILITY FOR COMPLETION ....................................................................... 15 1.10 CHANGES TO the SCHEDULE ................................................................................... 16 1.11 ADJUSTMENT OF CONTRACT COMPLETION ........................................................... 17 PART 1 - GENERAL .................................................................................................................. 1 1.1 DESCRIPTION..................................................................................................................... 1 1.2 AVAILABILITY OF SPECIFICATIONS LISTED IN THE GSA INDEX OF FEDERAL SPECIFICATIONS, STANDARDS AND COMMERCIAL ITEM DESCRIPTIONS FPMR PART 101-29 (FAR 52.211-1) (AUG 1998)..................... 1 1.3 AVAILABILITY FOR EXAMINATION OF SPECIFICATIONS NOT LISTED IN THE GSA INDEX OF FEDERAL SPECIFICATIONS, STANDARDS AND COMMERCIAL ITEM descriptions (FAR 52.211-4) (JUN 1988) ....................... 1 1.4 AVAILABILITY OF SPECIFICATIONS NOT LISTED IN THE GSA INDEX OF FEDERAL SPECIFICATIONS, STANDARDS AND COMMERCIAL ITEM DESCRIPTIONS (FAR 52.211-3) (JUN 1988) ............................................................. 2 1.1 DESCRIPTION: .................................................................................................................. 1 1.2 QUALITY CONTROL:......................................................................................................... 2 1.3 references:..................................................................................................................... 2 1.4 SUBMITTALS:..................................................................................................................... 2 1.5 PROTECTION OF ENVIRONMENTAL RESOURCES: .................................................... 4 PART 1 – GENERAL .................................................................................................................. 1 1.1 DESCRIPTION..................................................................................................................... 1 1.2 RELATED WORK .................................................................................................................. 2 1.3 QUALITY ASSURANCE ...................................................................................................... 2 1.4 TERMINOLOGY..................................................................................................................... 3 1.5 SUBMITTALS ....................................................................................................................... 4 1.6 APPLICABLE PUBLICATIONS ........................................................................................ 5 1.7 RECORDS .............................................................................................................................. 6 PART 2 - PRODUCTS ................................................................................................................ 6 2.1 MATERIALS ......................................................................................................................... 6 PART 3 - EXECUTION ............................................................................................................. 6 3.1 COLLECTION ....................................................................................................................... 6 3.2 DISPOSAL ............................................................................................................................ 6 3.3 REPORT................................................................................................................................. 7 PART 1 - GENERAL .................................................................................................................. 1 1.1 DESCRIPTION: .................................................................................................................. 1 1.2 RELATED WORK: ................................................................................................................ 1 1.3 PROTECTION:..................................................................................................................... 1 1.4 UTILITY SERVICES: ...................................................................................................... 3 PART 2 - PRODUCTS (Not Used) ..................................................................................... 3 PART 3 – EXECUTION ............................................................................................................. 3 3.1 DEMOLITION:..................................................................................................................... 3 3.2 CLEAN-UP: ......................................................................................................................... 4 General Requirements, Section 01 00 00 – Page ii Revised June 2010 Master Page Number 68 of 323 VA-248-11-RP-0060 TBD James A. Haley VA Hospital Replace Operating Room Area Roof Bldg 1(FCA D) Project No: 673-11-120 PART 1 - GENERAL .................................................................................................................. 1 1.1 DESCRIPTION..................................................................................................................... 1 1.2 RELATED WORK .................................................................................................................. 1 1.3 SUBMITTALS ....................................................................................................................... 1 1.4 DELIVERY, STORAGE AND HANDLING ....................................................................... 1 1.5 APPLICABLE PUBLICATIONS ........................................................................................ 1 PART 2 - PRODUCTS ................................................................................................................ 2 2.1 MATERIALS ......................................................................................................................... 2 2.2 MIXES AND MIXING......................................................................................................... 3 PART 3 - EXECUTION ............................................................................................................. 5 3.1 INSPECTION ....................................................................................................................... 5 3.2 PLACING INSULATING CONCRETE .............................................................................. 5 3.3 PLACING INSULATION BOARD FOR COMPOSITE CONSTRUCTION..................... 6 3.4 CURING, PROTECTION AND TESTING ....................................................................... 6 PART 1 - GENERAL .................................................................................................................. 1 1.1 DESCRIPTION: .................................................................................................................. 1 1.2 SUMBITTALS:..................................................................................................................... 1 1.3 PRODUCT DELIVERY, STORAGE AND HANDLING: ................................................. 1 1.4 APPLICABLE PUBLICATIONS: ..................................................................................... 1 PART 2 - PRODUCTS ................................................................................................................ 3 2.1 LUMBER: .............................................................................................................................. 3 2.2 PLYWOOD .............................................................................................................................. 4 2.3 STRUCTURAL-USE PANELS............................................................................................. 5 2.4 ROUGH HARDWARE AND ADHESIVES: ......................................................................... 6 PART 3 - EXECUTION ............................................................................................................. 9 3.1 INSTALLATION OF FRAMING AND MISCELLANEOUS WOOD MEMBERS: ........... 9 1.1 DESCRIPTION..................................................................................................................... 1 1.2 RELATED WORK .................................................................................................................. 1 1.3 QUALITY CONTROL ........................................................................................................... 1 1.4 SUBMITTALS ....................................................................................................................... 1 1.5 DELIVERY, STORAGE AND MARKING ......................................................................... 2 1.6 APPLICABLE PUBLICATIONS ........................................................................................ 2 1.7 quality Assurance: .................................................................................................... 3 PART 2 - PRODUCTS ................................................................................................................ 4 2.1 ASPHALT MATERIALS ...................................................................................................... 4 2.2 INSULATION ....................................................................................................................... 4 2.3 MISCELLANEOUS ................................................................................................................ 5 2.4 FASTENERS ......................................................................................................................... 5 2.5 RECOVERED MATERIALS ................................................................................................. 6 PART 3 - EXECUTION ............................................................................................................. 7 3.1 GENERAL .............................................................................................................................. 7 3.2 SURFACE PREPARATION ................................................................................................. 9 3.3 VAPOR RETARDER ........................................................................................................... 10 General Requirements, Section 01 00 00 – Page iii Revised June 2010 Master Page Number 69 of 323 VA-248-11-RP-0060 TBD James A. Haley VA Hospital Replace Operating Room Area Roof Bldg 1(FCA D) Project No: 673-11-120 3.4 SELECTION OF RIGID INSULATION ....................................................................... 11 3.5 INSTALLATION OF INSULATION............................................................................... 12 PART 1 - GENERAL ..................................................................................................................... 1 1.1 DESCRIPTION......................................................................................................................... 1 1.2 RELATED WORK ................................................................................................................... 1 1.3 SUBMITTALS ......................................................................................................................... 1 1.4 DELIVERY AND STORAGE ................................................................................................. 2 1.5 ENVIRONMENTAL CONDITIONS ...................................................................................... 2 1.6 warranty .................................................................................................................................... 2 1.7 APPLICABLE PUBLICATIONS ............................................................................................ 2 PART 2 PRODUCTS ..................................................................................................................... 3 2.1 synthetic STUCCO ................................................................................................................... 3 2.2 UNIT FINISH: CERAMIC TILE / THIN BRICK ................................................................... 5 2.3 EXTERIOR INSULATION AND FINISH SYSTEM (EIFS) ................................................. 5 PART 3 EXECUTION ................................................................................................................... 8 3.1 INSPECTION ........................................................................................................................... 8 3.2 CONTROL JOINTS ................................................................................................................. 8 3.3 SEALANTS: ............................................................................................................................. 8 3.4 ACCESSORIES: ....................................................................................................................... 9 3.5 FINISH:..................................................................................................................................... 9 3.6 CLEAN UP: ............................................................................................................................ 11 PART 1 - GENERAL ..................................................................................................................... 1 1.1 DESCRIPTION......................................................................................................................... 1 1.2 SUBMITTALS ......................................................................................................................... 1 1.3 DELIVERY AND STORAGE ................................................................................................. 1 1.4 COORDINATION .................................................................................................................... 1 1.5 APPLICABLE PUBLICATIONS ............................................................................................ 1 PART 2 - PRODUCTS ................................................................................................................... 2 2.1 MATERIALS ............................................................................................................................ 2 PART 3 - EXECUTION ................................................................................................................. 2 3.1 GENERAL ................................................................................................................................ 2 3.2 THICKNESS OF INSULATION ............................................................................................. 2 3.3 PREPARATION ....................................................................................................................... 3 3.4 PROTECTION OF ADJACENT SURFACES ......................................................................... 3 3.5 INSTALLATION OF INSULATION ...................................................................................... 3 3.6 PROTECTIVE COATING ....................................................................................................... 3 3.7 EQUIPMENT CALIBRATION ............................................................................................... 4 PART 1 - GENERAL .................................................................................................................. 1 1.1 DESCRIPTION..................................................................................................................... 1 1.2 RELATED WORK .................................................................................................................. 1 1.3 QUALITY CONTROL ........................................................................................................... 1 1.4 SUBMITTALS ....................................................................................................................... 1 1.5 APPLICABLE PUBLICATIONS ........................................................................................ 1 PART 2 - PRODUCTS ................................................................................................................ 2 2.1 MATERIALS ......................................................................................................................... 2 2.2 ROOF HATCH (SCUTTLE) ............................................................................................... 2 General Requirements, Section 01 00 00 – Page iv Revised June 2010 Master Page Number 70 of 323 VA-248-11-RP-0060 TBD James A. Haley VA Hospital Replace Operating Room Area Roof Bldg 1(FCA D) Project No: 673-11-120 2.3 EQUIPMENT SUPPORTS .................................................................................................... 3 2.4 LOW SILHOUETTE GRAVITY VENTILATORS ............................................................. 4 2.5 METAL GRATING ROOF WALKWAY SYSTEM ................................................................ 4 2.6 FINISH................................................................................................................................. 4 PART 3 - EXECUTION ............................................................................................................. 4 3.1 INSTALLATION .................................................................................................................. 4 3.2 PROTECTION OF ALUMINUM .......................................................................................... 5 3.3 ADJUSTING ......................................................................................................................... 5 3.4 PROTECTION ....................................................................................................................... 5 PART 1 - GENERAL .................................................................................................................. 1 1.1 DESCRIPTION..................................................................................................................... 1 1.2 RELATED WORK .................................................................................................................. 1 1.3 QUALITY CONTROL ........................................................................................................... 1 1.4 SUBMITTALS ....................................................................................................................... 1 1.5 APPLICABLE PUBLICATIONS ........................................................................................ 1 PART 2 - PRODUCTS ................................................................................................................ 2 2.1 MATERIALS ......................................................................................................................... 2 2.2 COPINGs .............................................................................................................................. 2 2.3 EXTRUDED ALUMINUM GRAVEL STOPS AND FASCIAS .......................................... 3 2.4 EXTRUDED ALUMINUM FASCIA-CANT SYSTEM......................................................... 3 2.5 EXTRUDED ALUMINUM ROOF EXPANSION JOINT COVERS ................................... 4 2.6 FINISH................................................................................................................................. 5 PART 3 - EXECUTION ............................................................................................................. 5 3.1 INSTALLATION .................................................................................................................. 5 3.2 PROTECTION OF ALUMINUM .......................................................................................... 7 3.3 ADJUSTING ......................................................................................................................... 7 3.4 PROTECTION ....................................................................................................................... 7 PART 1 - GENERAL ..................................................................................................................... 1 1.1 DESCRIPTION......................................................................................................................... 1 1.2 SUBMITTALS ......................................................................................................................... 1 1.3 PRODUCT DELIVERY, STORAGE AND HANDLING ....................................................... 1 1.4 QUALITY CONTROL ............................................................................................................. 2 1.5 APPLICABLE PUBLICATIONS ............................................................................................ 2 PART 2 - PRODUCTS ................................................................................................................... 3 2.1 SPRAYED-ON FIREPROOFING............................................................................................ 3 2.2 ADHESIVE............................................................................................................................... 4 2.3 SEALER ................................................................................................................................... 5 2.4 WATER .................................................................................................................................... 5 2.5 MECHANICAL BOND MATERIAL ...................................................................................... 5 PART 3 - EXECUTION ................................................................................................................. 5 3.1 EXAMINATION ...................................................................................................................... 5 3.2 APPLICATION ........................................................................................................................ 5 3.3 FIELD TESTS .......................................................................................................................... 6 3.3 PATCHING AND REPAIRING .............................................................................................. 7 General Requirements, Section 01 00 00 – Page v Revised June 2010 Master Page Number 71 of 323 VA-248-11-RP-0060 TBD James A. Haley VA Hospital Replace Operating Room Area Roof Bldg 1(FCA D) Project No: 673-11-120 3.5 SCHEDULE .............................................................................................................................. 7 PART 1-GENERAL ....................................................................................................................... 1 1.1 DESCRIPTION......................................................................................................................... 1 1.2 RELATED WORK ................................................................................................................... 1 1.3 SUBMITTALS ......................................................................................................................... 1 1.4 DELIVERY AND STORAGE ................................................................................................. 2 1.5 MOCK-UP PANEL .................................................................................................................. 3 1.6 APPLICABLE PUBLICATIONS ............................................................................................ 3 PART 2 - PRODUCTS ................................................................................................................... 6 2.1 MATERIALS ............................................................................................................................ 6 2.2 PAINT PROPERTIES .............................................................................................................. 8 2.3 REGULATORY REQUIREMENTS........................................................................................ 9 PART 3 - EXECUTION ................................................................................................................. 9 3.1 JOB CONDITIONS .................................................................................................................. 9 3.2 SURFACE PREPARATION .................................................................................................. 10 3.3 PAINT PREPARATION ........................................................................................................ 13 3.4 APPLICATION ...................................................................................................................... 13 3.5 PRIME PAINTING ................................................................................................................ 14 3.6 EXTERIOR FINISHES .......................................................................................................... 16 3.7 INTERIOR FINISHES ........................................................................................................... 17 3.8 REFINISHING EXISTING PAINTED SURFACES ............................................................. 22 3.9 PAINT COLOR ...................................................................................................................... 22 3.10 MECHANICAL AND ELECTRICAL WORK FIELD PAINTING SCHEDULE ............. 23 3.11 BUILDING AND STRUCTURAL WORK FIELD PAINTING ......................................... 26 3.12 IDENTITY PAINTING SCHEDULE .................................................................................. 28 3.13 PROTECTION CLEAN UP, AND TOUCH-UP ................................................................. 32 APPENDIX ................................................................................................................................... 33 PART 1 - GENERAL .................................................................................................................. 1 1.1 DESCRIPTION..................................................................................................................... 1 1.2 RELATED WORK .................................................................................................................. 1 1.3 SUBMITTALS ....................................................................................................................... 1 1.4 APPLICABLE PUBLICATIONS ........................................................................................ 2 PART 2 - PRODUCTS ................................................................................................................ 2 2.1 GROUNDING AND BONDING CONDUCTORS .................................................................. 2 2.2 GROUND RODS..................................................................................................................... 3 2.3 SPLICES AND TERMINATION COMPONENTS ............................................................. 3 2.4 ground connections .................................................................................................... 3 2.5 equipment rack and cabinet ground bars .................................................... 3 2.6 ground terminal blocks .......................................................................................... 3 2.7 splice case ground accessories ....................................................................... 4 PART 3 - EXECUTION ............................................................................................................. 4 3.1 GENERAL .............................................................................................................................. 4 3.2 INACCESSIBLE GROUNDING CONNECTIONS ............................................................. 4 3.3 MEDIUM-VOLTAGE EQUIPMENT AND CIRCUITS ...................................................... 4 3.4 SECONDARY EQUIPMENT AND CIRCUITS .................................................................. 5 General Requirements, Section 01 00 00 – Page vi Revised June 2010 Master Page Number 72 of 323 VA-248-11-RP-0060 TBD James A. Haley VA Hospital Replace Operating Room Area Roof Bldg 1(FCA D) Project No: 673-11-120 3.5 corrosion inhibitors ............................................................................................... 7 3.6 CONDUCTIVE PIPING ...................................................................................................... 7 3.7 LIGHTNING PROTECTION SYSTEM .............................................................................. 8 3.8 electrical room grounding ................................................................................... 8 3.9 wireway grounding ...................................................................................................... 8 3.10 ground resistance .................................................................................................... 8 3.11 GROUND ROD INSTALLATION ..................................................................................... 9 PART 1 - GENERAL .................................................................................................................. 1 1.1 DESCRIPTION..................................................................................................................... 1 1.2 RELATED WORK .................................................................................................................. 1 1.3 SUBMITTALS ....................................................................................................................... 1 1.4 APPLICABLE PUBLICATIONS ........................................................................................ 2 PART 2 - PRODUCTS ................................................................................................................ 2 2.1 MATERIALS ......................................................................................................................... 2 PART 3 - EXECUTION ............................................................................................................. 2 3.1 INSTALLATION .................................................................................................................. 2 1.33 EQUIPMENT ...................................................................................................................................................... 41 1.34 FINAL PAYMENT ............................................................................................................................................. 41 1.35 WARRANTY CALLS......................................................................................................................................... 41 1.36 ATTACHMENTS ............................................................................................................................................... 42 General Requirements, Section 01 00 00 – Page vii Revised June 2010 Master Page Number 73 of 323 VA-248-11-RP-0060 TBD James A. Haley VA Hospital Replace Operating Room Area Roof Bldg 1(FCA D) Project No: 673-11-120 1.1 GENERAL INTENTION A. Contractor shall completely prepare site for building operations, including demolition and other items as indicated herein. The Contractor shall furnish all necessary equipment, labor, materials, temporary equipment and items, tools, specialty services, supervision, and perform work for NRM Project No. 673-11-120, “Replace Operating Room Area Roof Building 1” (FCA D) at the James A. Haley Veterans Hospital located in Tampa, Florida as required by drawings and specifications. B. Visits to the site by Bidders are highly recommended and may be made only by appointment with the Project Manager/Contracting Officer’s Technical Representative (COTR). All bids will take into consideration of existing site conditions; it is the responsibility of the contractor to review the entire job site footprint and existing site conditions prior to bid submission. All proposals shall include a detailed cost breakdown (materials, labor, and equipment) by trade, specification division and section; lump sum costs are not acceptable. C. Statement of Work A. Contractor shall furnish labor and materials and perform work for NRM Project No. 673-11-120, “Replace Operating Room Area Roof Building 1” (FCA D) located at the James A. Haley Veterans’ Hospital in Tampa, Florida as required by drawings and specifications. Contractor shall completely prepare site for building operations, including demolition and other items as indicated herein. B. made Visits to the site by Bidders are highly recommended and may be only by appointment with the Contracting Officer’s Technical Representative (COTR), Juan Guzman at telephone number (813) 972-2000 X 3680 (813)610-7620. All bids will take; into consideration existing site conditions it is the responsibility of the contractor to review the entire job site footprint and existing site conditions prior to bid submission. All proposals shall include a detailed cost breakdown (materials, labor, and equipment) by trade, specification division and section; lump sum costs are not acceptable. All work is to be completed approximately in 120 days. C. Provide all labor, materials, tools, and supervision necessary to perform the requirements of Project # 673-11-120. The scope is removal and installation of Building 1 2nd Floor Roof Per attached sketch. The contractor shall be responsible for Repair areas that are penetrating General Requirements, Section 01 00 00 – Page 1 Revised June 2010 Master Page Number 74 of 323 VA-248-11-RP-0060 TBD James A. Haley VA Hospital Replace Operating Room Area Roof Bldg 1(FCA D) Project No: 673-11-120 above the PACU and OR suite. Remove of the old roof down to the light concrete, and dry the entire roof. Reinstalling 4 inches of urethanes foam, apply a sealer (coating) over the entire New Roof. Debris shall be hauled away in contractor provided dumpsters. Contractor provided crane shall be used for removing demolition debris and loading roofing construction materials to avoid using interior hospital elevators for material transport. A perimeter safety barrier shall be installed per OSHA requirements. Install vapor barrier of modified bitumen prior to installation of lightweight tapered insulation to keep building watertight during demolition phase. Any HVAC equipment or lightening protection system removal and reinstallation necessary for proper installation of roofing system is included. Repair of any damage to the exterior of the building caused during construction will be required. The Contractor shall treat and seal all roof penetrations near HVAC, mezzanine and other equipment on the scope area. All existing signage, mechanical openings protection and roof penetrations protection, piping, lightening protection system, HVAC systems, conduit pipe support not intended for reuse shall be removed, and yellow perimeter caution striping, which are modified or removed to facilitate the reroofing work, will be required to be replaced and/or reinstalled. The project will also require strict protection of the existing building which must remain in use during construction including the entrances and exits. The new roof system must be an Energy Star rated roof with an initial solar reflectance of at least 0.65 and a three year solar reflectance of 0.5. The Energy Star specification for roofs is included in the Energy Star document “Program Requirements for Roof Products”. The installer must be certified by the material manufacturer to install the product. The Installer will warranty the interface between the new and old roofing material. The area of the repair must have a Five (5) years installation for material and labor Warranty offer to VA. New installation shall match existing exterior color of the roof. See specifications for desired exterior finishes. During preparation for installation of new Roof, Only a qualified installer of the roof manufacturer shall be allowed to install any of these Roofs for this project. Once installation has started a qualified representative of the manufacturer shall be present to certify the installation of the General Requirements, Section 01 00 00 – Page 2 Revised June 2010 Master Page Number 75 of 323 VA-248-11-RP-0060 TBD Roof for all warranty purposes. James A. Haley VA Hospital Replace Operating Room Area Roof Bldg 1(FCA D) Project No: 673-11-120 Once the installation has been completed and finalized for the project, the contractor is responsible for providing a certification letter from the manufacturer pertaining to all warranty guarantees for the product. After installation of the Roof, construction site must be cleared of all construction debris including removal and disposal of pre-existing Roof. Finally, after installation a walk through with COTR of this project and the contractor will be completed to finalize all installation requirements and punch out required for the project. The set-up and activation of this project shall be phased to allow the systematic relocation of VA patients and staff from the designated construction area of that phase to a temporarily location until that phase is completed. Only one phase may be activated at a time for this project unless authorized by the COTR. Each phase must be completed and finalized before starting the next phase. The contractor will be responsible for providing a detailed schedule showing installation locations and timelines needed for those installations. This schedule must be approved by the COTR before any work can start. Original Building #1 construction drawings and As-Builds are provided for reference only. E. All employees of general contractor and subcontractors shall comply with VA security management program and obtain permission of the VA Police, be identified by project and employer, and restricted from unauthorized access. F. Prior to commencing work, general contractor shall provide proof that an OSHA certified “competent person” (CP) [(29 CFR 1926.20(b)(2)] will maintain a presence at the work site whenever the general or subcontractors are present. G. Training: 1. Beginning July 31, 2005, all supervisory type personnel and employees of general contractor and subcontractors shall have the 30-hour OSHA certified Construction Safety course and other relevant competency training, as determined by VA CP with input from the ICRA team. 2. Beginning July 31, 2005, all non-supervisory type personnel and employees of general contractor and subcontractors shall have the 10-hour OSHA certified Construction Safety Course and other relevant competency training, as determined by VA CP with input from the ICRA team. General Requirements, Section 01 00 00 – Page 3 Revised June 2010 Master Page Number 76 of 323 VA-248-11-RP-0060 TBD James A. Haley VA Hospital Replace Operating Room Area Roof Bldg 1(FCA D) Project No: 673-11-120 3. Submit copies of certificates and training records for all such personnel and employees that may be and/or will be on the work site(s) to the COTR and Contracting Officer for approval before the start of any work on-site. H. Related Work: This specification section applies to ALL Divisions (0 through 34) of work under ALL other specification sections. A partial list of Codes and Standards adopted by the Department of Veterans Affairs is attached in Appendix B. I. Normal Operation / Construction Hours: Construction operations at the James A. Haley VA Hospital are 6:30 AM to 3:00 PM, Monday through Friday, with the exception of Federal Holidays. Requests to work beyond normal work hours shall be submitted in writing to the Resident Engineer / COTR for approval and will include a description of work to be performed. Approval is subject to availability of the Resident Engineer / COTR, type of work to be performed, and the specific hours requested. Contractors are reminded that patients are generally asleep after 10:00 PM. Approval to work beyond this time will also include an evaluation of the anticipated noise level generated by the contractor. Under no circumstances will the contractor proceed without express, written approval of the Resident Engineer / COTR. 1.2 STATEMENT OF BID ITEM(S) A. ITEM I: Provide all necessary equipment, labor, materials, specialty services, supervision, and tools to complete Work includes removal and installation of Building 1 2nd Floor Roof per attached sketch. The contractor shall be responsible for Repair areas that are penetrating above the PACU and OR suite. Remove of the old roof down to the light concrete, and dry the entire roof. Reinstalling 4 inches of urethane foam, apply a sealer (coating) over the entire New Roof. . Debris shall be hauled away in contractor provided dumpsters. Contractor provided crane shall be used for removing demolition debris and loading roofing construction materials to avoid using interior hospital elevators for material transport. A perimeter safety barrier shall be installed per OSHA requirements. Install vapor barrier of modified bitumen prior to installation of lightweight tapered insulation to keep building watertight during demolition phase. Any HVAC equipment or lightening protection system removal and reinstallation necessary for proper installation of roofing system is included. Repair of any damage to the exterior of the building caused General Requirements, Section 01 00 00 – Page 4 Revised June 2010 Master Page Number 77 of 323 VA-248-11-RP-0060 TBD James A. Haley VA Hospital Replace Operating Room Area Roof Bldg 1(FCA D) Project No: 673-11-120 during construction will be required. The Contractor shall treat and seal all roof penetrations near HVAC, mezzanine and other equipment on the scope area. All existing signage, mechanical openings protection and roof penetrations protection, piping, lightening protection system, HVAC systems, conduit pipe support not intended for reuse shall be removed, and yellow perimeter caution striping, which are modified or removed to facilitate the re-roofing work, will be required to be replaced and/or reinstalled. The project will also require strict protection of the existing building which must remain in use during construction including the entrances and exits. The new roof system must be an Energy Star rated roof with an initial solar reflectance of at least 0.65 and a three year solar reflectance of 0.5. The Energy Star specification for roofs is included in the Energy Star document “Program Requirements for Roof Products”. The installer must be certified by the material manufacturer to install the product. The Installer will warranty the interface between the new and old roofing material. The area of the repair must have a Five (5) years installation for material and labor Warranty offer to VA. New installation shall match existing exterior color of the roof. Certain other items of work required by the drawings and specifications. All work is to be completed approximately in 120 calendar days, to be determent per project schedule. 1.3 SPECIFICATIONS AND DRAWINGS FOR CONTRACTOR A. Additional sets of drawings and specifications may be made by the Contractor, at Contractor's expense, from PDF document copies that can be requested from the COTR’s electronic files. B. Additional sets of drawings and specifications may be made by the Contractor, at Contractor's expense, from electronic or reproducible hard copy prints furnished by the ISSUING OFFICE. Such media or prints shall be returned to the ISSUING OFFICE immediately after printing is completed. 1.4 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. General Requirements, Section 01 00 00 – Page 5 Revised June 2010 Master Page Number 78 of 323 VA-248-11-RP-0060 TBD James A. Haley VA Hospital Replace Operating Room Area Roof Bldg 1(FCA D) Project No: 673-11-120 2. The General Contractor is responsible for assuring that all subcontractors working on the project and their employees also comply with these regulations. 3. The General Contractor shall furnish to the COTR and Contracting Officer lists of employees that will be or may be on the construction site(s). The List shall be on Company letter head that provides all of the company contact information, shall provide the project number and title, locations of work, names of the employees, their titles, their job types, and personal contact numbers (i.e. cell phone). All sub-contractors, vendors and suppliers for the project shall furnish the same listing on their individual company letter heads to the GC whom will provide the lists to the COTR and Contracting Officer. These lists shall be updated as necessary during the entire duration of the project. These lists may be used to provide a check list record of personnel on-site each day to be provided with the contractors Daily Log reports. These lists may be used to provide a check list record of personnel on-site each day to be provided to the VA Police Department and their Dispatch Office where normal sign in and sign out occurs. B. Security Procedures: 1. General Contractor’s employees without appropriate badge. shall not enter the project site They may also be subject to inspection of their personal effects when entering or leaving the project site. 2. For working outside the “regular hours” as defined in the contract, The General calendar Contractor days prior to shall provide the requested a request date, for to the approval 14 Contracting Officer and COTR, so that security, escort and other appropriate 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: General Requirements, Section 01 00 00 – Page 6 Revised June 2010 Master Page Number 79 of 323 VA-248-11-RP-0060 TBD 1. The General Contractor James A. Haley VA Hospital Replace Operating Room Area Roof Bldg 1(FCA D) Project No: 673-11-120 not be required to provide unarmed shall guards at the project site twenty-four (24) hours a day, seven (7) days a week or after construction hours. 2. Any guard provided shall have communication devices to report events as directed by VA Police. 3. The General recording Contractor guard is rounds not to required ensure to install systematic equipment checking for of the premises. 4. The General Contractor may need to provide a guard as required by the contract drawings and specifications, including specification sections for Asbestos Abatement. D. Key Control: 1. The General Contractor shall provide duplicate keys and lock combinations to the COTR and Contracting Officer 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 lock cylinders to the VA COTR and locksmith for permanent installation. See Section 08 71 00, DOOR HARDWARE and coordinate. 3. Contractor may be issued keys for construction through the COTR and Contracting Officer. 4. All keys must be turned in at the end of Contract. 5. Any key assigned to the contractor, which is lost or stolen will result in a replacement cost of $100.00 per key either lost or stolen. Any key either lost or stolen shall be reported to the COTR; it is the contractor’s responsibility to inform VA Police and give a detailed report about the key loss. The contractor shall take a copy of the official police report and make payment to the Agent Cashier before any additional replacement keys are made. Final payment may be withheld and or reduced until all keys are returned or accounted for. A copy of the Police Report and receipt of payment shall be provided to the VA COTR. E. Document Control: 1. Before shall starting submit approach to an any work, the electronic following goals General security and Contractor/Sub memorandum maintaining Contractors describing confidentiality the of “sensitive information”. General Requirements, Section 01 00 00 – Page 7 Revised June 2010 Master Page Number 80 of 323 VA-248-11-RP-0060 TBD 2. The General drawings, Contractor project James A. Haley VA Hospital Replace Operating Room Area Roof Bldg 1(FCA D) Project No: 673-11-120 responsible for safekeeping of all is 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. 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 entering the site and request such shall request be required shall be for any submitted vehicle at least twenty-four (24) hours before the date and time of access. Access shall be restricted to picking up and dropping off materials and supplies. 2. Separate permits shall be issued for General Contractor and its employees for parking in designated areas only. 3. There are no Contractor designated general parking areas. Contractor parking is at the University Mall. General The Patient Shuttle Services provided by the VA can be used on a first come, first served basis. General Requirements, Section 01 00 00 – Page 8 Revised June 2010 Master Page Number 81 of 323 VA-248-11-RP-0060 TBD James A. Haley VA Hospital Replace Operating Room Area Roof Bldg 1(FCA D) Project No: 673-11-120 1.5 FIRE SAFETY A. Applicable Publications: Publications listed below form part of this Article to extent referenced. Publications are referenced in text by basic designations only. 1. American Society for Testing and Materials (ASTM): E84-2008.............Surface Burning Characteristics of Building Materials 2. National Fire Protection Association (NFPA): 10-2006..............Standard for Portable Fire Extinguishers 30-2007..............Flammable and Combustible Liquids Code 51B-2003.............Standard for Fire Prevention During Welding, Cutting and Other Hot Work 70-2007..............National Electrical Code 241-2004.............Standard for Safeguarding Construction, Alteration, and Demolition Operations 3. Occupational Safety and Health Administration (OSHA): 29 CFR 1926..........Safety and Health Regulations for Construction 4. Hospital Policy Memorandums: HPM 138-03...........Safety and Health during Construction Activities HPM 138-04...........Lockout / Tagout Program HPM 138-15...........Interim Life Safety Measures (ILSM) HPM 138-17...........Notification of Fire Alarm Shutdown HPM 138-23...........Utility Shutdown Procedures HPM 138-24...........Infection Control during Construction and Renovation B. 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, including periodic status reports, and submit to COTR and Contracting Officer for review for compliance with contract requirements in accordance with Section 01 33 23, SHOP DRAWINGS, PRODUCT DATA AND SAMPLES. Prior to any worker for the contractor or subcontractors beginning work, they shall undergo a safety briefing provided by the general contractor’s competent person per OSHA requirements. This briefing shall include information on the construction limits, VAMC safety guidelines, means of egress, break areas, work hours, locations of restrooms, use of VAMC equipment, etc. General Requirements, Section 01 00 00 – Page 9 Revised June 2010 Master Page Number 82 of 323 VA-248-11-RP-0060 TBD James A. Haley VA Hospital Replace Operating Room Area Roof Bldg 1(FCA D) Project No: 673-11-120 Documentation shall be provided to the COTR and Contracting Officer that all individuals have undergone the Contractor’s safety briefing. C. Site and Building Access: Maintain free and unobstructed access to facility emergency services and for fire, police and other emergency response forces in accordance with NFPA 241. D. Temporary Facilities: Separate temporary facilities, such as trailers, storage sheds, construction and by dumpsters, distances in from existing accordance with buildings NFPA 241. and For new small facilities with less than 6.1 m (20 feet) exposing overall length, separate by 3.0 m (10 feet). E. Temporary Construction Partitions: 1. Install and maintain temporary construction partitions to provide smoke-tight separations between, construction areas, the areas that are described Construct in phasing partitions of requirements, gypsum board and or adjoining treated areas. plywood (flame spread rating of 25 or less in accordance with ASTM E84) on both sides of fire retardant treated wood or metal steel studs. Extend the partitions through suspended ceilings to floor slab deck or roof. Seal joints and penetrations. At door openings, install Class C, ¾ hour fire/smoke rated doors with self-closing devices. 2. Install one-hour and/or two-hour fire-rated temporary construction partitions as shown on drawings and/or as indicated in the specification sections to maintain integrity of existing exit stair enclosures, areas, exit passageways, horizontal exits, fire-rated smoke enclosures barriers, of vertical hazardous shafts and openings enclosures. 3. Close openings maintain fire in smoke ratings. barriers Seal and fire-rated penetrations with construction listed to through- penetration fire stop materials in accordance with Section 07 84 00, FIRESTOPPING. F. Temporary Heating and Electrical: Install, use and maintain installations in accordance with 29 CFR 1926, NFPA 241 and NFPA 70. G. Means of Egress: Do not block exiting for occupied buildings, including paths from exits to roads. Minimize disruptions and coordinate with COTR and Contracting Officer. H. Egress Routes for Construction Workers: Maintain free and unobstructed egress. Inspect daily. Report findings and corrective actions weekly to the COTR and the Contracting Officer. General Requirements, Section 01 00 00 – Page 10 Revised June 2010 Master Page Number 83 of 323 VA-248-11-RP-0060 TBD James A. Haley VA Hospital Replace Operating Room Area Roof Bldg 1(FCA D) Project No: 673-11-120 I. Fire Extinguishers: Provide and maintain extinguishers in construction areas and temporary storage areas in accordance with 29 CFR 1926, NFPA 241 and NFPA 10. J. Flammable and Combustible Liquids: Store, dispense and use liquids in accordance with 29 CFR 1926, NFPA 241 and NFPA 30. K. Standpipes: Install and extend standpipes up with each floor in accordance with 29 CFR 1926 and NFPA 241. Do not charge wet standpipes subject to freezing until weather protected. L. Sprinklers: Install, test and activate new automatic sprinklers prior to removing existing sprinklers. M. Existing Fire Protection: Do not impair automatic sprinklers, smoke and heat detection, and fire alarm systems, except for portions immediately under construction, and temporarily for connections. Provide fire watch for impairments more than four (4) hours in a twenty-four (24) hour period. Request interruptions in accordance with Article 1.6, OPERATIONS AND STORAGE AREAS, and coordinate with COTR and Contracting Officer. All existing or temporary fire protection systems (fire alarms, sprinklers) located in construction areas shall be tested as coordinated with the medical center. Parameters for the testing and results of any tests performed shall be recorded by the medical center and copies provided to the COTR and Contracting Officer. N. Smoke Detectors: Prevent accidental operation. Remove temporary covers at end of work Contracting operations Officer. Replace each day. all Coordinate smoke detection with COTR devices in and the construction area with heat detection devices for the duration of the project. Prior to final project inspection, smoke detectors shall be reinstalled. O. Hot Work (Burn Permit): Perform and safeguard hot work operations in accordance with NFPA 241 and NFPA 51B. Coordinate with COTR and Contracting Officer. Obtain permits from facility COTR and Contracting Officer at least seventy-two (72) hours in advance. Designate contractor's responsible project-site fire prevention program manager to permit hot work. See Appendix C for the proper procedure and forms and Appendix D for the proper safety procedures for hot work. P. Fire Hazard construction Prevention areas daily. and Safety Coordinate Inspections: with, and Inspect report corrective actions daily to COTR and Contracting Officer. entire findings and See HPM 138- 03. General Requirements, Section 01 00 00 – Page 11 Revised June 2010 Master Page Number 84 of 323 VA-248-11-RP-0060 TBD James A. Haley VA Hospital Replace Operating Room Area Roof Bldg 1(FCA D) Project No: 673-11-120 Q. Smoking: Smoking is prohibited in and adjacent to construction areas inside and outside of existing buildings and additions under construction. In separate and detached buildings under construction, smoking is prohibited, except in designated smoking rest areas. R. Waste: Dispose of waste and debris in accordance with NFPA 241. Remove from buildings and site daily. S. Construction Operations: Perform other construction, alteration and demolition operations in accordance with 29 CFR 1926. T. Impaired Areas: If required, submit documentation to the COTR and Contracting Officer that personnel have been trained in the fire safety aspects of working in areas with impaired structural or compartmentalization features. U. Forms: Forms for certain Fire Safety items are attached to this specification section. 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 COTR and the 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 COTR and the Contracting Officer and shall be built with labor and materials furnished by the Contractor temporary buildings and without utilities expense shall to remain the the Government. property of The the Contractor and shall be removed by the Contractor at its expense upon completion of the work. With the written consent of the COTR and the Contracting Officer, the buildings and utilities may be abandoned and need not be removed. C. The Contractor shall, under regulations prescribed by the COTR and the Contracting Officer, use only established roadways, or use temporary roadways constructed by the Contractor when and as authorized by the COTR and 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 General Requirements, Section 01 00 00 – Page 12 Revised June 2010 Master Page Number 85 of 323 VA-248-11-RP-0060 TBD damage. The Contractor shall James A. Haley VA Hospital Replace Operating Room Area Roof Bldg 1(FCA D) Project No: 673-11-120 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 COTR and Contracting Officer. The Contractor shall keep ALL work areas, storage areas, staging areas, and access areas and routes clean and neat. The Contractor shall provide sufficient trash containers so there is no debris lying around. The containers shall be emptied at the least daily and trash disposed of by the contractor. E. Workmen are subject to rules of the Medical Center applicable to their conduct. All personal automobiles and contractor vehicles shall be parked off-site, as there is no available parking on-site. F. Execute work in such a manner as to interfere as little as possible with work being done by others. Keep roads clear of construction materials, debris, standing construction equipment and vehicles at all times. G. Execute work so as to interfere as little as possible with normal functioning of the Medical Center as a whole, including operations of utility services, fire protection systems and any existing 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 COTR and Contracting Officer 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 (2) work days. Provide unobstructed access to the Medical Center areas required to remain in operation. 3. Where access by the Medical Center 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. H. 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 General Requirements, Section 01 00 00 – Page 13 Revised June 2010 Master Page Number 86 of 323 VA-248-11-RP-0060 TBD James A. Haley VA Hospital Replace Operating Room Area Roof Bldg 1(FCA D) Project No: 673-11-120 of such indication, where directed by COTR and Contracting Officer. All such actions shall be coordinated with the Utility Company involved: 1. 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. I. Phasing: To insure such executions, Contractor shall furnish the COTR and Contracting Officer 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 COTR and Contracting Officer twenty-one (21) calendar days 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 the Medical Center Director, COTR and Contracting Officer and Contractor. 1. The contractor is to submit his phasing schedule in writing to the Contracting Officer for review and approval no later than twenty-one (21) calendar days after issuance of the Notice to Proceed. This includes utility outages and access closures. 2. All work, such as corridor work, which is outside the main construction area, shall be done on evenings or weekends, so as not to disrupt the normal operations. 3. The contractor shall have all submittals completed and turned in to the Government for review by the A/E firm no later than thirty (30) calendar days from the date of the signed Notice to Proceed. The government will return submittals within twenty-one (21) calendar days from acceptance from the contractor. NO WORK SHALL BE STARTED UNTIL ALL RELATED SUBMITTALS ARE APPROVED. All materials shall be approved by the Government prior to delivery to the job site and start of work. 4. All renovation activities will take place at a busy Medical Center. The contractor shall not interfere with functions, or normal activity of the hospital. provide walk-off mats for dust control, existing, on-going The contractor will appropriate construction barriers, and keep noise & vibration to a minimum during normal business hours. General Requirements, Section 01 00 00 – Page 14 Contractors shall review Hospital Policy Memorandum Revised June 2010 Master Page Number 87 of 323 VA-248-11-RP-0060 TBD (HPM) No. 138-24, James A. Haley VA Hospital Replace Operating Room Area Roof Bldg 1(FCA D) Project No: 673-11-120 Control During Construction and “Infection Renovation” and comply as outlined in this policy. of the work will be confined to evenings, Certain portions and/or weekends, as identified on the drawings. 5. No work shall start until the preconstruction survey and inspection is completed. 6. The Contractor shall provide a detailed asbestos abatement schedule, if required by the project scope. 7. Any utility service, parking lot, roadway, loading dock, and/or Grounds interruptions requests shall be submitted in writing twentyone (21) calendar days in advance of the planned interruption. For approval and coordination, see HPM 138-23. 8. Hot Work and other permits will be needed prior to the use of any open flames, operations. cutting operations, grinding operations and welding For approval and coordination, see Appendix C and D. 9. Set up phasing by buildings, wings, floors, or areas in accordance with information received from the Medical Center through the COTR and the Contracting Officer. J. Vacated Buildings: accordance with Building(s) above phasing will be beginning vacated by immediately Government after date in of receipt of Notice to Proceed and turned over to Contractor. K. Occupied Buildings: Building(s) will be occupied during performance of work; but immediate areas of alterations will be vacated. 1. Certain areas of Building(s) will personnel for various periods. be occupied by Medical Center 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 Affair’s 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. 2. Immediate areas of alterations not mentioned in preceding Subparagraph 1 will be temporarily vacated while alterations are performed. General Requirements, Section 01 00 00 – Page 15 Revised June 2010 Master Page Number 88 of 323 VA-248-11-RP-0060 TBD L. Construction Fence: Before James A. Haley VA Hospital Replace Operating Room Area Roof Bldg 1(FCA D) Project No: 673-11-120 construction operations begin, Contractor shall provide a chain link construction fence, 2.1 m (7 feet) minimum height, around the construction area indicated on the drawings. Provide gates as required for access with necessary hardware, including hasps and padlocks. Fasten fence fabric to terminal posts with tension bands and to line posts and top and bottom rails with tie wires spaced at maximum 381mm (15 inches). Bottom of fences shall extend to 25mm (1 inch) above grade. Remove the fence when directed by the COTR and Contracting Officer. M. Buildings and Systems: When a building is turned over to Contractor, the 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. 2. Contractor shall protection and maintain alarm in operating equipment. In condition connection existing with fire fire alarm equipment, Contractor shall make arrangements for pre-inspection of site with Fire Department or Company (Department of Veterans Affairs or municipal) whichever will be required to respond to an alarm from Contractor's employee or watchman. N. Existing Utilities Services: Maintain existing utility services for the Medical Center materials, at all equipment, times. Provide connections, temporary and facilities, utilities to labor, 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 a main branch or suitable places where shown; or, in absence of such indication, where directed by the COTR and Contracting Officer. 1. No utility service such as water, gas, steam, sewers or electricity, or fire protection interrupted without systems prior and communications written approval systems of the may COTR be and Contracting Officer. 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 General Requirements, Section 01 00 00 – Page 16 FOR COMMUNICATIONS INSTALLATIONS, and 28 05 11, Revised June 2010 Master Page Number 89 of 323 VA-248-11-RP-0060 TBD James A. Haley VA Hospital Replace Operating Room Area Roof Bldg 1(FCA D) Project No: 673-11-120 REQUIREMENTS FOR ELECTRONIC SAFETY AND SECURITY INSTALLATIONS for additional requirements. The notification form must be used. attached Live Electrical Work See Appendix C for the proper procedure and forms and Appendix D for the proper safety procedures to be followed. 2. Contractor shall submit a request to interrupt any such services to the COTR and Contracting Officer, in writing, twenty-one (21) calendar days in advance of proposed interruption. Request shall state reason, date, exact time of, and approximate duration of such interruption. See Appendix C for the proper procedure and forms and Appendix D for the proper safety procedures to be followed. 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 Medical Center. 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 twenty-one (21) calendar days prior to the desired time and shall be performed as directed by the COTR and Contracting Officer. 5. In case of a contract construction emergency, service will be interrupted on approval of the COTR and Contracting Officer. Such approval will be confirmed in writing as soon as practical. On the next business day, the contractor’s Daily Log report shall explain the circumstances causing the emergency and the corrective actions taken. 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. O. 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 at the nearest main line or branch. The lines shall not be capped in finished areas, but shall be removed and sealed, capped or plugged areas, or within in ceilings, walls General Requirements, Section 01 00 00 – Page 17 or within partitions; furred so spaces, that they in unfinished are completely Revised June 2010 Master Page Number 90 of 323 VA-248-11-RP-0060 TBD James A. Haley VA Hospital Replace Operating Room Area Roof Bldg 1(FCA D) Project No: 673-11-120 behind the finished surfaces unless otherwise directed by the COTR and Contracting Officer. P. Roads, Parking Lots, Docks and Grounds: To minimize interference of construction activities with flow of Medical Center traffic, comply with the following: 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. Wherever excavation for new utility lines cross existing roads, at least one lane must be open to traffic at all times. 2. Method and scheduling of required cutting, altering and removal of existing roads, parking lots, walks and entrances must be approved by the COTR and Contracting Officer. 3. Interruptions of these areas must be requested, in writing, at least twenty-one (21) calendar days prior to the desired time and shall be performed as directed by the COTR and Contracting Officer. 4. Interruptions will follow the same procedures as outlined in Article 1.6.N.2, Existing Utility Services. Q. Coordination of Work: construction Officer. This Coordinate the work for this contract with other operations as includes the directed by scheduling the of COTR and traffic and Contracting the use of roadways, as specified in Article 1.16, USE OF ROADWAYS, PARKING LOTS, AND GROUNDS. R. Coordination of Construction with Medical Center Director: The activities at a Medical Center shall take precedence over construction activities. The Contractor must cooperate and coordinate with the Medical Center, through the COTR and Contracting Officer, in arranging construction schedule to cause the least possible interference with facility activities on the campus. Construction noise during the events or services shall not disturb the events or service. Trucks and workmen shall not pass through the event or service area during this period: 1. The Contractor is required to discontinue his work sufficiently in advance of Easter Sunday, Mother's Day, Father's Day, Memorial Day, Veteran's Day and/or Federal holidays, to permit him to clean up all areas of operation adjacent to existing event or service areas before these dates. 2. The Medical Center observes the following Federal Holidays: New Years Day, Labor Day, Martin Luther King Jr. Day, Columbus Day, General Requirements, Section 01 00 00 – Page 18 Revised June 2010 Master Page Number 91 of 323 VA-248-11-RP-0060 TBD Presidents Day, James A. Haley VA Hospital Replace Operating Room Area Roof Bldg 1(FCA D) Project No: 673-11-120 Day, Memorial Day, Thanksgiving, Veterans Independence Day, and Christmas Day. 3. Clean-up materials shall and include debris the and removal leaving the of all areas equipment, in a tools, clean, neat condition. S. Sign-In / Sign-Out Procedures: 1. All contractor employees are required to sign in and out at VA Police dispatch located in Building #1, First floor, A-Wing, Room 1A-147, near the Emergency Room Entrance, unless otherwise directed by the COTR. A valid state driver’s license or state identification card is mandatory for all employees to have access to this facility. All employees are required to wear the assigned VA badges at all times. 2. If after-hour key service is needed, contact the Hospital Police Dispatch Office at extension 7554. All after hours work shall be coordinated through the Contracting Officer in writing 14 calendar days prior to approval. T. Reports: 1. Daily Logs: In conjunction with the contractor's daily report, Contractor shall furnish a daily report for each day from the date of Notice to Proceed until Final Acceptance, including those days that no work is performed. The report shall have attached there to a copy of inspections conducted by the VA, a list of all employees on site that day, however, this does not relieve the Contractor of the responsibility shall be to conduct submitted on and Form report VAF inspections. 10-6131, "Daily Daily Log” reports and hand delivered to the COTR by 9:00 AM the following duty day. 2. Payrolls: The Contractor shall submit two (2) copies of certified payrolls required by VAAR 852.236-85 - Supplementary Labor Standard Provision. Payrolls shall be submitted to the Contracting Officer no later than Wednesday for the previous week. 3. Payment Requests: Monthly payment requests from the contractor will not be processed unless all paperwork is current, including daily reports, asbestos reports, and certified payrolls for the prime and all subs. 4. Requests for Information and/or Clarification: All RFI’s and RFC’s shall be submitted General Requirements, Section 01 00 00 – Page 19 to the Contracting Officer to ensure timely Revised June 2010 Master Page Number 92 of 323 VA-248-11-RP-0060 TBD James A. Haley VA Hospital Replace Operating Room Area Roof Bldg 1(FCA D) Project No: 673-11-120 response. The Government will answer RFI’s and RFC’s within twentyone (21) calendar days from acceptance from the contractor. 5. Submittal Log: The contractor shall utilize the specifications and drawings to prepare and provide a submittal log. The Submittal Log shall list all submittals by specification section, paragraph and drawing numbers from the beginning to the end of the documents. The Submittal Log shall be provided to the COTR and Contracting Officer within ten (10) calendar days after receipt of Notice To Proceed. The Government may require additional submittals at its discretion at no additional cost. All submittals shall be approved, by the Contracting Officer prior to beginning related work. U. Material Safety Data Sheets (MSDS’s): (5) GREEN Loose-leaf binders, Contractor shall provide five permanently labeled “MSDS Sheet for Project __________” with copies of each Material Safety Data Sheets for each and every product, chemical, and other required materials to be used on this project. 1. All instructions for use shall be compiled with. 2. Products will not be used until MSDS's are submitted to the COTR. These shall be provided for any material no later than the day before those materials arrive on VA property. 3. The contractor shall maintain a current binder on the job site at all times, readily available for viewing by the COTR, Contracting Officer, or Safety Officer. 4. At no time shall the Contractor have, or permit the sub-contractors to have, materials on VA property/station without MSDS sheets. V. Fire Retardant Materials: All materials used on this project, including temporary barriers, plywood, poly, and other required materials shall be fire retardant. All poly shall be 6 mil. minimum. The semi-permanent construction barriers shall be smoke tight. W. Smoke Free Facility: The James A. Haley VA Hospital is a SMOKE FREE facility. There is NO SMOKING allowed in any interior or exterior spaces, including all Mechanical Spaces and roofs. Smoking is only permitted in designated exterior smoking areas. 1.7 ALTERATIONS A. Survey: Before any work is started, the Contractor shall make a thorough survey with the COTR and Contracting Officer of buildings, grounds, areas of buildings and grounds in which alterations occur, and areas which are anticipated routes of access. General Requirements, Section 01 00 00 – Page 20 The contractor shall Revised June 2010 Master Page Number 93 of 323 VA-248-11-RP-0060 TBD James A. Haley VA Hospital Replace Operating Room Area Roof Bldg 1(FCA D) Project No: 673-11-120 furnish a report, signed by all three, which lists any deficiencies noted at that time. This report shall be approved by the VA prior to the start of any work. The inspection shall include a list by rooms and spaces: 1. Existing condition and types of resilient flooring, doors, windows, walls and other surfaces not required to be altered as plumbing throughout affected areas of building(s) and grounds. 2. Existence and accessories, conditions electrical of items such fixtures, equipment, fixtures venetian and blinds, shades, etc., required by drawings to be either reused or relocated, or both. 3. Shall note any discrepancies between drawings and existing conditions at site(s). 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, COTR and Contracting Officer. B. Relocated Items: Any items required by drawings to be either reused or relocated or both, found during this survey to be nonexistent, or in opinion of the COTR and Contracting Officer, 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, CONDITIONS" under (FAR provisions 52.236-2) of and clause "CHANGES" entitled (FAR "DIFFERING 52.243-4 and SITE VAAR 852.236-88). C. Re-Survey: Thirty (30) calendar days before expected partial or final inspection date, the Contractor, COTR and Contracting Officer 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. General Requirements, Section 01 00 00 – Page 21 Revised June 2010 Master Page Number 94 of 323 VA-248-11-RP-0060 TBD James A. Haley VA Hospital Replace Operating Room Area Roof Bldg 1(FCA D) Project No: 673-11-120 D. Protection: Provide the following protective measures: 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 roofs, 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 protected that prior to are to remain in place work, and this starting shall be adequately protection shall be maintained intact until all work in the area is completed. 4. Once the contractor is notified by the VA of problems or damage to VA property, the contractor shall take immediate corrective action to protect and restore said property. During normal duty hours, corrective action shall be initiated within two (2) hours. After normal duty hours, corrective action shall be initiated within four (4) hours. The Daily Log for that day shall explain the problem(s) and corrective action(s) taken. 5. Dampen debris to keep down dust and provide temporary construction, dust-proof, asbestos containment, smoke rated, and/or fire rated barriers where specified, where indicated on the drawings, and as directed by the COTR. secured with locks. Access doors in barriers shall be hinged and Walk-off mats shall be provided at all access doors. 6. Block off all ducts and diffusers to prevent circulation of dust into occupied Machines as areas during specified, to construction. maintain Provide negative Negative pressure within Air the construction area(s). 7. The contractor shall not allow trash and debris to accumulate on the job site. As a minimum, trash and debris shall be removed once daily, with no flammable materials or trash left on the construction site overnight. All debris shall be removed from the job site in a closed container and disposed of in a proper manner. 1.8 INFECTION PREVENTION MEASURES A. Contractor’s shall review Hospital Policy Memorandum (HPM) No. 138-24 “Infection Control During Construction and Renovation” dated November 1, 2008 and comply as outlined in this policy. General Requirements, Section 01 00 00 – Page 22 Certain portions of the Revised June 2010 Master Page Number 95 of 323 VA-248-11-RP-0060 TBD James A. Haley VA Hospital Replace Operating Room Area Roof Bldg 1(FCA D) Project No: 673-11-120 work will be confined to evenings, and/or weekends, as identified on the drawings or in the specification sections. This HPM and others, either current or when updated, work in conjunction with this article. Work for this project has been deemed to be Type A // B // C // D, low // medium // high // highest risk, and requires CLASS I // II // III // IV precautions under HPM 138-24. B. Implement the requirements of VAMC’s Infection Control Risk Assessment (ICRA) team. ICRA Group may monitor dust in the vicinity of the construction work and require the Contractor to take corrective action immediately if the safe levels are exceeded. C. Establish and contractor’s maintain infection a dust control preventive program measures in as part accordance of the with the guidelines provided by ICRA Group and as specified here. Prior to start of work, prepare a plan detailing project-specific dust protection measures, including periodic status reports, and submit to the COTR and Contracting Officer and Facility ICRA team for review for compliance with contract requirements in accordance with Section 01 33 23, SHOP DRAWINGS, PRODUCT DATA AND SAMPLES. 1. All personnel involved in the construction or renovation activity shall be educated and trained in infection prevention measures established by the Medical Center. D. Medical Center Infection Control personnel shall monitor for airborne disease (e.g. aspergillosis) as appropriate during construction. A baseline of conditions may be established by the Medical Center prior to the start of work and periodically during the construction stage to determine impact of construction activities on indoor air quality. In addition: 1. The COTR, Contracting Officer and VAMC Infection Control personnel shall review pressure differential monitoring documentation to verify that pressure differentials in the construction zone and in the patient-care rooms are appropriate for their settings. The requirement for negative air pressure in the construction zone shall depend on the location and type of activity. Upon notification, the contractor shall implement corrective measures to restore proper pressure differentials as needed. 2. In case of any problem, the medical center, along with assistance from the contractor, shall conduct an environmental assessment to find and eliminate the source. General Requirements, Section 01 00 00 – Page 23 Revised June 2010 Master Page Number 96 of 323 VA-248-11-RP-0060 TBD E. In general, following James A. Haley VA Hospital Replace Operating Room Area Roof Bldg 1(FCA D) Project No: 673-11-120 measures shall be adopted during preventive construction to keep down dust and prevent mold. 1. Dampen debris to keep down dust and provide temporary construction partitions in Contracting existing Officer. structures Blank off where ducts directed and by diffusers COTR to and prevent circulation of dust into occupied areas during construction. 2. Do not perform dust producing tasks within occupied areas without the approval of the COTR and Contracting Officer. For construction in any areas that will remain jointly occupied by the Medical Center and Contractor’s workers, the Contractor shall: a. Provide dust proof, smoke tight, one-hour and/or two-hour firerated temporary drywall construction barriers, as required, to completely separate construction from the operational areas of the hospital in order to contain dirt debris and dust. Barriers shall be sealed and made presentable on hospital occupied side. Install a self-closing rated door in a metal frame, commensurate with the partition, to allow worker access. Maintain negative air at all greater where times. plastic dust A fire barrier control is retardant meeting the only polystyrene, local fire hazard, 6-mil codes and an may thick be or used agreement is reached with the COTR, Contracting Officer and Medical Center. b. HEPA filtration is required where the exhaust dust may reenter the breathing zone. Contractor shall verify that construction exhaust to exterior is not reintroduced to the medical center through intake vents, or building openings. Install HEPA (High Efficiency Particulate Accumulator) filter vacuum system rated at 98% capture of 0.3 microns including pollen, mold spores and dust particles. Insure continuous negative air pressures occurring within the work area. HEPA filters should have ASHRAE 85 or other pre-filter to extend the useful life of the HEPA. Provide both primary and secondary filtrations units. Exhaust hoses shall be heavy duty, flexible steel reinforced and exhausted so that dust is not reintroduced to the medical center. c. Adhesive Walk-off/Carpet Walk-off Mats, minimum 610mm x 914mm (24” x 36”), shall be used at all interior transitions from the construction area to occupied medical center area. These mats shall be changed as often as required to maintain clean work areas directly outside construction area at all times. General Requirements, Section 01 00 00 – Page 24 Revised June 2010 Master Page Number 97 of 323 VA-248-11-RP-0060 TBD James A. Haley VA Hospital Replace Operating Room Area Roof Bldg 1(FCA D) Project No: 673-11-120 d. Vacuum and wet mop all transition areas from construction to the occupied medical center at the end of each workday. Vacuum shall utilize HEPA filtration. Maintain surrounding area frequently. Remove debris as they are created. Transport these outside the construction area in containers with tightly fitting lids. e. The contractor shall not haul debris through patient-care areas without prior approval of the COTR, Contracting Officer and the Medical Center. When, approved, debris shall be hauled in enclosed dust proof containers or wrapped in plastic and sealed with duct tape. No sharp objects should be allowed to cut through the plastic. Wipe down the exterior of the containers with a damp rag to remove dust. All equipment, tools, material, etc. transported through occupied areas shall be made free from dust and moisture by vacuuming and wipe down. f. Using a HEPA vacuum, clean inside the barrier and vacuum ceiling tile prior to replacement. Any ceiling access panels opened for investigation beyond sealed areas shall be sealed immediately when unattended. g. There shall be no standing water during construction. This includes water in equipment drip pans and open containers within the construction areas. All accidental spills must be cleaned up and dried within twelve (12) hours. Remove and dispose of porous materials that remain damp for more than seventy-two (72) hours. h. At completion, remove construction barriers and ceiling protection carefully, outside of normal work hours. Vacuum and clean all surfaces free of dust after the removal. F. Final Cleanup: 1. Upon completion of project, or as work progresses, remove all construction debris from above ceiling, vertical shafts and utility chases that have been part of the construction. 2. Perform HEPA vacuum cleaning of all surfaces in the construction area. This includes walls, ceilings, cabinets, furniture (built-in or free standing), partitions, flooring, etc. 3. All new air ducts shall be cleaned prior to final inspection. 1.9 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 General Requirements, Section 01 00 00 – Page 25 Revised June 2010 Master Page Number 98 of 323 VA-248-11-RP-0060 TBD James A. Haley VA Hospital Replace Operating Room Area Roof Bldg 1(FCA D) Project No: 673-11-120 follows and/or in accordance with Section 01 74 19, CONSTRUCTION WASTE MANAGEMENT: 1. Reserved items which are to remain property of the Government are identified by attached specifications Officer may as items also Government. tags to or be designate noted stored. items to on The remain drawings COTR the and/or and in Contracting property of the 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 COTR and Contracting Officer. 2. Items not reserved shall become property of the Contractor and be removed by Contractor from the Medical Center, or taken to the Engineering Shop area by the contractor on a case-by-case basis as directed by the COTR. 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 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. 4. During above ceiling work, the contractor will have to clear rooms, protect VA property and finishes, and move furnishings as necessary to protect the area an items from dust and debris, in the Waste: The performance of the work above the ceiling. 5. PCB Transformers, PCB Capacitors and Other Hazardous Contractor shall be responsible for disposal of the Polychlorinated Biphenyl (PCB) transformers and capacitors and other Hazardous Waste. The transformers and capacitors and other Hazardous Waste shall be taken out of service and handled in accordance with the procedures of the Environmental Protection Agency (EPA) and the Department of Transportation (DOT) as outlined in Code of Federal Regulation (CFR), Titled 40 and 49 respectively. The EPA's Toxic Substance Control Act (TSCA) Compliance Program Policy Nos. 6-PCB-6 and 6-PCB-7 also apply. Upon removal of PCB transformers and capacitors and other Hazardous Waste for disposal, the "originator" copy of the Uniform Hazardous Waste Manifest (EPA Form 8700-22), General Requirements, Section 01 00 00 – Page 26 Revised June 2010 Master Page Number 99 of 323 VA-248-11-RP-0060 TBD James A. Haley VA Hospital Replace Operating Room Area Roof Bldg 1(FCA D) Project No: 673-11-120 along with the Uniform Hazardous Waste Manifest Continuation Sheet (EPA Form 8700-22A) shall be returned to the Contracting Officer who will annotate the contract file and transmit the Manifest to the Medical Center's COTR and Contracting Officer. a. Copies of the following listed CFR titles may be obtained from the Government Printing Office: 40 CFR 261........Identification and Listing of Hazardous Waste 40 CFR 262........Standards Applicable to Generators of Hazardous Waste 40 CFR 263........Standards Applicable to Transporters of Hazardous Waste 40 CFR 761........PCB Manufacturing, Processing, Distribution in Commerce, and use Prohibitions 49 CFR 172........Hazardous Material tables and Hazardous Material Communications Regulations 49 CFR 173........Shippers - General Requirements for Shipments and Packaging 49 CRR 173........Subpart A General 49 CFR 173........Subpart B Preparation of Hazardous Material for Transportation 49 CFR 173........Subpart J Other Regulated Material; Definitions and Preparation TSCA..............Compliance Program Policy Nos. 6-PCB-6 and 6-PCB-7 1.10 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 sites, 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. The contractor shall replace, at their own expense, items damaged to the satisfaction of the COTR and Contracting Officer. General Requirements, Section 01 00 00 – Page 27 Revised June 2010 Master Page Number 100 of 323 VA-248-11-RP-0060 TBD James A. Haley VA Hospital Replace Operating Room Area Roof Bldg 1(FCA D) Project No: 673-11-120 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. C. Contractor shall take all measures and provide all materials necessary for protecting affected areas and preserving existing of construction against equipment dust, and property debris and in physical damage, so that equipment and affected areas to be used in Medical Center operations will not be hindered. Contractor shall permit access to VA personnel through construction areas as required for maintenance and normal Medical Center operations. D. When the construction area is turned over to Contractor, Contractor shall accept entire responsibility there-of. Contractor shall maintain in operating condition, existing fire protection, exit light circuits, alarm equipment, and other operational originating in, or passing through the construction area. IT IS VERY IMPORTANT ESSENTIAL AND LIFE SAFETY SYSTEMS BE CONTINUOUSLY MAINTAINED AND NOT INTERUPPTED WITHOUT TWENTY-ONE (21) CALENDAR PRIOR DAYS WRITTEN NOTICE TO THE MEDICAL CENTER. E. Items of equipment and furnishings located in rooms in which work is to be done under Government. this contract shall remain the property of the During the alteration period when rooms and space are vacated by Veterans' Affairs, such items which are not required by drawings and specifications to be either relocated or reused, will be removed or protected by the Contractor as directed by the COTR. F. Refer to Section additional 01 57 requirements environment. "Restoration", Refer and to 19, on TEMPORARY protecting Article Article 1.6, 1.7, ENVIRONMENTAL vegetation, "Alterations", "Operations and CONTROLS, soils and Article Storage for the 1.11, Areas" for additional instructions concerning repair of damage to structures and site improvements. General Requirements, Section 01 00 00 – Page 28 Revised June 2010 Master Page Number 101 of 323 VA-248-11-RP-0060 TBD G. Refer to FAR National clause Pollutant James A. Haley VA Hospital Replace Operating Room Area Roof Bldg 1(FCA D) Project No: 673-11-120 "Permits and Responsibilities.” A 52.236-7, Discharge Elimination System (NPDES) permit is required for projects when the disturbed area on the site one acre or more. The Contractor is considered an "operator" under the permit and has extensive responsibility for compliance with permit requirements. VA will medical make the center) affected permit office. subcontractors application The available apparent shall low at the bidder, furnish all (appropriate contractor information and and certifications that are required to comply with the permit process and permit requirements. Many of the permit requirements will be satisfied by completing construction as shown and specified. Some requirements involve the Contractor's method of operations and operations planning and the Contractor is responsible for employing best management practices. The affected activities often include, but are not limited to the following: 1. Designating areas for equipment maintenance and repair. 2. Providing waste receptacles at convenient locations and provide regular collection of wastes. 3. Locating equipment wash down areas on site, and provide appropriate control of wash-waters. 4. Providing protected storage areas for chemicals, paints, solvents, fertilizers, and other potentially toxic materials. 5. Providing adequately maintained sanitary facilities. 1.11 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 COTR and Contracting Officer. Existing work to be altered or extended and that is found to be defective in any way, shall be reported to the COTR and Contracting Officer 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 Existing work electrical of contract, (walls, work, deliver ceilings, lawns, paving, work partitions, roads, complete floors, walks, etc.) and undamaged. mechanical disturbed and or removed as a result of performing required new work, shall be patched, General Requirements, Section 01 00 00 – Page 29 Revised June 2010 Master Page Number 102 of 323 VA-248-11-RP-0060 TBD James A. Haley VA Hospital Replace Operating Room Area Roof Bldg 1(FCA D) Project No: 673-11-120 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" (FAR 52.243-4 and VAAR 852.236-88) and "DIFFERING SITE CONDITIONS" (FAR 52.236-2). 1.12 PHYSICAL DATA A. Data and information furnished or referred to below, in the contract specification sections, on the contract drawings, and/or in other VA furnished documentation Government shall not is be for the Contractor's responsible for any information. interpretation The of conclusion drawn from the data or information by the Contractor. contractor shall investigation, be responsible before bidding, for to conducting satisfy a themselves The thorough as to or site actual conditions. B. Government does not guarantee that other materials will not be encountered nor that proportions, conditions or character of several materials will investigations. not vary Bidders from are those expected indicated to by examine explorations site of work; and and, after investigation, decide for themselves character of materials and make their bids accordingly. Upon proper application to Department of Veterans Affairs, bidders will be permitted to make explorations or site investigations of their own at the work sites. 1.13 PROFESSIONAL SURVEYING SERVICES A. A registered professional land surveyor or registered civil engineer whose services are retained and paid for by the Contractor shall perform services specified herein and in other specification sections. The Contractor shall certify that the land surveyor or civil engineer is not one who is a regular employee of the Contractor, and that the land surveyor or civil engineer has no financial interest in this contract. General Requirements, Section 01 00 00 – Page 30 Revised June 2010 Master Page Number 103 of 323 VA-248-11-RP-0060 TBD James A. Haley VA Hospital Replace Operating Room Area Roof Bldg 1(FCA D) Project No: 673-11-120 1.14 LAYOUT OF WORK A. The Contractor shall lay out the work from Government established base lines and bench marks, indicated on the drawings, and shall be responsible for all measurements in connection with the layout. The Contractor shall furnish, at Contractor's own expense, all stakes, templates, platforms, equipment, tools, materials, and labor required to lay out any part of the work. The Contractor shall be responsible for executing the work to the lines and grades that may be established or indicated by the COTR and Contracting Officer. The Contractor shall also be responsible for maintaining and preserving all stakes and other established marks, until authorized to remove them by the COTR and Contracting Officer. If such marks are destroyed by the Contractor or through Contractor's negligence before their removal is authorized, the Contracting Officer may replace them and deduct the expense of the replacement from any amounts due or to become due to the Contractor. B. Establish and plainly mark center lines for each building and/or addition to each existing building, and such other lines and grades that are reasonably necessary to properly assure that location, orientation, and elevations established for each such structure and/or addition, are in accordance with lines and elevations shown on contract drawings. C. Following completion of general demolition and before any other permanent work is performed, establish and plainly mark, through use of appropriate other means, sufficient additional survey control points or system of points as may be necessary to assure proper alignment, orientation, and elevations of all major features of work. Survey shall include, but not be limited to, location of exterior walls, center lines of columns in directions, major utilities and elevations of floor slabs: 1. Such additional survey control points or system of points thus established shall be checked and certified by a registered civil engineer. Furnish such certification to the VA COTR and Contracting Officer before any work (such as footings, floor slabs, columns, walls, utilities and other major controlling features) is placed. D. The Contractor shall perform the surveying and layout work of this and other articles and specifications in accordance with the provisions of Article 1.13, "Professional Surveying Services". General Requirements, Section 01 00 00 – Page 31 Revised June 2010 Master Page Number 104 of 323 VA-248-11-RP-0060 TBD James A. Haley VA Hospital Replace Operating Room Area Roof Bldg 1(FCA D) Project No: 673-11-120 1.15 AS-BUILT DRAWINGS A. The contractor shall maintain two (2) full size sets of as-built (working) 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. Additional sketches will be required where original detail is changed, site clarify mark-ups. conditions differ, and where required to To insure compliance, as-built drawings shall be made available for the COTR and Contracting Officer's review, as often as requested. C. Contractor shall deliver two (2) approved completed sets of as-built drawings to the COTR and Contracting Officer within fifteen (15) calendar days after each completed phase of the project by the COTR and Contracting Officer. D. Upon completion of the project and before final settlement, Contractor shall deliver two drawings to the calendar days. (2) approved COTR and These drawings completed Contracting shall detailed Officer be in sets within the of as-built fifteen latest (15) edition of AutoCAD, unless otherwise approved by the COTR and Contracting Officer; the Medical Center currently utilizes AutoCAD Building Systems 2008. These drawings shall show sizes, materials, connections to existing structures, utilities, building service equipment, circuits, electrical conduit and junction box locations and routes, and other required information. E. Paragraphs A, B, C & D shall also apply to ALL shop drawings and Installation drawings provided by equipment suppliers and vendors. F. Charts, Graphs and Other Information: Provide four (4) copies of all valve locations for plumbing, mechanical & medical gas valve locations. One chart shall be mounted in the mechanical room location as directed by the COTR. Chart shall be plastic laminate or in suitable picture frame. 1.16 USE OF ROADWAYS, PARKING LOTS AND GROUNDS A. For hauling, use only established public roads. For hauling, use Roads, Parking Lots and Grounds, and such temporary roads which are necessary in the property, when performance authorized by of the contract COTR work and on Medical Contracting Center Officer. Temporary roads shall be constructed by the Contractor at Contractor's General Requirements, Section 01 00 00 – Page 32 Revised June 2010 Master Page Number 105 of 323 VA-248-11-RP-0060 TBD expense. When necessary James A. Haley VA Hospital Replace Operating Room Area Roof Bldg 1(FCA D) Project No: 673-11-120 cross curbing, sidewalks, or similar to construction, they must be protected by well-constructed bridges. B. When new permanent roads are to be a part of this contract, Contractor may construct them immediately for use to facilitate building operations. These roads may be used by all who have business thereon within zone of building operations. C. When certain buildings (or parts of certain buildings) are required to be completed in advance of general date of completion, all roads leading thereto must be completed and available for use at time set for completion of such buildings or parts thereof. D. To minimize interference of construction activities with the flow of Medical Center Traffic and Parking, comply with the following: 1. Keep roads, walks and entrances to grounds, parking, and occupied areas of buildings, clear of all construction materials, debris, vehicles, and standing equipment. 2. The Warehouse Supervisor shall approve all loading and unloading, and material movements at the north docks. 3. There are NOT any Contractor designated general parking areas. 4. Methods and scheduling for the cutting, altering, removal and/or blockage of existing roads, walks, entrances, parking lots and grounds must be approved by the COTR and Contracting Officer prior to any work. 5. The Contractor shall submit a request to interrupt any roadway, parking lot, or loading dock to the Contracting Officer, in writing, twenty-one (21) interruption. affected, calendar The date, request exact time days in shall state of, and advance the of reason, approximate any proposed areas duration to of be such interruption. 1.17 COTR AND CONTRACTING OFFICER FIELD OFFICES A. The Contracting Officer’s field office is physically located five miles east of the Main Campus / Facility in Building #42. The physical address of the Contracting Section (ASAO 8) is Suite 525, located at 8875 Hidden River Parkway, Tampa, FL 33637-1035. B. The COTR’s field office is physically located north of the Main Campus / Facility in Building #42. The physical address of the Facilities Management Services (FMS), Project Section (138P) is Suite 202, located at 2702 East 131 Avenue, Tampa, FL 33612. General Requirements, Section 01 00 00 – Page 33 Revised June 2010 Master Page Number 106 of 323 VA-248-11-RP-0060 TBD James A. Haley VA Hospital Replace Operating Room Area Roof Bldg 1(FCA D) Project No: 673-11-120 1.18 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 in writing by the COTR and Contracting Officer. If the equipment is not installed and maintained in accordance with the following provisions, the COTR and Contracting Officer 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. 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. ALL controls for the equipment shall be functioning properly to prevent damage to the equipment. 5. The air filtering system utilized shall be that which is designed for the replaced system when periodically complete, during and all filter construction and elements at shall be completion of construction and prior to testing and balancing of system. 6. All components of equipment auxiliary facilities prior use; to used maintained in to and distribution temporary prevent service systems shall corrosion and be other cleaned internally and externally during use; and cleaned, maintained and inspected prior to acceptance by the Government. Equipment and distribution systems must be operated as a complete system and be fully maintained by operating personnel. General Requirements, Section 01 00 00 – Page 34 Revised June 2010 Master Page Number 107 of 323 VA-248-11-RP-0060 TBD James A. Haley VA Hospital Replace Operating Room Area Roof Bldg 1(FCA D) Project No: 673-11-120 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. 1.19 TEMPORARY USE OF EXISTING ELEVATORS A. Contractor will not be allowed the use of existing Medical Center elevators for handling building materials and equipment and personnel, unless approved in writing by the COTR and Contracting Officer. Outside type hoist, crane, and/or elevator shall be used by Contractor for transporting materials and equipment and personnel. B. Use of existing materials, Medical equipment and Center elevators Contractor's for personnel handling will building be permitted subject to following provisions: 1. Contractor makes all arrangements with the COTR and Contracting Officer for use of elevators. The COTR and Contracting Officer will ascertain that elevators are in proper condition. The Contractor may, if approved by the COTR and the Contracting Officer, have exclusive use or daily use of the designated elevator(s), except for Facilities elevators Maintenance will not & be Operations. provided by Personnel the for Department operating 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. d. All other components. 3. When under exclusive use: Government will accept hoisting ropes of elevator and rope of each speed governor (or appropriate elevator lifting mechanisms) if they are worn under normal operation. However, if these ropes (or appropriate elevator lifting mechanisms) are damaged by action of foreign matter such as sand, lime, grit, stones, replaced etc., by during new temporary hoisting ropes use, (or they shall appropriate be removed elevator and lifting mechanisms). General Requirements, Section 01 00 00 – Page 35 Revised June 2010 Master Page Number 108 of 323 VA-248-11-RP-0060 TBD James A. Haley VA Hospital Replace Operating Room Area Roof Bldg 1(FCA D) Project No: 673-11-120 4. When under exclusive use: If brake lining (or appropriate elevator braking mechanisms) of elevators are excessively worn or damaged during temporary use, they shall be removed and replaced by new brake lining (or appropriate elevator braking mechanisms). 5. When under exclusive use: 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. 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. 1.20 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 the COTR and Contracting Officer, 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. B. Contractor may have for use of Contractor's workmen, such toilet accommodations as may be assigned to Contractor by the Medical Center’s COTR and Contracting Officer. Contractor shall keep such places clean and be responsible for any damage done thereto by Contractor's workmen. Failure to maintain satisfactory condition in toilets will deprive Contractor of the privilege to use such toilets. 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 utility services shall be the prevailing rates charged to the Government. The Contractor shall carefully conserve any utilities furnished without charge. B. Temporary Utilities: The Contractor, at Contractor's expense and in a workmanlike install and manner satisfactory maintain all to the necessary Contracting temporary Officer, connections shall 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 and unless otherwise directed by the Government, General Requirements, Section 01 00 00 – Page 36 Revised June 2010 Master Page Number 109 of 323 VA-248-11-RP-0060 TBD James A. Haley VA Hospital Replace Operating Room Area Roof Bldg 1(FCA D) Project No: 673-11-120 the Contractor shall remove all the temporary connections, distribution lines, meters, and associated paraphernalia. C. Meters: Contractor shall install meters at Contractor's expense and furnish the Medical Center a monthly record of the Contractor's usage of electricity and other utilities 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 Medical Center heating distribution system. a. Steam is available at no cost to Contractor. The Contractor may connect to existing systems at their own expense. E. Electricity (for Construction and Testing): Furnish all temporary electric services. 1. Obtain electricity by connecting to the Medical Center electrical distribution electricity The required electrical providing system. for Contractor electric welding devices temporary heat. and shall cranes any meter and hoisting electrical Electricity for and pay devices, heating all other for devices 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 Medical Center 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 the COTR and Contracting Officer discretion) of use of water from the Medical Center's system. G. Steam: Furnish steam system for testing required in various sections of specifications. 1. Obtain steam for testing by connecting to the Medical Center steam distribution system. Steam is available pipe, fittings at no cost to the Contractor. 2. Maintain connections, and fixtures and conserve steam-use so none is wasted. Failure to stop leakage or other waste General Requirements, Section 01 00 00 – Page 37 Revised June 2010 Master Page Number 110 of 323 VA-248-11-RP-0060 TBD James A. Haley VA Hospital Replace Operating Room Area Roof Bldg 1(FCA D) Project No: 673-11-120 will be cause for revocation (at the COTR and Contracting Officer discretion), of use of steam from the Medical Center's system. H. Fuel: Natural gas, LP gas and/or burner fuel oil required for boiler cleaning, normal initial boiler-burner setup and adjusting, and for performing the Government. specified Fuel boiler required tests for will be prolonged furnished by boiler-burner the 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. I. Sewer: Furnish temporary sewer service. 1. Sewer/sanitary waste service may be obtained (site dependent) by connecting to the Medical Center sewer/sanitary waste distribution system. Provide backflow preventer at each connection as required. Provide cleanouts at each connection. Sewer 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 the COTR and Contracting Officer discretion) of use of sewer/sanitary waste from the Medical Center's system. 3. Contractor may need to obtain a storage tank for sewer services and have it pumped out as necessary, at their own expense. J. Connections: ALL connections to and disconnections from existing utility services shall be coordinated per this specification section. Refer to Utility Article 1.6 Services, OPERATIONS Existing AND Utility STORAGE AREAS, Services, paragraphs Abandoned for Lines and others. 1.22 NEW TELEPHONE EQUIPMENT A. The contractor shall coordinate the installation of telephone equipment with work performed by others. This work shall be completed before the building is turned over to VA. 1.23 TESTS / COMMISSIONING A. Pre-test mechanical corrections requesting final pre-tested. submitted required A with and for tests. copy the of Daily electrical proper Final the Log equipment operation test testing report will of not agency for and systems such be field the make systems before conducted unless reports day and the shall testing be was conducted. General Requirements, Section 01 00 00 – Page 38 Revised June 2010 Master Page Number 111 of 323 VA-248-11-RP-0060 TBD James A. Haley VA Hospital Replace Operating Room Area Roof Bldg 1(FCA D) Project No: 673-11-120 B. Conduct final tests required in various sections of specifications in presence of the Contracting COTR Officer. and/or an Contractor authorized shall representative furnish all labor, of the materials, equipment, instruments, and forms, to conduct and record such tests. A copy of the testing agency field reports shall be submitted with the Daily Log report for the day the testing was conducted. C. 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, feed-water, condensate and other related components. D. All related components as defined above shall be functioning when any system component reasonably is short tested. period Tests of time shall be during completed which within operating a and environmental conditions remain reasonably constant. E. Individual test results of any component, where required, will only be accepted when submitted with the test results of related components and of the entire system. 1.24 INSTRUCTIONS A. Contractor shall furnish Maintenance and Operating manuals, verbal instructions, video instructions, and computer based instructions when required by the various sections of the specifications and as hereinafter specified. B. Manuals: Provide Maintenance and Operating manuals (three [3] copies each) for each separate piece of equipment and system shall be delivered to the COTR and Contracting Officer coincidental with the delivery of the equipment to the job site. Manuals shall be complete, detailed guides for the maintenance and operation of equipment and system. They shall include complete information necessary for starting, adjusting, programming, maintaining in continuous operation for long periods of time, and dismantling and reassembling of the complete units General Requirements, Section 01 00 00 – Page 39 Revised June 2010 Master Page Number 112 of 323 VA-248-11-RP-0060 TBD James A. Haley VA Hospital Replace Operating Room Area Roof Bldg 1(FCA D) Project No: 673-11-120 and sub-assembly components. Manuals shall include an index covering all component parts illustrations. tubing clearly cross-referenced to diagrams and Manuals shall include all wiring diagrams, pipe and diagrams, programming instructions, and other required information to completely maintain and operate each piece of equipment and system. 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 equipment similar and to the exact system but of model, being a style furnished. different and size Manuals model, of the referencing style, and size piece of equipment than that furnished will not be accepted. C. Instructions: Provide four (4) hours of training, two (2) hour sessions [unless otherwise scheduled by the COTR and Contracting Officer], for VA Maintenance and Operations personnel for each piece of equipment, each component piece of the equipment, and each system. 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 and system. All such training will be at the job site. These requirements are more specifically detailed in the various technical sections. are component integrated, parts Instructions for different items of equipment that of progressive a complete manner. All system, shall instructors be for given every in an 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 COTR, the Contracting Officer, and the M&O Supervisor, and shall be considered concluded only when the COTR, the Contracting Officer, and the M&O Supervisor, are 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 COTR and Contracting Officer, does not demonstrate General Requirements, Section 01 00 00 – Page 40 Revised June 2010 Master Page Number 113 of 323 VA-248-11-RP-0060 TBD sufficient qualifications instructors above. James A. Haley VA Hospital Replace Operating Room Area Roof Bldg 1(FCA D) Project No: 673-11-120 accordance with requirements for in Training sessions may be recorded by the VA. 1.25 GOVERNMENT-FURNISHED PROPERTY A. The Government shall deliver to the Contractor, the Government - furnished property shown on the Schedules and/or drawings. B. Equipment furnished by Government to be installed by Contractor will be furnished to Contractor at the Medical Center. C. Contractor shall be prepared to receive this equipment from Government and store or place such equipment, as required, not less than 90 calendar days before Completion Date of project. D. Storage space for some, but not all, equipment may be provided by the Government and the Contractor shall be prepared to unload and store such equipment therein upon its receipt at the Medical Center. Coordination with the COTR and the Contracting Officer is required. E. Notify Contracting Officer in writing, 60 calendar days in advance, of date on furnished which by Contractor Government. will be prepared Arrangements will to receive then be made equipment 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 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. F. 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. G. Completely assemble and install the Government furnished equipment in place ready for proper operation in accordance with specifications and drawings. General Requirements, Section 01 00 00 – Page 41 Revised June 2010 Master Page Number 114 of 323 VA-248-11-RP-0060 TBD James A. Haley VA Hospital Replace Operating Room Area Roof Bldg 1(FCA D) Project No: 673-11-120 H. Furnish supervision of installation of equipment at construction site by qualified factory trained technicians regularly employed by the remove and equipment manufacturer. 1.26 RELOCATED EQUIPMENT AND ITEMS A. Contractor shall disconnect, dismantle as necessary, reinstall in new location, all existing equipment and items indicated by symbol "R" or otherwise shown on the drawings to be relocated by the Contractor. B. Perform relocation of such equipment or items at such times and in such a manner as indicated in the drawings and specifications and/or as directed by the COTR and Contracting Officer. C. Suitably cap existing service lines, such as steam, condensate return, water, drain, gas, air, vacuum and/or electrical, whenever such lines are disconnected from equipment to be relocated. Remove abandoned lines in finished areas and cap as specified herein before under paragraph 1.6.O, "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 disassembly, assembly and installation of existing equipment and items, required to be relocated. 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 A. Contractor shall complete areas and/or rooms to be renovated and coordinate with the COTR and Contracting Officer the use of elevators and areas/rooms for storage of certain materials and equipment by Department of Veterans Affairs. 1.28 CONSTRUCTION SIGN A. Provide a Construction Sign where directed by the COTR and Contracting Officer. All wood members shall be of framing lumber. Cover sign frame with 0.7 mm (24 gage) galvanized sheet steel nailed securely around edges and on all bearings. Provide three 102 x 102 mm (4 inch x 4 inch) General Requirements, Section 01 00 00 – Page 42 Revised June 2010 Master Page Number 115 of 323 VA-248-11-RP-0060 TBD James A. Haley VA Hospital Replace Operating Room Area Roof Bldg 1(FCA D) Project No: 673-11-120 posts (or equivalent round posts) set 1219 mm (four feet) into ground. Set bottom of sign level at 914 mm (three feet) above ground and secure to posts with through bolts. Make posts full height of sign. Brace posts with 51 x 102 mm (two x four inch) material as directed. B. Paint all surfaces of sign and posts two coats of white gloss paint. Border and letters shall be of black gloss paint, except project title which shall be blue gloss paint. C. Maintain signs and remove when directed by the COTR and Contracting Officer. D. Provide a Detail Drawing of construction sign showing required legend and other characteristics of sign to the COTR and Contracting Officer for approval. Upon written approval, the contractor will construct and install the construction sign. E. Provide two (2) construction signs at each entrance to the construction areas. Signs shall be constructed of a durable material, twelve (12) inches high and thirty (30) inches wide with yellow background and blue Helvetica lettering two (2) inches high. Letter as shown in the following: DANGER - KEEP OUT CONSTRUCTION AREA AUTHORIZED PERSONNEL ONLY EXCUSE THE INCONVENIENCE WE ARE WORKING TO IMPROVE YOUR FACILITY 1.29 SAFETY SIGN A. Provide a Safety Sign where directed by COTR and Contracting Officer. Face of sign shall be 19 mm (3/4 inch) thick exterior grade plywood. Provide two 102 mm x 102 mm (four x four inch) posts extending full height of sign and 914 mm (three feet) into ground. Set bottom of sign level at 1219 mm (four feet) above ground. B. Paint all surfaces of Safety Sign and posts with one prime coat and two coats of white gloss paint. Letters and design shall be painted with gloss paint of colors noted. C. Maintain signs and remove when directed by COTR and Contracting Officer. D. Provide a Detail Drawing of construction sign showing required legend and other characteristics of sign to the COTR and Contracting Officer General Requirements, Section 01 00 00 – Page 43 Revised June 2010 Master Page Number 116 of 323 VA-248-11-RP-0060 TBD James A. Haley VA Hospital Replace Operating Room Area Roof Bldg 1(FCA D) Project No: 673-11-120 Upon written approval, the contractor will construct and for approval. install the construction sign. E. Post the number of accident free days on a daily basis. F. Provide all OSHA required Safety Signs where required by OSHA and where directed by COTR and Contracting Officer. These shall be commercially produced. 1.30 CONSTRUCTION DIGITAL IMAGES A. Prior to and During the construction period through completion, furnish Department of Veterans Affairs with 50 views of digital images, including one color print of each view and one Compact Disc (CD) per visit containing those views taken on that visit. Digital views shall be taken of exterior and/or interior as selected and directed by COTR and Contracting Officer. Each view shall be taken with a professional grade camera with minimum size of 6 megapixels (MP) and the images will be a minimum of 2272 x 1704 pixels for the 203 x 254 mm (8 x 10 inch) prints and 2592 x 1944 pixels for the 406 x 508 mm (16 x 20 inch) prints, as per these specifications: 1. Images will be taken at monthly intervals. However, the VA COTR and Contracting Officer may also direct the taking of special digital images at any time prior to completion and acceptance of contract. If the number of trips to the site exceeds an average of one per month of contract the contract price will performance be made in period then accordance an with adjustment clause in entitled "CHANGES" (FAR 52.243-4 and VAAR 852.236-88). 2. In event a greater or lesser number of images than specified above are required contract by price the will COTR be and made Contracting in Officer, accordance with adjustment clause in entitled "CHANGES" (FAR 52.243-4 and VAAR 852.236-88). B. Images shall be taken by a commercial photographer and must show distinctly, at as large a scale as possible, all parts of work embraced in the picture. C. Prints shall be made on 203 x 254 mm (8 x 10 inch) regular-weight matte archival grade photographic paper and produced by a process with a minimum of 300 pixels per inch (PPI). Prints must be printed using the commercial RA4 process (inkjet prints will not be acceptable). Photographs shall have 203 x 203 mm (8 x 8 inch) full picture print with no margin on three sides and a 51 mm (2 inches) margin on the bottom for pre-typed self-adhesive identity label to be added by the General Requirements, Section 01 00 00 – Page 44 Revised June 2010 Master Page Number 117 of 323 VA-248-11-RP-0060 TBD COTR and Contracting Officer. James A. Haley VA Hospital Replace Operating Room Area Roof Bldg 1(FCA D) Project No: 673-11-120 It is required that the prints are professionally processed so the quality will meet or exceed that of the same size print made with a film camera. Prints must be shipped flat to the field offices of the COTR and Contracting Officer. D. Images on CD-ROM shall be recorded in JPEG format with a minimum of 24 bit color and no reduction in actual picture size. Compressed size of the file shall be no less than 80% or the original with no loss of information. File names shall contain the date the image was taken, the Project number and a unique sequential identifier. The CD-ROM shall also contain an index of all the images contained therein in either a TXT or Microsoft Word format. E. In case any set of prints are not submitted within five calendar days of the date established by the COTR and Contracting Officer for taking thereof, the COTR and Contracting Officer may have such images/photographs taken and cost of same will be deducted from any money due to the Contractor. 1.31 FINAL ELEVATION DIGITAL IMAGES A. A minimum of four (4) images of each elevation shall be taken with a minimum 6 MP camera, by a professional photographer with different settings to allow the COTR and Contracting Officer to select the image to be printed. All images are provided to the COTR and Contracting Officer on a CD. B. Photographs shall be taken upon completion, including landscaping. They shall be taken on a clear sunny day to obtain sufficient detail to show depth and to provide clear, sharp pictures. Pictures shall be 406 mm x 508 mm (16 x 20 inches), printed on regular weight paper, matte finish archival grade photographic paper and produced by a RA4 process from the digital image with a minimum 300 PPI. Identifying data shall be carried on label affixed to back of photograph without damage to photograph and shall be similar to that provided for final construction photographs. 1.32 HISTORIC PRESERVATION A. Where the Contractor or any of the Contractor's employees, prior to, or during the construction work, are advised of or discover any possible archeological, historical and/or cultural resources, the Contractor shall immediately notify the COTR and Contracting Officer verbally, and then with a written follow up. 1.33 EQUIPMENT General Requirements, Section 01 00 00 – Page 45 Revised June 2010 Master Page Number 118 of 323 VA-248-11-RP-0060 TBD James A. Haley VA Hospital Replace Operating Room Area Roof Bldg 1(FCA D) Project No: 673-11-120 A. The contractor shall coordinate the installation of equipment with work performed by others. This work shall be completed before the building is turned over to VA. B. All required programming devices, specialty tools, start-up supplies, one (1) additional set of belts – fuses – etc. per each piece of equipment and other items required by the specification sections and drawings shall be furnished. 1.34 FINAL PAYMENT A. Final payment under this contract shall be withheld pending receipt of ALL tests, close out documents, all equipment manuals, staff training, specialty tools, certifications. start-up These supplies, tests and as built certifications drawings shall and include: sprinkler certification, fire alarm certification, plumbing system leak tests - to include certifications, motor driven hot – fire/smoke equipment, cold wall motor - waste - certification, – shaft – vents, vibration base - medical analysis pulley gas of alignment certifications, HVAC TAB, Air Handler control demonstration/training of VA personnel, and other required information, and the return of all keys. 1.35 WARRANTY CALLS A. The Government may contact the Contractor for warranty telephone, fax, e-mail, letter, or in person. respond with actual physical repair services by The Contractor shall activity (labor, equipment, materials, etc.) within three (3) business days of a routine warranty call, and within eight (8) hours for emergencies. Please note that emergency calls may occur during other than normal work hours. A representative from the Facilities Management Service will identify the emergency calls. 1.36 ATTACHMENTS A. Appendices: 1. Appendix A - Approved OSHA Training Providers List 2. Appendix B - VA Adopted Codes 3. Appendix C - Proper Procedures and Forms for all Utility Shutdowns and Live Electrical Work 4. Appendix D – Safety and Infection Control Guide. B. Forms: 1. Attachment 1 A / B - Notification of Impaired Fire Protection by Contractor Personnel General Requirements, Section 01 00 00 – Page 46 Revised June 2010 Master Page Number 119 of 323 VA-248-11-RP-0060 TBD James A. Haley VA Hospital Replace Operating Room Area Roof Bldg 1(FCA D) Project No: 673-11-120 2. Attachment 2 - Notification of Hot Work Operations by Contractor Personnel (Burn Permit) 3. Attachment 3 - Hot Work Fire Safety Check List for Operations Area Inspection 4. Attachment 4 - Construction Fire Safety Check List 5. Attachment 5 - Notification of M & R Work C. Hospital Policy Memoranda: 1. HPM 138-15 - Interim Life Safety Measures (ILSM) 2. HPM 138-24 - Infection Control During Construction and Renovation (ICRA) - - - E N D - - - General Requirements, Section 01 00 00 – Page 47 Revised June 2010 Master Page Number 120 of 323 VA-248-11-RP-0060 TBD James A. Haley VA Hospital Replace Operating Room Area Roof Bldg 1(FCA D) Project No: 673-11-120 Appendix A Approved OSHA Training Providers List Current List of Approved Outreach On-line Training Websites: Construction 10 hour A. Bright Brains / AdvanceOnline - www.advanceonline.com and hosted through: 1. Region X OSHA Training Institute Education Center: www.regionxoti.org 2. AGC: http://agc.advanceonline.com 3. JJ Keller: www.keller-itc.com B. ClickSafety - www.clicksafety.com and hosted through: 1. Keene State College: www.keene.edu/conted/osha.cfm C. 360Training - www.oshacampus.com and hosted through: 1. Eastern Kentucky University - http://eku.360training.com 2. Metropolitan Community Colleges - http://mcc.360training.com 3. Red Rocks Community College - http://rrcc.360training.com 4. WESTEC OSHA ED Center - http://westec.360training.com Construction 30 hour A. Turner Construction https://www.turnerknowledge.com/turner/livelink.exe?func=login.channelpartner B. ClickSafety - www.clicksafety.com and hosted through: 1. Keene State College: www.keene.edu/conted/osha.cfm General Requirements, Section 01 00 00 – Page 48 Revised June 2010 Appendix A Master Page Number 121 of 323 VA-248-11-RP-0060 TBD James A. Haley VA Hospital Replace Operating Room Area Roof Bldg 1(FCA D) Project No: 673-11-120 Appendix B VA Adopted Codes GENERAL: VA has adopted the latest editions of the following codes and standards as alteration, a minimum addition, for or all projects improvement performed of its in real the modernization, property and the construction of new structures. VA design Manuals and Master Specifications specify other codes and standards that VA follows on its projects: A. VA Directives, Design Manuals, Master Specifications, VA National CAD Standard Application Guide, and other Guidance on the Technical Information Library (TIL) (http://www.cfm.va.gov/til/) B. International Building Code (IBC), including International Mechanical and Plumbing Codes C. NFPA 101, Life Safety Code (see NOTES below) D. NFPA National Fire Codes, with the exception of NFPA 5000 and NFPA 900 E. Occupational, Safety and Health Administration (OSHA) Standards F. VA Seismic Design Requirements, H-18-8 G. NFPA 70, National Electrical Code (NEC) H. National Standard Plumbing Code (NSPC) I. Safety Code for Elevators and Escalators, American Society of Mechanical Engineers (ASME) A 17.1 J. ASME Boiler and Pressure Vessel Codes K. ASME Code for Pressure Piping L. Uniform Federal Accessibility Standards (UFAS) including VA Supplement, Barrier Free Design M. Building Code Requirements for Reinforced Concrete, American Concrete Institute and Commentary (ACI 318) N. Manual of Steel Construction, Load and Resistance Factor Design Specifications for Structural Steel Buildings, American Institute of Steel Construction (AISC) O. Energy policy Act of 2005 (EPAct) P. American Society of Heating and Refrigeration Engineers (ASHRAE) 90.1, Energy Standards for Buildings Except Low-Rise Residential Buildings Q. Federal Leadership in High Performance and Sustainable Buildings: Memorandum of Understanding (MOU) R. Executive Order 13423: Strengthening Federal Environmental, Energy, and Transportation Management S. Executive Order 13514, Federal Leadership in Environmental, Energy, and Economic Performance General Requirements, Section 01 00 00 – Page 49 Revised June 2010 Appendix B Master Page Number 122 of 323 VA-248-11-RP-0060 TBD T. The Provisions General for Construction Requirements, Section James A. Haley VA Hospital Replace Operating Room Area Roof Bldg 1(FCA D) Project No: 673-11-120 and Safety Signs. Stated in the 01 00 00, of the VA Construction Specifications U. America Society of Heating and Refrigeration Engineers (ASHRAE), Ventilation for Acceptable Indoor Air Quality – ASHRAE Standard 62.1 V. Safety Standard for Refrigeration Systems – ASHRAE Standard 15 Local Codes: As an agency of the federal government, VA is not subject to local imposition of code enforcement procedures (drawing reviews, building permits, inspections, fees, etc.). VA must function as the Authority Having Jurisdiction (AHJ) and thus has the responsibility to guard public health and safety through enforcing its adopted codes. However, local authorities should be notified about planned projects and given opportunity to review drawings provided that VA does not pay for review or inspection fees. NOTES: 1. NFPA 101 primarily addresses life safety and fire protection features while the IBC addresses a wide range of considerations, including, but not limited to, structural strength, stability, sanitation, adequate light and ventilation, and energy conservation. VA buildings must meet the requirements of NFPA 101 and documents referenced by NFPA 101 in order to comply with the accreditation requirements of The Joint Commission for the Accreditation of Hospitals. Therefore, designs shall comply with the requirements of the latest edition of NFPA 101 and documents referenced therein. Design features referenced therein shall not comply addressed by with requirements the NFPA 101 or of documents the latest edition of the IBC or as otherwise addressed above in this Program Guide. For design features that are addressed by both the IBC as well as NFPA 101 or a document referenced by NFPA 101, the requirements of NFPA 101 or the document referenced by NFPA 101 shall be used exclusively (this applies even if the IBC requirements are different). 2. Conflicts between Requirements: Nationally Should a Recognized conflict exist Codes between and VA Standards requirements and VA and VA adopted nationally recognized codes and standards, the conflict shall be brought to the attention of VA. The resolution of the conflict shall be made by the authority having jurisdiction for VA to ensure a consistency system wide. General Requirements, Section 01 00 00 – Page 50 Revised June 2010 Appendix B Master Page Number 123 of 323 VA-248-11-RP-0060 TBD James A. Haley VA Hospital Replace Operating Room Area Roof Bldg 1(FCA D) Project No: 673-11-120 Appendix C Proper Procedures and Forms for all Utility Shutdowns and Live Electrical Work GENERAL NARRATIVE OF DOCUMENTATION REQUIREMENTS FOR PLANNED UTILITY SHUTDOWNS General: All of the following types of work will be documented by the requesting party (contractor or in-house maintenance person) in a file folder fitted with two-hole prong paper fasteners. Fasteners will be attached to the tops of each cover of the file folder. Utility This narrative should be used in conjunction with the Shutdown Flow Chart for a clear understanding of the shutdown process. 1. Planned Utility Shutdown: In accordance with Hospital Policy Memorandum No. HPM 138-23, June 2007, a request for Facilities a utility Management shutdown Service must (FMS), be for presented evaluation to and the Chief, action to determine whether the shutdown will be classified as routine or major. A. A Draft Utility Shutdown Notice is initiated by the requesting party and upon completion will be stapled to the outside front-cover of the file folder. B. The Planned Utility Interruption Checklist will be attached to the inside front-cover using the two-hole prong fastener. C. The Work Plan / Peer Review form is initiated and attached to the inside back-cover using the two-hole prong fastener. D. All Supporting Documents will be attached to the inside back-cover of the file folder in reverse chronological order (most recent on top). These documents permits include, (enclosed but space, are above not limited ceiling, to, etc.) (1) and any required approvals, (2) drawings / sketches of work, (3) meeting minutes, (4) coordination with affected services, (5) Mitigation Plan, (6) Contingency Plan, (7) shutdown procedures, and (8) start-up procedures, or as required by the Approving Official (Chief, FMS). 2. Live Electrical Work: In accordance with VHA Directive 2006–056, any energized electrical work plan must have the prior knowledge and approval of the Medical Center Director (Exception – The Chief, FMS may approve energized electrical work plans for Branch Circuits, from the final overcurrent protecting General Requirements, Section 01 00 00 – Page 51 Revised June 2010 Appendix C Master Page Number 124 of 323 VA-248-11-RP-0060 TBD James A. Haley VA Hospital Replace Operating Room Area Roof Bldg 1(FCA D) Project No: 673-11-120 devices to the outlets, that do not serve the critical patient care areas, such as Operating Rooms, Critical Care, Intensive Care, Dialysis Units, Isolation Rooms, Catheterization Laboratories, Emergency Rooms, or Supply, Processing, and Distribution (SPD) rooms). A. The Request to Perform Live Electrical Work (memo to the Hospital Director) is initiated and upon approval will be attached to the inside back-cover using the two-hole prong fastener. B. The Work Plan / Peer Review form is initiated and attached to the inside back-cover using the two-hole prong fastener. C. All Supporting Documents will be attached to the inside back-cover of the file folder in reverse chronological order (most recent on top). These documents permits include, (enclosed space, but are above not limited ceiling, to, etc.) (1) and any required approvals, (2) drawings / sketches of work, (3) meeting minutes, and (4) coordination with affected services. 3. Hot Work (Burn): Facilities Management Service Standard Operating Procedures No. 138-05, August 2009, defines Hot Work as operations which include “… cutting, welding, brazing, silver soldering and other processes that utilize an open flame or arc.” Please note that although Live Electrical Work is sometimes referred to in the trade as Hot Work, it is not (within the context of this document) since under normal working conditions it will not result in an open flame or arc. A. The Hot Work (Burn) Permit is initiated and consists of two documents – the Notification of Hot Work Operations by Contractor Personnel (Burn Permit) and the Hot Work Fire Safety Check List for Operations Area Inspection (Attachments 2 & 3). Upon approval it will be posted at the job site until all work has been completed. After completion of work, the documents will be attached to the inside back-cover of the file folder. B. The Work Plan / Peer Review form is initiated and attached to the inside back-cover using the two-hole prong fastener. C. All Supporting Documents will be attached to the inside back-cover of the file folder in reverse chronological order (most recent on top). These documents permits include, (enclosed space, but are above not limited ceiling, to, etc.) (1) and any required approvals, (2) drawings / sketches of work, (3) meeting minutes, and (4) coordination with affected services. General Requirements, Section 01 00 00 – Page 52 Revised June 2010 Appendix C Master Page Number 125 of 323 VA-248-11-RP-0060 TBD James A. Haley VA Hospital Replace Operating Room Area Roof Bldg 1(FCA D) Project No: 673-11-120 The following flowchart is based on the Planned Utility Interruption Checklist included within Appendix C. General Requirements, Section 01 00 00 – Page 53 Revised June 2010 Appendix C Master Page Number 126 of 323 VA-248-11-RP-0060 TBD James A. Haley VA Hospital Replace Operating Room Area Roof Bldg 1(FCA D) Project No: 673-11-120 WORK PLAN REQUEST PROJECT No. & TITLE: 673-XX-XXX, “XXXX” DATE OF WORK: Sn,M,T,W,Th,F,St _________________ START TIME: __________ AM/PM END TIME:___________ AM/PM ESTIMATED DURATION OF WORK: ________ HOURS LOCATION OF WORK: ____________________________________________________________________________ ____________________________________________________________________________ DESCRIPTION OF WORK: ____________________________________________________________________________ ____________________________________________________________________________ ____________________________________________________________________________ ____________________________________________________________________________ ____________________________________________________________________________ All maintenance, repair, and construction work must have a written procedure (work plan) prepared by the Contractor / Maintenance person responsible for performing the task. review. This The COTR / Shop Supervisor will coordinate the peer completed form (with supporting documentation) must be forwarded to the Chief, FMS at least 2 ½ weeks before work is planned to begin. Materials, specialty tools and supplies for the shutdown work must be staged for inspection by the COTR 24 hours prior to the shutdown of any utility system. PROCEDURE(S): Before: ____________________________________________________________________ _____________________________________________________________________________ _____________________________________________________________________________ _____________________________________________________________________________ _____________________________________________________________________________ During: ____________________________________________________________________ _____________________________________________________________________________ _____________________________________________________________________________ _____________________________________________________________________________ _____________________________________________________________________________ After: _____________________________________________________________________ _____________________________________________________________________________ _____________________________________________________________________________ General Requirements, Section 01 00 00 – Page 54 Revised June 2010 Appendix C Master Page Number 127 of 323 VA-248-11-RP-0060 TBD James A. Haley VA Hospital Replace Operating Room Area Roof Bldg 1(FCA D) Project No: 673-11-120 _____________________________________________________________________________ _____________________________________________________________________________ Attachments: ____________ YES ____________ NO NAME(S) OF EMPLOYEE(S) / CONTRACTOR(S) PERFORMING WORK: ______________________________________ ______________________________________ ______________________________________ ______________________________________ ______________________________________ ______________________________________ ______________________________________ ______________________________________ CONTRACTOR / WORK LEADER SIGNATURE & DATE: __________________________________ CONTRACTOR / WORK LEADER NAME (PRINTED): ____________________________________ PEER REVIEW PROJECT No. & TITLE: 673-XX-XXX, “XXXX” Name Signature Title / Service Date COTR / FMS Elec Supv / FMS AC Supv / FMS Plumb Supv / FMS Controls / FMS M&O Supv / FMS Chief Project / FMS Chief / FMS General Requirements, Section 01 00 00 – Page 55 Revised June 2010 Appendix C Master Page Number 128 of 323 VA-248-11-RP-0060 TBD James A. Haley VA Hospital Replace Operating Room Area Roof Bldg 1(FCA D) Project No: 673-11-120 Check all that apply: __________ Notification of Live Electrical Work __________ Enclosed Space Permit __________ Burn Permit (Hot Work) __________ Safety Review (ILSM) __________ Infection Controls Review (ICRA) __________ Above Ceiling Permit __________ Drawings Enclosed __________ Mitigation Plan __________ Contingency Plan __________ Does the work require a Utility Shutdown? __________ Is a Shutdown Coordination Meeting Required? __________ Utility Shutdown Notice __________ Utility Shutdown & Start Up Procedures __________ Planned Utility Shutdown Checklist and Flow Chart General Requirements, Section 01 00 00 – Page 56 Revised June 2010 Appendix C Master Page Number 129 of 323 VA-248-11-RP-0060 TBD James A. Haley VA Hospital Replace Operating Room Area Roof Bldg 1(FCA D) Project No: 673-11-120 PLANNED UTILITY INTERRUPTION CHECKLIST Project Name: COTR Name: 1. # 1.a. 1.b ________________________ ___________________________ 1.e 1.f 1.g Draft mitigation plan 2. # 2.a. 2.b 2.c 2.d 2.e 2.f 2.g 2.h 2.i Phone #: ______________________ (______)_______________ Utility Shutdown Request Item Draft Utility Shutdown Notice Work Plan, draft Timeline & Peer review Other Work Plans (Piggyback work) Utility prints marked with isolation points for valves, equipment Identify affected areas / services Identify duration of shutdown 1.c 1.d Project # POC COTR Contractor / COTR M&O / COTR COTR / M&O Comments COTR / M&O Contractor / COTR COTR / M&O Planning the Shutdown Item Peer Review complete Chief FMS determines “Routine” or “Major” shutdown Coordination meetings as applicable Coordinate with affected areas & services* Prepare utility shutdown and start-up procedures Verify & update prints Finalize Utility Mitigation Plan Identify Contingency Plan Publish Utility Shutdown Notice POC COTR Chief FMS Comments COTR / M&O M&O Shops COTR M&O COTR / M&O COTR *Include respiratory therapy on all AOV-related system modifications. 3. # 3.a. 3.b 3.c Preparation Item Tag and mark field verified equipment and locations of valves / breakers, switches, etc that disrupt utilities & hospital services* Stage work materials, prefabricated parts, etc. 24 hours before work is to begin. The COTR is to verify that all materials and tools are present. Stage mitigation supplies & services General Requirements, Section 01 00 00 – Page 57 POC M&O Comments Contractor M&O Revised June 2010 Appendix C Master Page Number 130 of 323 VA-248-11-RP-0060 TBD 3.d Shutdown folder to CEP, contents include (as applicable): Final Shutdown Notice Work Plan with Peer review & Timeline Mitigation Plan POC Lists with contact information Shutdown and Start up procedures James A. Haley VA Hospital Replace Operating Room Area Roof Bldg 1(FCA D) Project No: 673-11-120 CEP Supervisor *Includes all sources of stored energy and services such as medical gasses. 4. Execution # 4.a. 4.b 4.c 4.d 4.e 4.f 4.g Item COTR informs CEP to initiate shutdown CEP initiates shutdown*; equipment is LOTO as planned Monitor shutdown and informs all parties when utility / service is secure Tracks progress via the Work Plan Timeline Notifies CEP when work is complete Initiates start up procedures to return the utility to service Notifies AOD when facility returns to safe state POC COTR Comments CEP CEP CEP / COTR COTR CEP CEP *Contact Repertory Therapy POC whenever AOV-related items are affected. 5. Recovery # 5.a 5.b 5.c Item Mitigation measures removed; report completion to CEP Update Drawings File Shutdown Folder POC CEP / Shops COTR Chief, FMS Comments Note: Be sure to include the following on this side of 2-Prong Folder. Some elements may be omitted. 1. 2. 3. 4. 5. 6. Notes from Shutdown Meetings / Coordination Mitigation Plan Contingency Plan Shutdown procedures Work Plan / Peer Review Start up procedures General Requirements, Section 01 00 00 – Page 58 Revised June 2010 Appendix C Master Page Number 131 of 323 VA-248-11-RP-0060 TBD James A. Haley VA Hospital Replace Operating Room Area Roof Bldg 1(FCA D) Project No: 673-11-120 Distributed: UTILITY SHUTDOWN NOTICE UTILITY AREA(S) AFFECTED: TIME / DURATION: DATE: ESTIMATED TIME FRAME: HOW THIS AFFECTS YOU: REASON FOR SHUTDOWN: FMS CONTACT PERSON: ______________________ , COTR, at ext., or Cell. If you have any questions or problems with this date, please notify the contact person(s) above by the close of business one day from the date of this publication. After that date, the closure will proceed as described above. Supervisors, please share with all staff. Ronald R. Stipp Chief, Facilities Management Service PLEASE SHARE WITH ALL STAFF General Requirements, Section 01 00 00 – Page 59 Revised June 2010 Appendix C Master Page Number 132 of 323 VA-248-11-RP-0060 TBD James A. Haley VA Hospital Replace Operating Room Area Roof Bldg 1(FCA D) Project No: 673-11-120 ENERGIZED (LIVE) ELECTRICAL WORK DIRECTOR MEMO Date: [Enter Today’s Date] From: Facilities Management Service (138) Subject: Request to Perform Live Electrical Work for the NRM Project No. 673-XX-XXX, “XXXX”. To: 1. Director (00) In accordance with VHA Directive 2006-056 an energized electrical work plan must have the prior knowledge, and approval of the Medical Center Director. Description of the work being performed, and the circuits impacted by this work: ________________________________________________________________ ________________________________________________________________ ________________________________________________________________ ________________________________________________________________ ________________________________________________________________ 2. The start date for this work is ____Day____, _________Date_________ at ___Time___. 3. The estimated duration for this work is ________ hours. Any questions or concerns please call [Enter Name of COTR], Project Engineer / COTR, at extension [COTR Number], VA Cell Phone [COTR Number], or e-mail: [Enter COTR email address]@va.gov. Ronald R. Stipp Chief, Facilities Management Service Approve / Disapprove ______________________________________________________ Stephen M. Lucas, Director (00) Date Enclosure: (#) General Requirements, Section 01 00 00 – Page 60 Revised June 2010 Appendix C Master Page Number 133 of 323 VA-248-11-RP-0060 TBD James A. Haley VA Hospital Replace Operating Room Area Roof Bldg 1(FCA D) Project No: 673-11-120 Appendix D Safety and Infection Control Guide Required to be Posted on the Construction Site This Safety purposes and only Infection and is not Control meant Guide to be is used for in informational place of the contract. General Information and Telephone Numbers: CEP ext. 7080 Police ext. 7554 Safety Office ext. 7292 Medical Emergency (Non-Life Threatening) Dial 911 Medical Emergency (Life Threatening) VA ED / Dial 911 Fire Safety: Contractors are to provide their own Fire Extinguishers and are required to perform and document that monthly maintenance has been performed. All Contractors’ staff should be aware of the exits in and around the construction area and keep them clear. If an alarm is activated in the construction area, a member of the construction crew should remain available to advise VA staff as to the cause of the alarm (if known) and dial the CEP at extension 7080. Permits are required to perform “Hot Work Operations” including cutting, welding, brazing or silver soldering, or any process that utilizes an open flame. Safety: Ensuring free and unobstructed access to emergency services and for fire, police and other emergency forces. Ensuring temporary construction partitions are smoke tight and built of noncombustible or limited combustible materials. General Requirements, Section 01 00 00 – Page 61 Revised June 2010 Appendix D Master Page Number 134 of 323 VA-248-11-RP-0060 TBD James A. Haley VA Hospital Replace Operating Room Area Roof Bldg 1(FCA D) Project No: 673-11-120 Any Lock out / Tag out that needs to be done on utilities or equipment in the facility should go through the COTR and VA Maintenance & Operations Supervisor. Any penetrations made by Contractors during construction / renovation activities should be sealed (at least temporarily) at the end of the work shift. Smoking is not permitted within the Construction site. The following is the procedure for reporting a fire at the JAH Facility: FIRE SAFETY FOR CONTRACTORS (SEGURIDAD CONTRA INCENDIOS PARA CONTRATISTAS) CODE RED (FIRE) CODIGO ROJO (FUEGO) R – Rescue A – Alarm (Rescatar) (Activar la Alarma) Pull the nearest pull station. (Activar la alarma contra incendios mas cercana.) Call 1 – 2 – 3 and inform the operator of location. (Marcar en el teléfono el numero 1-2-3 para informar a la operadora la localización del fuego.) C – Contain (Close the door / Isolate the area of fire) (Contener) (Cerrar las puertas / Aislar el área del fuego) E – Extinguish / Evacuate (Extinguir / Desalojar) General Requirements, Section 01 00 00 – Page 62 Revised June 2010 Appendix D Master Page Number 135 of 323 VA-248-11-RP-0060 TBD James A. Haley VA Hospital Replace Operating Room Area Roof Bldg 1(FCA D) Project No: 673-11-120 Privacy: Patient information found within a construction site should be turned in to the Nurse Manager or COTR. Security: ID Badges must be worn at all times while on duty. Parking is allowed in designated areas only. Infection Control Orientation for Construction Workers The dirt and dust that are part of construction activities contain hidden infectious hazards. It is not “just dust”. organisms such as Aspergillus. One such hazard is fungal Aspergillus may be found in decaying leaves and compost, plaster and drywall, standing water, and settled dust. These organisms usually do not cause problems in healthy people, but can cause problems in problems, or patients. in the a hospital in those with with sick poor patients, immunity, especially such as those with transplant or lung cancer Therefore, it is critical that you do your part to keep everyone hospital safe and healthy as possible. We, in turn, will make conditions as safe as possible for you. 1. Medical Waste: a. Hospital staff will remove any medical waste, including sharp object containers (for used needles and syringes), from construction areas prior to the start of projects. b. Please notify your supervisor and the COTR or Resident Engineer immediately if you (contract workers) find any needles, syringes, sharp medical objects or red bag waste left in the construction area. 2. Barrier Walls: a. Construction areas must be kept separate from patient care areas by barriers that keep the dust and dirt inside the worksite. b. Walls must provide a complete seal of the construction area from adjacent areas (walls may be rigid or 4 - 6 mil thick plastic). c. Any gaps or breaks in barriers must be repaired immediately. 3. Environmental Control: a. The construction zone and adjacent entry areas shall be maintained daily by the Contractor in a clean and sanitary manner. General Requirements, Section 01 00 00 – Page 63 Revised June 2010 Appendix D Master Page Number 136 of 323 VA-248-11-RP-0060 TBD b. Vacuum dirt and dust routinely James A. Haley VA Hospital Replace Operating Room Area Roof Bldg 1(FCA D) Project No: 673-11-120 inside the work area. This will minimize dirt tracking on shoes and reduce the dust generation inside the work area. (Sweeping creates more dust in the air). c. Debris shall not be hauled through patient care areas unless approved by Infection Control and the COTR or Resident Engineer. d. Demolition debris must be removed in carts with a tightly fitted cover. e. Do not overfill carts so that cover will not fit tightly. f. If 4 - 6 mil plastic is used as cover, no sharp objects shall be allowed to cut through the plastic. g. Wipe down the exterior of the carts with a damp rag to remove dust before taking it through the hospital. h. Debris removal will follow specified traffic patterns and elevator usage. i. Sticky or walk - off mats (minimum of 24 x 36 inches) shall be placed immediately outside the construction area and are changed regularly (i.e., whenever they no longer remove dirt from feet). j. Contractor must ensure that their staff mop any dirt / dust tracking which occurs outside the construction barrier by their workers with a damp mop. k. There shall be no standing water left in the construction area. This includes water in equipment drip pans and any open containers within the construction area. l. All accidental spills must be cleaned up and dried within 12 hours. m. Remove and dispose of porous materials that remain damp for more than 48 hours. n. Optimally, construction-zone air will be exhausted outside with no potential for re-circulation. exhaust system cannot be located and a tie directly to the If an existing direct into re-circulated air system is necessary, a pre-filter and high efficiency filter (95%) will be used prior to exhaust to prevent contamination of the duct. The filters will be changed routinely so that operational performance of unit is maintained. o. Negative air pressure must be maintained within the construction area for all projects that generate a moderate or high level of dust and are adjacent to any patient care or treatment area. p. Contractors working in a sterile or invasive procedure area of the hospital will be provided with a disposable coverall, head cover, and General Requirements, Section 01 00 00 – Page 64 Revised June 2010 Appendix D Master Page Number 137 of 323 VA-248-11-RP-0060 TBD James A. Haley VA Hospital Replace Operating Room Area Roof Bldg 1(FCA D) Project No: 673-11-120 shoe covers that must be worn upon entry and removed after exiting that area. q. Tools and equipment must be damp-wiped prior to entry and exit from sterile and invasive procedure areas. r. All equipment, tools, material, etc., transported through occupied patient areas shall be made free from dust and moisture by vacuuming and wipe down. s. Water mist work surface to control dust when cutting or drilling. t. Seal unused doors with duct tape. u. Block off and seal air vents in construction area to prevent duct contamination. v. Seal holes, pipes, conduits and punctures appropriately. w. If demolition chutes are used, they must be sealed when not in use. The chute and damper should be sprayed with water, as necessary, to maintain dust control. x. Control, collection and disposal must be provided for any drain liquid or sludge found when demolishing plumbing. y. During outside excavation work, exterior window seals may be required to reduce the amount of outside dust entering the building. 4. Worksite Access Control: a. Use designated entry and exit procedures. b. Keep all hospital hallways free of debris and dirt. c. No unauthorized personnel should be allowed to enter the construction areas. d. Use designated elevators only. 5. Workers: a. Clothing and shoes must be free of loose soil and debris when exiting the work area. b. Use personal protective equipment (masks, face shields, etc.) as transmission of indicated for the task at hand. c. Hand washing infection. the is the best method of reducing the Always wash your hands with soap and water after visiting restroom, before eating or smoking, and when leaving the construction site. Please feel free to call the Infection Control Section at: (813) 972-2000 extensions 4953 or 6953 Pagers 201-1764 or 201-1228 General Requirements, Section 01 00 00 – Page 65 Revised June 2010 Appendix D Master Page Number 138 of 323 VA-248-11-RP-0060 TBD James A. Haley VA Hospital Replace Operating Room Area Roof Bldg 1(FCA D) Project No: 673-11-120 ATTACHMENT #1 - A NOTIFICATION OF IMPAIRED FIRE PROTECTION BY CONTRACTOR PERSONNEL PROJECT No. & TITLE: 673-XX-XXX, “XXXX” NAME OF FACILITY _____________________________________________________________ NOTIFIED BY _______________________________ TITLE __________________________ __________________________ COMPANY ______________________________________________________________________ NATURE OF IMPAIRMENT ____________________________________________________________________________ ____________________________________________________________________________ PRECAUTIONS TO BE TAKEN ____________________________________________________________________________ ____________________________________________________________________________ ____________________________________________________________________________ CLOSED VALVE NO. ___ IN BLDG. NO. ________ LOCATED IN ROOM ________ CONTROLLING _______________________________________________________ ON DATE: Sn,M,T,W,Th,F,St _____ @ TIME ______________ AM/PM BECAUSE: ____________________________________________________________________________ ____________________________________________________________________________ ON DATE: Sn,M,T,W,Th,F,St _____ @ TIME ______________ AM/PM COTR ________________________________________ WAS CONTACTED AT (813) 972-2000 ext. or (813) _______________________ DATE/TIME SAFETY OFFICER WAS CONTACTED AT EXT. 7598 __________________________ DATE/TIME EGCC OPERATOR/CEP WAS CONTACTED AT EXT. 7080 _______________________ DATE/TIME FIRE DEPARTMENT WAS CONTACTED AT (813) 971-3636 _______________________ DATE/TIME RSFPE WAS CONTACTED AT ( _______________________ General Requirements, Section 01 00 00 – Page 66 __)______________ Revised June 2010 Attachment #1 - A Master Page Number 139 of 323 VA-248-11-RP-0060 TBD James A. Haley VA Hospital Replace Operating Room Area Roof Bldg 1(FCA D) Project No: 673-11-120 ATTACHMENT #1 - B NOTIFICATION OF RESTORED FIRE PROTECTION BY CONTRACTOR PERSONNEL PROJECT No. & TITLE: 673-XX-XXX, “XXXX” NAME OF FACILITY _____________________________________________________________ NOTIFIED BY _______________________________ TITLE __________________________ __________________________ COMPANY ______________________________________________________________________ NATURE OF IMPAIRMENT ____________________________________________________________________________ ____________________________________________________________________________ AND FULL PROTECTION RESTORED, EXCEPT ____________________________________________________________________________ ____________________________________________________________________________ ____________________________________________________________________________ OPENED VALVE NO. ___ IN BLDG. NO. ________ LOCATED IN ROOM ________ CONTROLLING _______________________________________________________ ON DATE: Sn,M,T,W,Th,F,St _____ @ TIME ______________ AM/PM BECAUSE: ____________________________________________________________________________ ____________________________________________________________________________ ON DATE: Sn,M,T,W,Th,F,St _____ @ TIME ______________ AM/PM COTR ________________________________________ WAS CONTACTED AT (813) 972-2000 ext. or (813) _______________________ DATE/TIME SAFETY OFFICER WAS CONTACTED AT EXT. 7598 __________________________ DATE/TIME EGCC OPERATOR/CEP WAS CONTACTED AT EXT. 7080 _______________________ DATE/TIME FIRE DEPARTMENT WAS CONTACTED AT (813) 971-3636 _______________________ DATE/TIME RSFPE WAS CONTACTED AT ( _______________________ General Requirements, Section 01 00 00 – Page 67 __)______________ Revised June 2010 Attachment #1 - B Master Page Number 140 of 323 VA-248-11-RP-0060 TBD James A. Haley VA Hospital Replace Operating Room Area Roof Bldg 1(FCA D) Project No: 673-11-120 ATTACHMENT #2 NOTIFICATION OF HOT WORK OPERATIONS BY CONTRACTOR PERSONNEL (BURN PERMIT) PROJECT No. & TITLE: 673-XX-XXX, “XXXX” NAME OF FACILITY ____________________________________________________________ BUILDING No. & NAME: __________________________________________________ ON FLOORS: __________________________________________________________________ ON DATE: Sn,M,T,W,Th,F,St _____ @ TIME _______________ _AM/PM WORK TO BE DONE: _____________________________________________________________________________ _____________________________________________________________________________ _____________________________________________________________________________ SPECIAL PRECAUTIONS: _____________________________________________________________________________ _____________________________________________________________________________ _____________________________________________________________________________ _____________________________________________________________________________ NAME OF FIRE WATCH PERSON IF APPLICABLE: _____________________________________ COMMENTS: _____________________________________________________________________________ _____________________________________________________________________________ _____________________________________________________________________________ _____________________________________________________________________________ _____________________________________________________________________________ NOTIFIED BY _________________________________________________________________ NOTIFIERS SIGNATURE & DATE __________________________________________________ TITLE & PHONE No. ___________________________________________________________ CONTRACTOR __________________________________________________________________ COTR ____________________________________________ APPROVAL ____________________ COTR SIGNATURE & DATE _______________________________________________________ SAFETY STAFF MEMBER _________________________________________________________ SAFETY SIGNATURE & DATE _____________________________________________________ General Requirements, Section 01 00 00 – Page 68 Revised June 2010 Attachment #2 Master Page Number 141 of 323 VA-248-11-RP-0060 TBD James A. Haley VA Hospital Replace Operating Room Area Roof Bldg 1(FCA D) Project No: 673-11-120 ATTACHMENT #3 HOT WORK FIRE SAFETY CHECK LIST FOR OPERATIONS AREA INSPECTION PROJECT No. & TITLE: 673-XX-XXX, “XXXX” DATE:______________ Floor swept clean of combustibles. Floors wet down, covered with damp sand, metal or other shields. Combustibles material or flammable liquids removed from area, whenever possible. Combustibles and flammable liquids protected with covers, guards, or metal shields. All wall and floor openings covered. Covers suspended beneath work to collect sparks. WORK BEING DONE ON WALLS OR CEILINGS Ensure wall construction is noncombustible and combustible covering. Move combustibles away from opposite side of wall. is without WORK BEING DONE ON ENCLOSED EQUIPMENT-(TANKS, DUCTS, ETC.) Remove all combustibles from enclosures. Purge containers of flammable vapors. Ensure continuous purge so no vapors accumulate during work. FIRE WATCH To be provided during and until 30 minutes after operation. Provided with a 10-pound dry chemical or halon extinguisher and small hose. Trained in use of equipment and in sounding fire alarm. FINAL CHECK-UP To be made 30 minutes after completion of any operation unless fire watch is provided. Notify Safety Office (extension 7292) when work is complete. (Contractors - notify COTR) Notify Graphic Control Center (extension 7080), if any fire zones were by-passed HOT WORK LOCATION ___________________________________________________________ NOTIFIERS SIGNATURE & DATE __________________________________________________ NAME & PHONE No. ____________________________________________________________ CONTRACTOR ___________________________________________________________________ COTR SIGNATURE & DATE ________________________________________________________ General Requirements, Section 01 00 00 – Page 69 Revised June 2010 Attachment #3 Master Page Number 142 of 323 VA-248-11-RP-0060 TBD James A. Haley VA Hospital Replace Operating Room Area Roof Bldg 1(FCA D) Project No: 673-11-120 ATTACHMENT #4 CONSTRUCTION FIRE SAFETY CHECK LIST (For protection of VA property, patients, visitors and personnel) PROJECT No. & Title: 673-XX-XXX, “XXXX” DATE:______________ A. FIRE EXTINGUISHERS (OSHA 1926.150[c]) ___________ (1) ___________ (2) B. IGNITION HAZARDS (OSHA 1926.1511[a]) ___________ (1) ___________ (2) C. ___________ (2) ___________ (3) ___________ (3) Adequate ventilation for workmen and heater combustion. Clearance of combustibles from heaters at least 3 feet. Stability of heater. SIGNS AND BARRICADES (OSHA 1926.200) ___________ ___________ ___________ ___________ G. Approved containers. No storage in areas of exits, stairways or people traffic areas. Max. 25 gal. In room – otherwise approved storage cabinet. TEMPORARY HEATING DEVICES (OSHA 1926.154) ___________ (1) ___________ (2) ___________ (3) F. Site kept free from accumulation of unnecessary combustibles. Storage shall not obstruct means of exits. Clearance maintained around lights and heating units. FLAMMABLE AND COMBUSTIBLE LIQUIDS (OSHA 1926.152) ___________ (1) ___________ (2) E. Internal combustion engines located away from combustibles. Smoking is prohibited in fire hazard areas (flammables, combustibles). INDOOR STORAGE (OSHA 1926.151[d]) ___________ (1) D. Extinguisher available within 100 feet. Extinguisher rated not less than 2A. If flammable liquids or gases present, a fire extinguisher rated not less than 10B within 50 feet. (1) (2) (3) (4) Danger signs where immediate hazards exist. Caution signs where potential hazards exist. Safety instruction signs where necessary. Barricades where necessary to protect persons from hazards. WELDING AND CUTTING – HOT WORK PERMIT REQUIRED (NFPA-51B & OSHA 1910.252) ___________ (1) ___________ (2) ___________ (3) Inspection of area before permit given. Distance from combustibles 35 feet. Fire extinguisher in immediate area. General Requirements, Section 01 00 00 – Page 70 Revised June 2010 Attachment #4 Master Page Number 143 of 323 VA-248-11-RP-0060 TBD ___________ (4) ___________ (5) ___________ (6) H. ELECTRICAL (OSHA 1924.400-2, 1926.302, & NFPA 241-4) ___________ (1) ___________ (2) ___________ (3) ___________ (4) ___________ (5) ___________ (6) ___________ (7) ___________ (8) I. DEMOLITION ___________ (1) ___________ (2) ___________ (3) ___________ (4) ___________ (5) ___________ (6) ___________ (7) ___________ (8) ___________ (9) ___________ (10) ___________ (11) ___________ (12) J. James A. Haley VA Hospital Replace Operating Room Area Roof Bldg 1(FCA D) Project No: 673-11-120 Wall and floor openings covered. No flammable liquids present. Inspection after work. All temporary wiring grounded and in accordance with National Electric Code (NEC). Precautions taken to make any open wiring inaccessible to other than authorized personnel. Temporary light bulb equipped with guards, use heavy duty cords, and not suspended by their cords unless specifically designed for that use. Runs of open conductors located away from possible damage and fastened at intervals of no greater than 10 feet. Outlets in construction sites have GFCI or assured equipment grounding. Extension cords protected from damage. No worn or frayed cables. Not hung from nails or suspended by wire. Fuses or circuit breaker provided for each feeder or branch circuit. Electrical powered operated hand tools shall either be of the approved double insulated type or properly grounded. (OSHA 1926.850-858 and NFPA 241 – Ch.7) Electric, gas water, steam, etc. shut off prior to work. Any utilities that are necessary to be maintained need protection. Masonry walls shall not be permitted to fall on floors such that it would exceed the safe carrying capacity of the floor. Floor openings within 10 feet of any wall being demolished shall be planked solid except when no one below. The storage of waste material and debris shall not exceed the floor loading limit. Construction of dust barriers as needed (not OSHA). Notification of shut off and protect smoke detectors, etc. during day time only (not OSHA). Coordinated with COTR. Precautions if floors are soaked with oil or flammable liquids, if dust accumulation is present or other combustibles a present and hot work is being performed. Smoking is prohibited throughout demolition (NFPA 241, 7-4, 2). Flammable and combustible liquids removed from area. Water supplies must still be available from fire hydrants in the vicinity of the structure or area. Asbestos abatement, breakables (i.e., glass) shall be removed prior to demolition. TEMPORARY BUILDINGS, TRAILERS (NFPA 241, Ch.2) ___________ (1) ___________ (2) Temporary offices, trailers, sheds, etc. of combustible construction at least 30 feet from permanent buildings. Only safety installed approved heating devices used. Ample clearance around stoves, heaters and chimneys per NFPA 211. General Requirements, Section 01 00 00 – Page 71 Revised June 2010 Attachment #4 Master Page Number 144 of 323 VA-248-11-RP-0060 TBD K. ROOFING OPERATIONS (NFPA 241, Ch.6) ___________ (1) ___________ (2) ___________ (3) ___________ (4) ___________ (5) ___________ (6) ___________ (7) L. James A. Haley VA Hospital Replace Operating Room Area Roof Bldg 1(FCA D) Project No: 673-11-120 Asphalt and tar kettles located outside the building or on a noncombustible roof away from combustibles. Kettles must have gravity lids, tight fitting. Torch applied roofing systems shall be installed using extreme caution. Follow manufacturer’s instructions. Caution around roof openings, penetrations or flashings. Fire extinguisher, 20-B minimum, within 30 feet of roof kettle. At least one extinguisher 2A:20-B:C on the roof being repaired; also one within 30 feet of torch applied roofing equipment. Fuel containers at least 10 feet away from burner flame. Notify building occupants who might be affected. Coordinate with C.O.T.R. Investigate location of supply air intakes. Coordinate shutdowns as necessary with COTR. Roof edges will be guarded by means of typical roof protection or a safety monitoring system. EXIT PATHWAYS (NFPA 241, Ch.5; also reference NFPA 101) ___________ (1) ___________ (2) Every building and area will remain accessible to fire department apparatus and personnel. Roadways will be maintained with 20 feet of all buildings. Adequate egress paths, including stairs and corridors, will be maintained at all times. Exits may only be blocked temporarily if unavoidable and when adequate alternate measures are provided(signage, temporary fire detection, training, etc.) to warn personnel. Coordinate with COTR. WORK LOCATION _______________________________________________________________ NOTIFIERS SIGNATURE & DATE __________________________________________________ NAME & PHONE No. ____________________________________________________________ CONTRACTOR ___________________________________________________________________ COTR SIGNATURE & DATE ________________________________________________________ General Requirements, Section 01 00 00 – Page 72 Revised June 2010 Attachment #4 Master Page Number 145 of 323 VA-248-11-RP-0060 TBD James A. Haley VA Hospital Replace Operating Room Area Roof Bldg 1(FCA D) Project No: 673-11-120 ATTACHMENT #5 NOTIFICATION OF M & R WORK PROJECT No. & TITLE: 673-XX-XXX, “XXXX” DATE OF WORK: Sn,M,T,W,Th,F,St _________________ START TIME: __________ AM/PM END TIME:___________ AM/PM ESTIMATED DURATION OF WORK: ________ HOURS LOCATION OF WORK: ____________________________________________________________________________ ____________________________________________________________________________ DESCRIPTION OF WORK: ____________________________________________________________________________ ____________________________________________________________________________ ____________________________________________________________________________ ____________________________________________________________________________ ____________________________________________________________________________ TOOLS & EQUIPMENT TO PERFORM WORK:__________________________________________ ____________________________________________________________________________ ____________________________________________________________________________ PERSONNAL PROTECTIVE EQUIPMENT FOR WORK:____________________________________ ____________________________________________________________________________ ____________________________________________________________________________ NAME(S) OF EMPLOYEE(S) PERFORMING WORK: ______________________________________ ______________________________________ ______________________________________ ______________________________________ ______________________________________ SUPERVISOR / WORK LEADER SIGNATURE & DATE: __________________________________ SUPERVISOR / WORK LEADER NAME (PRINTED): ____________________________________ PROCEEDURE(S): _____________________________________________________________ ____________________________________________________________________________ ____________________________________________________________________________ ____________________________________________________________________________ ____________________________________________________________________________ ____________________________________________________________________________ ____________________________________________________________________________ General Requirements, Section 01 00 00 – Page 73 Revised June 2010 Attachment #5 Master Page Number 146 of 323 VA-248-11-RP-0060 TBD James A. Haley VA Hospital Replace Operating Room Area Roof Bldg 1(FCA D) Project No: 673-11-120 All maintenance and repair work must have a written procedure prepared by the maintenance person performing the task. Before: ____________________________________________________________________ _____________________________________________________________________________ _____________________________________________________________________________ _____________________________________________________________________________ _____________________________________________________________________________ _____________________________________________________________________________ _____________________________________________________________________________ _____________________________________________________________________________ During: ____________________________________________________________________ _____________________________________________________________________________ _____________________________________________________________________________ _____________________________________________________________________________ _____________________________________________________________________________ _____________________________________________________________________________ _____________________________________________________________________________ _____________________________________________________________________________ After: _____________________________________________________________________ _____________________________________________________________________________ _____________________________________________________________________________ _____________________________________________________________________________ _____________________________________________________________________________ _____________________________________________________________________________ _____________________________________________________________________________ _____________________________________________________________________________ DATE AND TIME COTR NOTIFIED: _________________________________________________ GENERAL CONTRACTOR’S NOTIFYING PERSON: _______________________________________ NOTIFYING PERSON’S SIGNATURE: ________________________________________________ GENERAL CONTRACTOR COMPANY: __________________________________________________ PHONE NUMBER(S): ____________________________________________________________ General Requirements, Section 01 00 00 – Page 74 Revised June 2010 Attachment #5 Master Page Number 147 of 323 VA-248-11-RP-0060 TBD James A. Haley VA Hospital Replace Operating Room Area Roof Bldg 1(FCA D) Project No: 673-11-120 HPM 138-15: ILSM PROJECT EVALUATION CHECKLIST Project: _________________________ Floor: _________ Building / Location: ___________________ Start Date: _______________ Finish Date: _______________ Duration: ____________________ Question 1. 2. 3. 4. 5. 6. 7. 8. 9. 10. 11. 12. 13. 14. 15. 16. 17. 18. 19. 20. Yes No N/A Will existing exits be impaired or blocked? Will existing corridor width be reduced? Will alternative exits be required? Will construction area exit routes be needed? Will patient access to emergency services be impaired? Will police, fire, or EMS access to emergency services be impaired? Will fire alarm system be impaired? Will sprinkler system be impaired? Will temporary or equivalent systems be needed? Will temporary smoke-tight construction partitions be needed? Will additional handheld fire-fighting equipment be needed? Will personnel training in the use of handheld fire extinguishers be needed? Will reinforcement of the smoking policy be needed? Will a reduction in the flammable or combustible fire load be needed? Will housekeeping or debris removal practices be needed? Will additional fire drills or fire response training be needed? Will increased hazard surveillance of building, grounds, or equipment be needed? Will special attention to excavations, construction storage, or work areas be needed? Will training to compensate for structural or compartmentation deficiencies be needed? Will organization training in LSC deficiencies, construction hazards, or ILSM be needed? This evaluation is to be completed by the Safety Office together with the COTR / Project Manager before the start of any construction renovation work to ensure that appropriate ILSM are implemented. any of the questions above, complete all ILSM If you answered “yes” to forms as required and as related to the construction project. Safety Office: ________________________________ Date: _____________________ COTR / Project Manager: _______________________ Date: _____________________ General Requirements, Section 01 00 00 – Page 75 Revised June 2010 HPM 138-15 Master Page Number 148 of 323 VA-248-11-RP-0060 TBD James A. Haley VA Hospital Replace Operating Room Area Roof Bldg 1(FCA D) Project No: 673-11-120 INTERIM LIFE SAFETY MEASURES (ILSM) ASSIGNMENT Project: ______________________________ Floor: ____________ Building / Location: _______________________ Start Date: __________________ Finish Date: __________________ Duration: ________________________ ______ 1. Ensuring free and unobstructed exit access and exits. additional trailing / communication when Staff receives alternative exits are designated. Buildings or areas under construction must maintain escape routes construction for workers at all times. Means of exiting construction are inspected daily. ______ 2. Ensuring free and unobstructed access to emergency services and for fire, police and other emergency forces. ______ 3. Ensuring fire alarm, working order. detection, any fire system is impaired. tested monthly. and suppression systems are in good A temporary, but equivalent system shall be provided when Temporary systems must be inspected and Provide fire watch or evacuate buildings in the event that the fire alarm, detection or suppression systems are taken out of service for more than four hours in a 24-hour period. ______ 4. Ensuring temporary construction partitions are smoke tight and built of noncombustible or limited combustible materials that will not contribute to the development or spread of fire in accordance with Section 01 00 00, General Requirements. ______ 5. Providing additional fire-fighting equipment and train personnel in its use. ______ 6. Prohibiting smoking in or adjacent to construction areas. ______ 7. Developing and enforcing storage, housekeeping, and debris removal practices that reduce the buildings flammable and combustible fire load to the lowest feasible level. ______ 8. ______ 9. Conducting a minimum of two fire drills per shift per quarter. Increasing hazard surveillance of buildings, grounds and equipment, with special attention to excavations, construction areas, construction storage, and field offices. ______ 10. Training personnel to compensate for impaired structural or compartmentation features of fire safety. ______ 11. Conducting organization wide safety education programs to promote awareness of any LSC deficiencies, construction hazards and these ILSM. Conduct familiarization tours and site visits for local Fire Department, when necessary. ______________________________________________________ Signature of Safety Office Staff Member ______________________________________________________ Signature of COTR / Project Manager General Requirements, Section 01 00 00 – Page 76 ___________________ Date ___________________ Date Revised June 2010 HPM 138-15 Master Page Number 149 of 323 VA-248-11-RP-0060 TBD James A. Haley VA Hospital Replace Operating Room Area Roof Bldg 1(FCA D) Project No: 673-11-120 INTERIM LIFE SAFETY MEASURES (ILSM) FOR BUILDING LIFE SAFETY CODE DEFICIENCIES Building: _____________________ Floor: ______________________ Room: ______________ Description of building life safety code deficiency: _________________________________ ______________________________________________________________________________________ ______________________________________________________________________________________ PFI ID (If Applicable): _________________________________________ Corrective Action to be Taken: _______________________________________________________ ______________________________________________________________________________________ ______________________________________________________________________________________ ______ 1. ______ 2. ______ 3. ______ 4. ______ 5. ______ 6. ______ 7. ______ 8. ______ 9. ______ 10. ______ 11. ______ 12. Ensuring free and unobstructed exit access and exits. Staff receives additional training when alternative exits are designated. Buildings or areas under construction must maintain escape routes for construction workers at all times. Means of exiting construction are inspected daily. Ensuring free and unobstructed access to emergency services and for fire, police and other emergency forces. Ensuring fire alarm, detection, and suppression systems are in good working order. A temporary, but equivalent system shall be provided when any fire system is impaired. Temporary systems must be inspected and tested monthly. Provide fire watch or evacuate buildings in the event that the fire alarm, detection or suppression systems are taken out of service for more than four hours in a 24-hour period. Ensuring temporary construction partitions are smoke tight and built of noncombustible or limited combustible materials that will not contribute to the development or spread of fire. Providing additional fire-fighting equipment and train personnel in its use. Prohibiting smoking in or adjacent to construction areas. Developing and enforcing storage, housekeeping, and debris removal practices that reduce the buildings flammable and combustible fire load to the lowest feasible level. Conducting a minimum of two fire drills per shift per quarter. Increasing hazard surveillance of buildings, grounds and equipment, with special attention to excavations, construction areas, construction storage, and field offices. Training personnel to compensate for impaired structural or compartmentation features of fire safety. Conducting organization wide safety education programs to promote awareness of any LSC deficiencies, construction hazards and these ILSM. Conduct familiarization tours and site visits for local Fire Department, when necessary. Additional measures are not required. ______________________________________________________ Signature of Safety Office Staff Member ______________________________________________________ Signature of COTR / Project Manager General Requirements, Section 01 00 00 – Page 77 ___________________ Date ___________________ Date Revised June 2010 HPM 138-15 Master Page Number 150 of 323 VA-248-11-RP-0060 TBD James A. Haley VA Hospital Replace Operating Room Area Roof Bldg 1(FCA D) Project No: 673-11-120 DAILY CONSTRUCTION SITE INSPECTION Date: ____________________________ Inspector: _____________________________ Project Number: __________________________________ Description Yes No Comments Contractor acknowledge asbestos in writing Adequate barriers in place Smoke proof Dust proof Signage in place Applicable codes complied with Occupational Safety & Health Administration (OSHA) compliance *Interim Life Safety in place *Staff trained regarding Interim Life Safety *Temporary fire protection in place / fire watch Contractors aware of egress routes *Increase in fire drills, other training All exits clear Free access to Emergency Services Alternate access for public and emergency use Additional fire fighting staff & equipment available Smoking is strictly prohibited Construction site clean and orderly *Hazard surveillance occurring? How often? *Staff informed if adjacent areas affected Construction site restricted *Local authorities aware of Interim Life Safety Effective site storage of materials, other *Fire zones maintained, staff aware of changes Contractor confirms egress routes for staff clear Hot work permits are being issued. Penetrations through firewalls are properly sealed * Safety Office: Complete applicable items as required. General Requirements, Section 01 00 00 – Page 78 Revised June 2010 HPM 138-15 Master Page Number 151 of 323 VA-248-11-RP-0060 TBD James A Haley VA Hospital Replace Operating Room Area Roof Bldg 1(FCA D) Project No: 673-11-120 HPM 138-24: INFECTION CONTROL DURING CONSTRUCTION AND RENOVATION (ICRA) CLASS II PROJECT = Small scale, short duration activities which create minimal dust. Date of Project: ____________________ Project Number: _________________ Location of Project / Brief Description: _____________________________________________________________________________ Name of Employee(s) conducting work: _________________________________________________________ _________________________________________________________ _________________________________________________________ COTR, Resident or Project Engineer, Supervisor, or designated competent person PROCEDURES DURING PROJECT: 1. Provide active means to prevent airborne dust from dispersing into the atmosphere (check one). __________ Containment booth used. __________ Enclose work area with fire-rated plastic sheeting from floor to ceiling with at least 2-foot overlapping flaps for access to entry. __________ Use HEPA vacuum at point of dust generation. 2. Water mist work surfaces to control dust while cutting. 3. Seal unused doors with duct tape. 4. Block off and seal HVAC returns. 5. Place dust mat at entrance and exit of work area. Clean or change routinely, as needed. 6. Remove or isolate HVAC system in areas where work is being performed. 7. Complete lasting the more daily than infection one day control and report inspection any log deviations for projects to Infection Control. PROCEDURES UPON PROJECT COMPLETION: 1. Wipe work surfaces with disinfectant. 2. Contain construction waste before transport in tightly covered containers. Project Schedules Section 01 32 16 - Page 1 Master Page Number 152 of 323 VA-248-11-RP-0060 TBD James A Haley VA Hospital Replace Operating Room Area Roof Bldg 1(FCA D) Project No: 673-11-120 3. Wet mop and / or vacuum with HEPA filtered vacuum before leaving work area. 4. Remove isolation of HVAC systems in areas where work is being performed. ___________________________________ _________________________________ Safety Staff Member Infection Control (date) (date) ________________________________________ COTR / Construction Supervisor (date) CLASS III PROJECT = Work that generates a moderate to high level of dust or requires demolition or removal of any fixed building components or assemblies. Date of Project: ____________________ Project Number: _________________ Location of Project / Brief Description: _____________________________________________________________________________ Name of Employee(s) conducting work: _________________________________________________________ _________________________________________________________ _________________________________________________________ COTR, Resident or Project Engineer, Supervisor, or designated competent person PROCEDURES DURING PROJECT: 1. Remove or isolate HVAC system in area where work is being done to prevent contamination of duct system. 2. Complete all critical barriers (i.e. sheetrock, plywood, plastic), to seal the area from the non – work area or implement the control cube method (cart with plastic covering and sealed connection to the work site with HEPA vacuum for vacuuming prior to exit) before construction begins. 3. Maintain negative air pressure within the work site utilizing HEPA equipped air filtration units. 4. Contain construction waste before transport in tightly covered containers. Project Schedules Section 01 32 16 - Page 2 Master Page Number 153 of 323 VA-248-11-RP-0060 TBD James A Haley VA Hospital Replace Operating Room Area Roof Bldg 1(FCA D) Project No: 673-11-120 5. Cover transport receptacles or carts. Tape the covering unless a solid lid is used. 6. Place dust mat at the entrance / exit of the work area. Clean or change routinely, as needed. 7. Complete lasting the more daily than infection one day control and report inspection any log for deviations to projects Infection Control. PROCEDURES UPON PROJECT COMPLETION: 1. Do not remove inspected by barriers Safety and from work area Infection until Control completed Sections project and is thoroughly cleaned by Environmental Management Service. 2. Remove barrier materials carefully to minimize spreading of dirt and debris associated with construction. 3. Vacuum the work area with HEPA filtered vacuums. 4. Wet mop area with disinfectant. 5. Remove isolation of HVAC system in areas where the work is being performed. ___________________________________ _________________________________ Safety Staff Member Infection Control (date) (date) ________________________________________ COTR / Construction Supervisor (date) CLASS IV PROJECT = Major demolition and / or construction projects. Date of Project: ____________________ Project Number: _________________ Location of Project / Brief Description: _____________________________________________________________________________ Name of Employee(s) conducting work: _________________________________________________________ _________________________________________________________ _________________________________________________________ COTR, Resident or Project Engineer, Supervisor, or designated competent person Project Schedules Section 01 32 16 - Page 3 Master Page Number 154 of 323 VA-248-11-RP-0060 TBD James A Haley VA Hospital Replace Operating Room Area Roof Bldg 1(FCA D) Project No: 673-11-120 PROCEDURES DURING PROJECT: 1. Isolate HVAC system in area where work is being done to prevent contamination of the duct system. 2. Complete all critical barriers (i.e. sheetrock, plywood, plastic), to seal the area from the non – work area or implement the control cube method (cart with plastic covering and sealed connection to the work site with HEPA vacuum for vacuuming prior to exit) before construction begins. 3. Maintain negative air pressure within the work site utilizing HEPA equipped air filtration units. 4. Contain construction waste before transport in tightly covered containers. 5. Seal holes, pipes, conduits, and punctures appropriately. 6. Construct an anteroom and require all personnel to pass through this room so they can be vacuumed using a HEPA vacuum cleaner before leaving the work site or they can wear cloth or paper coveralls that are removed each time they leave the work site. 7. Complete lasting the daily more than infection one day control and inspection report any log for deviations to projects Infection Control. PROCEDURES UPON PROJECT COMPLETION: 1. Do not remove inspected by barriers the owner’s from work Safety area and until Infection completed Control project Sections is and thoroughly cleaned by the owner’s Environmental Management Service. 2. Remove barrier materials carefully to minimize spreading of dirt and debris associated with construction. 3. Contain construction waste before transport in tightly covered containers. 4. Cover transport receptacles or carts. 5. Vacuum the work area with HEPA filtered vacuums. 6. Wet mop area with disinfectant. 7. Remove isolation of HVAC system in Tape covering unless solid lid. areas where the work is being performed. ___________________________________ _________________________________ Safety Staff Member Infection Control Project Schedules Section 01 32 16 - Page 4 (date) (date) Master Page Number 155 of 323 VA-248-11-RP-0060 TBD James A Haley VA Hospital Replace Operating Room Area Roof Bldg 1(FCA D) Project No: 673-11-120 ________________________________________ COTR / Construction Supervisor (date) EXTERNAL DEMOLITION AND DIRT EXCAVATION INFECTION CONTROL NOTIFICATION Date of Project: ________________________ Project Number: _____________________ Location of Project / Brief Description: _____________________________________________________________________________ Name of Employee(s) conducting work: _________________________________________________________ _________________________________________________________ _________________________________________________________ COTR, Resident or Project Engineer, Supervisor, or designated competent person Check Items to be Addressed During the Project in the Table Below: Item (√) Recommendation Demolition site Shroud the site if possible to reduce environmental contamination. Adjacent air intakes Seal off affected intakes if possible or relocate intake if funds permit. HVAC system Consult with the facility engineer about pressure differentials and air recirculation options. Keep facility’s indoor air pressure positive relative to the outside. Filters Ensure that filters are properly installed. Change prefilters frequently to prevent dust build-up on high efficiency filters. Windows Sealed and caulked to prevent entry of airborne fungal spores. Doors Keep closed as much as possible. Do not prop doors open. Seal and caulk unused doors (not emergency exits). Use tacky mats at entrances. Water pipes Note water pipe location relative to construction area to prevent intrusion of dust into water systems. Rooftops Avoid rooftops during active demolition/construction. Dust generation Mist the area with water to minimize dust. Immune compromised patients Check likelihood of immune compromised patients being close to construction area. Reroute patient/pedestrian traffic so as to avoid outside areas close to these sites. Use walkways protected from demolition / construction sites. Truck traffic Reroute if possible or arrange for frequent street cleaning Education/awareness Encourage reporting of incidents associated with construction. ___________________________________ Project Schedules Section 01 32 16 - Page 5 _________________________________ Master Page Number 156 of 323 VA-248-11-RP-0060 TBD James A Haley VA Hospital Replace Operating Room Area Roof Bldg 1(FCA D) Project No: 673-11-120 Safety Staff Member (date) Infection Control (date) ________________________________________ COTR / Construction Supervisor (date) DAILY INFECTION CONTROL INSPECTION LOG Project Number _______________ Project Class _________ Date _________ Follow all provisions listed that apply to the Project Class in the list below: Class I, II, III, IV 1. Methods in place to minimize dust generation. 2. Appropriate signage on doors to construction area. 3. Appropriate debris transport - covered cart, dedicated elevator, dedicated route. 4. Area cleaned at end of day. Trash to designated area. 5. No visible signs of mice, insects, birds or other vermin. 6. Roof protection in place for projects on roof. 7. Displaced ceiling tiles are readily replaced. 8. Traffic pattern discourages patient exposure. 9. Water disruptions, if needed, are scheduled during low activity Comments Class II 10. Fire-rated plastic barrier encloses work area with 2-ft overlapping flaps for access. 11. Surfaces water-misted to control dust while cutting and/or HEPA vacuum power tool used. 12. Unused doors sealed with duct tape. Class II, III, IV 13. Air vents blocked off and sealed. 14. Dust mat at work area entrance and exit. Cleaned or changed routinely. 15. Floors not showing visible tracked dirt outside construction area. 16. HVAC system for this area is sealed or isolated Class III, IV 17. Barrier is solid. Critical barriers to seal area in place before beginning work. 18. Negative air pressure maintained with HEPA equipped units. 19. Waste contained in tightly covered containers. 20. Transport carts sealed with tape if not a solid lid. Class IV 21. Patients relocated away from construction area. 22. HVAC system for this area is isolated. 23. Holes, pipes, conduits and punctures are sealed appropriately. 24. Anteroom present and all personnel are required to pass through and be vacuumed with HEPA vacuum prior to leaving site or they wear coveralls that are removed each time they leave site. 25. Barriers in place until final inspection by Safety Project Schedules Section 01 32 16 - Page 6 Master Page Number 157 of 323 VA-248-11-RP-0060 TBD James A Haley VA Hospital Replace Operating Room Area Roof Bldg 1(FCA D) Project No: 673-11-120 Office and Infection Control and cleaning by Housekeeping __________________________________________ Inspector Signature SECTION 01 32 16 PROJECT SCHEDULES PART 1- GENERAL 1.1 DESCRIPTION: A. The Contractor shall develop a Critical Path Method (CPM) plan and schedule demonstrating fulfillment of the contract requirements (Project Schedule), and shall utilize the plan for scheduling, coordinating and monitoring work under this contract (including all activities of subcontractors, equipment vendors and suppliers). Conventional Critical Path Method (CPM) technique will be utilized to satisfy both time and cost applications. All schedule data and reports required under this specification section shall be based upon regular total float, not relative total float schedules. 1.2 CONTRACTOR'S REPRESENTATIVE: A. The Contractor shall designate an authorized representative in the firm who will be responsible for the preparation of the Project Schedule, review and report progress of the project with and to the Contracting Officer's representative. B. The Contractor's representative shall have direct project control and complete authority to act on behalf of the Contractor in fulfilling the requirements of this specification section and such authority shall not be interrupted throughout the duration of the project. C. The Contractor’s representative shall have the option of developing the Project Schedule within their organization or to engage the services of an outside consultant. 1.3 COMPUTER PRODUCED SCHEDULES A. The contractor shall provide to the VA monthly computer processing of all computerproduced time/cost schedules and reports generated from monthly project updates. This monthly computer service will include: three copies of up to five different reports (inclusive of all pages) available within the user defined reports of Microsoft Project Planner 2003 compatible to the contracting officer’s representative; a hard copy listing of all project schedule changes, and associated data, made at the update and an electronic file of this data in Microsoft Project Planner 2003 compatible format; and the resulting Project Schedules Section 01 32 16 - Page 7 Master Page Number 158 of 323 VA-248-11-RP-0060 TBD James A Haley VA Hospital Replace Operating Room Area Roof Bldg 1(FCA D) Project No: 673-11-120 monthly updated schedule in an electronic file in Microsoft Project Planner 2003 compatible format. These must be submitted with and substantively support the contractor’s monthly payment request and the signed lookahead report. The COTR shall identify the five different report formats that the contractor shall provide based upon the monthly schedule updates. B. The contractor is responsible for the correctness and timeliness of the computer-produced reports. The Contractor is also responsible for the accurate and timely submittal of the updated project schedule and all CPM data necessary to produce the computer reports and payment request that is specified. C. The VA shall report errors in computer-produced reports to the Contractor’s representative within ten calendar days from receipt of reports. The Contractor will reprocess the computer-produced reports, when requested by the Contracting Officer’s representative to correct errors which affect the payment and schedule for the project. 1.4 THE COMPLETE PROJECT SCHEDULE SUBMITTAL A. Within 30 calendar days after receipt of Notice to Proceed, the Contractor shall submit for the Contracting Officer's review; three copies of the complete Project Schedule on sheets of paper 279 x 432 mm (11 x 17 inches) and an electronic file in a Microsoft Project Planner 2003 compatible format. The submittal shall also include three copies of a computer-produced activity/event ID schedule showing project duration; phase completion dates; and other data, including event cost. Each activity/event on the computer-produced schedule shall contain as a minimum, but not limited to, activity/event ID, duration, predecessor and successor relationships, trade code, area code, description, budget amount, early start date, early finish date, late start date, late finish date and total float. Work activity/event relationships shall be restricted to finishto-start and start-to-start, only, without lead or lag constraints. Activity/event date constraints, not required by the contract, will not be accepted unless submitted to and approved by the Contracting Officer. The contractor shall make a separate written detailed request to the Contracting Officer identifying these date constraints and secure the Contracting Officer’s written approval before incorporating them into the Project Schedule. The Contracting Officer’s separate approval of the project schedule shall not excuse the contractor of this requirement. Logic events (non-work) will be permitted Project Schedules Section 01 32 16 - Page 8 Master Page Number 159 of 323 VA-248-11-RP-0060 TBD James A Haley VA Hospital Replace Operating Room Area Roof Bldg 1(FCA D) Project No: 673-11-120 where necessary to reflect proper logic among work events, but must have zero duration. The complete working network diagram shall reflect the Contractor's approach to scheduling the complete project. The final network diagram in its original form shall contain no contract changes or delays which may have been incurred during the final network diagram development period and shall reflect the Contractors as bid schedule. These changes/delays shall be entered at the first update after the final network diagram has been approved. The Contractor should provide their requests for time and supporting time extension analysis for contract time as a result of contract changes/delays, after this update. B. Within 15 calendar days after receipt of the complete Project Schedule, the Contracting Officer or his representative will do one or both of the following: 1. Notify the Contractor concerning his actions, opinions, and objections. 2. A meeting with the Contractor at or near the job site for joint review, correction scheduled if or required. adjustment Within 7 of the proposed calendar days plan after will the be joint review, the Contractor shall revise and shall submit three copies of the revised project schedule, three copies of the revised computerproduced activity/event ID schedule and a revised electronic file as specified by the Contracting Officer. The revised submission will be reviewed by the Contracting Officer and, if found to be as previously agreed upon, will be approved. 1.5 WORK ACTIVITY/EVENT COST DATA A. The Contractor shall cost load all work activities/events except procurement activities. The cumulative amount of all cost loaded work activities/events (including alternates) shall equal the total contract price. Prorate overhead, profit and general conditions on all work activities/events for the entire project length. The contractor shall generate from this information cash flow curves indicating graphically the total percentage of work activity/event dollar value scheduled to be in place on early finish, late finish. These cash flow curves will be used by the Contracting Officer to assist him in determining approval or disapproval of the cost loading. Negative work activity/event cost data will not be acceptable, except on VA issued contract changes. Project Schedules Section 01 32 16 - Page 9 Master Page Number 160 of 323 VA-248-11-RP-0060 TBD James A Haley VA Hospital Replace Operating Room Area Roof Bldg 1(FCA D) Project No: 673-11-120 B. The Contractor shall cost load work activities/events for test, balance and adjust various systems. C. The Contractor shall submit, simultaneously with the cost per work activity/event of the construction schedule required, a responsibility code for all activities/events of the project for which the Contractor's forces will perform the work. D. The Contractor shall cost load work activities/events for ASBESTOS ABATEMENT. The sum of asbestos abatement work activity/event costs shall equal the value of the asbestos bid item in the Contractors' bid. E. The Contractor shall cost load work activities/events for all BID ITEMS. The sum of the cost loading for each bid item work activities/events shall equal the value of the item in the Contractors' bid. F. Work activities/events for Contractor bond shall have a trade code and area code of BOND. 1.6 PROJECT SCHEDULE REQUIREMENTS A. Show on the project schedule the sequence and interdependence of work activities/events required for complete performance of all items of work. In preparing the network diagram, the Contractor shall: 1. Show the following on each work activity/event: a. Activity/Event ID number. b. Concise description activity/event. (35 of the characters work or represented less by including the spaces preferred). c. Performance responsibility or trade code (five alpha characters or less): GEN, MECH, ELEC, CARP, PLAST, or other acceptable abbreviations. d. Duration (in work days.) e. Cost f. Work location (five characters or less), descriptive of the area involved. g. Manpower required (average number of men per day). 2. Show activities/events as: Project Schedules Section 01 32 16 - Page 10 Master Page Number 161 of 323 VA-248-11-RP-0060 TBD James A Haley VA Hospital Replace Operating Room Area Roof Bldg 1(FCA D) Project No: 673-11-120 a. Contractor's templates, time required fabrication, for submittal delivery and of shop similar drawings, pre-construction work. b. Contracting approval Officer's of shop and Architect-Engineer's drawings, equipment review schedules, and samples, template, or similar items. c. Interruption Government of VA Medical furnished Center equipment, and utilities, rough-in delivery drawings, of project phasing and any other specification requirements. d. Test, balance and adjust various systems and pieces of equipment, maintenance and operation manuals, instructions and preventive maintenance tasks. e. VA inspection duration of and five acceptance work days activity/event at the end of with a minimum each phase and immediately preceding any VA move activity/event required by the contract phasing for that phase. Schedule these activities/events so that only one phase is scheduled for completion within the same 30 consecutive calendar day period (except for those phases immediately preceding the final acceptance). Maintain this scheduling condition throughout the length of the contract unless waived by the Contracting Officer’s representative in writing. f. Work activities/events for the asbestos abatement bid item shall have a trade code of ASB. g. Bid items other than the Base Bid (ITEM 1) and Asbestos Abatement item shall have trade codes corresponding to the appropriate bid item number (e.g., ITM 3, ITM 4 and other items). 3. Show not only the activities/events for actual construction work for each trade category of the project, but also trade relationships to indicate the movement of trades from one area, floor, or building, to another area, floor, or building, for at least five trades who are performing major work under this contract. 4. Break up the work into activities/events of a duration no longer than 20 work activities/events equipment, days each, (i.e., concrete except procurement and asphalt as of to non-construction materials, curing) and delivery any of other activities/events for which the Contracting Officer may approve the showing of a longer duration. The duration for VA approval of any Project Schedules Section 01 32 16 - Page 11 Master Page Number 162 of 323 VA-248-11-RP-0060 TBD James A Haley VA Hospital Replace Operating Room Area Roof Bldg 1(FCA D) Project No: 673-11-120 required submittal, shop drawing, or other submittals shall not be less than 20 work days. The construction time as determined by the CPM schedule from early start to late finish for any sub-phase, phase or the entire project shall not exceed the contract time(s) specified or shown. 5. Describe work activities/events clearly, so the work is readily identifiable for assessment of completion. Activities/events labeled "start," "continue," or "completion," are not specific and will not be allowed. Lead and lag time activities will not be acceptable. 6. Uniquely number each activity/event with numbers ranging from 1 to 99998 only. B. Submit the following supporting data in addition to the activity/event ID schedule and electronic file (s). Failure of the Contractor to include this data will delay the review of the submittal until the Contracting Officer is in receipt of the missing data: 1. The proposed number of working days per week. 2. The holidays to be observed during the life of the contract (by day, month, and year). 3. The planned number of shifts per day. 4. The number of hours per shift. 5. List the major construction equipment to be used on the site, describing how each piece relates to and will be used in support of the submitted work activities/events. 6. Provide a typed, doubled spaced, description, at least one page in length, of the plan and your approach to constructing the project. C. To the extent that the Project Schedule or any revised Project Schedule shows anything not jointly agreed upon, it shall not be deemed to have been approved by the Contracting Officer. Failure to include any element of work required for the performance of this contract shall not excuse the Contractor from completing all work required within any applicable completion date of each phase regardless of the Contracting Officer's approval of the Project Schedule. D. Requirements and CPM Activity/Event Record Specifications: Submit to the VA an electronic file(s) containing one file of the data required to produce a Microsoft Project Project Schedules Section 01 32 16 - Page 12 Master Page Number 163 of 323 VA-248-11-RP-0060 TBD James A Haley VA Hospital Replace Operating Room Area Roof Bldg 1(FCA D) Project No: 673-11-120 Planner 2003 compatible, (PDM) produced schedule, reflecting all the activities/events of the complete project network diagram being submitted. 1.7 PAYMENT TO THE CONTRACTOR: A. Monthly, the contractor shall submit the certificate for payment reflecting updated schedule activities and cost. The Contractor is entitled to a monthly progress payment upon approval of estimates as determined from the currently approved updated computerproduced calendar-dated schedule unless, in special situations, the Contracting Officer permits an exception to this requirement. Monthly payment requests shall include: three copies of up to five different reports (inclusive of all pages) available within the user defined reports of Microsoft Project Planner 2003 compatible, to the contracting officer’s representative; a listing of all project schedule changes, and associated data, made at the update; and an electronic file (s) of the resulting monthly updated schedule in a compressed Microsoft Project Planner 2003 compatible, format. These must be submitted with and substantively support the contractor’s monthly application and certificate for payment request documents. B. When the Contractor fails or refuses to furnish to the Contracting Officer the information and the associated updated Microsoft Project Planner 2003 compatible, schedule in electronic format, which, in the sole judgment of the Contracting Officer, is necessary for processing the monthly progress payment, the Contractor shall not be deemed to have provided an estimate and supporting schedule data upon which progress payment may be made. 1.8 PAYMENT AND PROGRESS REPORTING A. Monthly job site progress meetings may be held on dates mutually agreed to by the Contracting Officer (or Contracting Officer's representative) and the Contractor. Contractor and the CPM consultant should be required to attend all monthly progress meetings. Presence of Subcontractors during progress meeting is optional unless required by the Contracting Officer (or Contracting Officer's representative). The Contractor shall update the project schedule and all other data required by this section shall be accurately filled in and completed prior to the monthly progress meeting. The Contractor shall provide this information to the Contracting Officer or the VA representative in completed Project Schedules Section 01 32 16 - Page 13 Master Page Number 164 of 323 VA-248-11-RP-0060 TBD James A Haley VA Hospital Replace Operating Room Area Roof Bldg 1(FCA D) Project No: 673-11-120 form three work days in advance of the progress meeting. Job progress will be reviewed to verify: 1. Actual start and/or finish dates for updated/completed activities/events. 2. Remaining duration, required to complete each activity/event started, or scheduled to start, but not completed. 3. Logic, time and cost data for change orders, and supplemental agreements that are to be incorporated into the network diagram and computer-produced schedules. 4. Percentage for completed and partially completed activities/events. 5. Logic and duration revisions required by this section of the specifications. 6. Activity/event duration and percent complete shall be updated independently. B. The Contractor shall submit a narrative report as a part of his monthly review and update, in a form agreed upon by the Contractor and the Contracting Officer. The narrative report shall include a description of problem areas; current and anticipated delaying factors and their estimated impact on performance of other activities/events and completion dates; and an explanation of corrective action taken or proposed. This report is in addition to the daily reports required elsewhere. C. After completion of the joint review and the Contracting Officer's approval of all entries, the contractor will generate an updated computer-produced calendar-dated schedule and supply the Contracting Officer’s representative with reports. D. After completing the monthly schedule update, the contractor’s scheduling specialist shall rerun all current period contract change(s) against the prior approved monthly project schedule. The analysis shall only include original workday durations and schedule logic agreed upon by the contractor and resident engineer for the contract change(s). When there is a disagreement on logic and/or durations, the specialist shall use the schedule logic and/or durations provided and approved by the COTR. After each rerun update, the resulting electronic project schedule data file shall be appropriately identified and submitted to the VA in accordance to the requirements listed in articles 1.4 and 1.7. This electronic submission is separate from the regular monthly project schedule update Project Schedules Section 01 32 16 - Page 14 Master Page Number 165 of 323 VA-248-11-RP-0060 TBD James A Haley VA Hospital Replace Operating Room Area Roof Bldg 1(FCA D) Project No: 673-11-120 requirements and shall be submitted to the resident engineer within fourteen (14) calendar days of completing the regular schedule update. Before inserting the contract changes durations, care must be taken to ensure that only the original durations will be used for the analysis, not the reported durations after progress. In addition, once the final project schedule is approved, the contractor must recreate all manual progress payment updates on this approved project schedule and associated reruns for contract changes in each of these update periods as outlined above for regular update periods. This will require detailed record keeping for each of the manual progress payment updates. E. After VA acceptance and approval of the Project Schedule, and after each monthly update, the contractor shall submit to the Contracting Officer three copies of a revised Project Schedule showing all completed and partially completed activities/events, contract changes and logic changes made on the intervening updates or at the first update. F. Following approval of the CPM schedule, the VA, the General Contractor, its approved CPM Specialist, COTR, and all subcontractors needed, as determined by the Contracting Officer, shall meet to discuss the monthly updated schedule. The main emphasis shall be to address work activities to avoid slippage of project schedule and to identify any necessary actions required to maintain project schedule during the reporting period. The Government representatives and the Contractor should conclude the meeting with a clear understanding of those work and administrative actions necessary to maintain project schedule status during the reporting period. This schedule coordination meeting will occur after each monthly project schedule update meeting utilizing the resulting schedule reports from that schedule update. If the project is behind schedule, discussions should include ways to prevent further slippage as well as ways to improve the project schedule status, when appropriate. 1.9 RESPONSIBILITY FOR COMPLETION A. Whenever it becomes apparent from the current monthly progress review meeting or the monthly computer-produced calendar-dated schedule that phasing or contract completion dates will not be met, the Contractor shall execute some or all of the following remedial actions: Project Schedules Section 01 32 16 - Page 15 Master Page Number 166 of 323 VA-248-11-RP-0060 TBD James A Haley VA Hospital Replace Operating Room Area Roof Bldg 1(FCA D) Project No: 673-11-120 1. Increase construction manpower in such quantities and crafts as necessary to eliminate the backlog of work. 2. Increase the number of working hours per shift, shifts per working day, working days per week, the amount of construction equipment, or any combination of the foregoing to eliminate the backlog of work. 3. Reschedule the work in conformance with the specification requirements. B. Prior to proceeding with any of the above actions, the Contractor shall notify and obtain approval from the Contracting Officer for the proposed schedule changes. If such actions are approved, the CPM revisions shall be incorporated by the Contractor into the project schedule before the next update, at no additional cost to the Government. 1.10 CHANGES TO THE SCHEDULE A. Within 30 calendar days after VA acceptance and approval of any updated computerproduced schedule, the Contractor will submit a revised network diagram, the associated diskette(s), and a list of any activity/event changes including predecessors and successors for any of the following reasons: 1. Delay in completion activities/events, of any indicate activity/event an extension or of group the of project completion by 20 working days or 10 percent of the remaining project duration, whichever is less. Such delays which may be involved other with contract delays will changes, not strikes, relieve the unusual weather, Contractor from and the requirements specified unless the conditions are shown on the CPM as the direct cause for delaying the project beyond the stoppage are acceptable limits. 2. Delays in submittals, or deliveries, or work encountered which make rescheduling of the work necessary. 3. The schedule does not represent the actual prosecution and progress of the project. 4. When there is, or has been, a substantial revision to the activity/event costs of the network diagram regardless of the cause for these revisions. B. CPM revisions made under this paragraph which affect the previously approved computer-produced schedules for Government furnished equipment, vacating of areas by Project Schedules Section 01 32 16 - Page 16 Master Page Number 167 of 323 VA-248-11-RP-0060 TBD James A Haley VA Hospital Replace Operating Room Area Roof Bldg 1(FCA D) Project No: 673-11-120 the VA Medical Center, contract phase(s) and sub phase(s), utilities furnished by the Government to the Contractor, or any other previously contracted item, must be furnished in writing to the Contracting Officer for approval. C. Contracting Officer's approval for the revised network diagram and all relevant data is contingent upon compliance with all other paragraphs of this section and any other previous agreements by the Contracting Officer or the VA representative. D. The cost of revisions to the project schedule resulting from contract changes will be included in the proposal for changes, and will be based on the complexity of the revision or contract change, man hours expended in analyzing the change, and the total cost of the change. E. The cost of revisions to the Project Schedule not resulting from contract changes is the responsibility of the Contractor. 1.11 ADJUSTMENT OF CONTRACT COMPLETION A. The contract completion time will be adjusted only for causes specified in this contract. Request for an extension of the contract completion date by the Contractor shall be supported with a justification, CPM data and supporting evidence as the Contracting Officer may deem necessary for determination as to whether or not the Contractor is entitled to an extension of time under the provisions of the contract. Submission of proof based on revised activity/event logic, durations (in work days) and costs is obligatory to any approvals. The schedule must clearly display that the Contractor has used, in full, all the float time available for the work involved in this request. The Contracting Officer's determination as to the total number of days of contract extension will be based upon the current computer-produced calendar-dated schedule for the time period in question and all other relevant information. B. Actual delays in activities/events which, according to the computer-produced calendar-dated schedule, do not affect the extended and predicted contract completion dates shown by the critical path, will not be the basis for a change to the contract completion date. The Contracting Officer will within a reasonable time after receipt of such justification and supporting evidence, review the facts and advise the Contractor in writing of the Contracting Officer's decision. Project Schedules Section 01 32 16 - Page 17 Master Page Number 168 of 323 VA-248-11-RP-0060 TBD James A Haley VA Hospital Replace Operating Room Area Roof Bldg 1(FCA D) Project No: 673-11-120 C. The Contractor shall include, as a part of each change order proposal, a sketch showing all CPM logic revisions, duration (in work days) changes, and cost changes, for work in question and its relationship to other activities on the approved network diagram. D. All delays due to non-work activities/events such as RFI’s, WEATHER, STRIKES, and similar non-work activities/events shall be analyzed on a month by month basis. ---END--- Project Schedules Section 01 32 16 - Page 18 Master Page Number 169 of 323 VA-248-11-RP-0060 TBD James A Haley VA Hospital Replace Operating Room Area Roof Bldg 1(FCA D) Project No: 673-11-120 SECTION 01 33 23 SHOP DRAWINGS, PRODUCT DATA, AND SAMPLES PART 1 - GENERAL 1.1 Refer to Articles titled SPECIFICATIONS AND DRAWINGS FOR CONSTRUCTION (FAR 52.236-21) and SPECIAL NOTES (VAAR 852.236-91). 1.2 For the purposes of this contract, samples, test reports, certificates, and manufacturers' literature and data shall also be subject to the previously referenced requirements. The following text refers to all items collectively as SUBMITTALS. 1.3 Submit for approval, all of the items specifically mentioned under the separate sections of the specification, with information sufficient to evidence full compliance with contract requirements. Materials, fabricated articles and the like to be installed in permanent work shall equal those of approved submittals. After an item has been approved, no change in brand or make will be permitted unless: A. Satisfactory written evidence is presented to, and approved by Contracting Officer, that manufacturer cannot make scheduled delivery of approved item or; B. Item delivered has been rejected and substitution of a suitable item is an urgent necessity or; C. Other conditions become apparent which indicates approval of such substitute item to be in best interest of the Government. 1.4. Forward submittals in sufficient time to permit proper consideration and approval action by Government. Time submission to assure adequate lead time for procurement of contract - required items. Delays attributable to untimely and rejected submittals will not serve as a basis for extending contract time for completion. 1.5 Submittals will be reviewed for compliance with contract requirements by Architect-Engineer, and/or by Resident Engineer on behalf of the Contracting Officer. 1.6 Upon receipt of submittals, Architect-Engineer will assign a file number thereto. Contractor, in any subsequent correspondence, shall refer to this file and identification number to expedite replies relative to previously approved or disapproved submittals. 1.7 The Government reserves the right to require additional submittals, whether or not particularly mentioned in this contract. If additional submittals beyond those required by the contract are furnished pursuant to request therefor by Contracting Officer, adjustment in contract price and time will be made in accordance with Articles titled CHANGES (FAR 52.243-4) and CHANGES - SUPPLEMENT (VAAR 852.236-88). 1.8 Schedules called for in specifications and shown on shop drawings shall be submitted for use and information of Department of Veterans Affairs and Architect-Engineer. However, the Contractor shall assume responsibility for coordinating and verifying schedules. The Contracting Officer and Architect- Shop Drawings, Product Data, and Samples Section 01 33 23 - Page 1 Master Page Number 170 of 323 VA-248-11-RP-0060 TBD James A Haley VA Hospital Replace Operating Room Area Roof Bldg 1(FCA D) Project No: 673-11-120 Engineer assumes no responsibility for checking schedules or layout drawings for exact sizes, exact numbers and detailed positioning of items. 1.9 Submittals must be submitted by Contractor only and shipped prepaid. Contracting Officer assumes no responsibility for checking quantities or exact numbers included in such submittals. A. Submit samples required by Section 09 06 00, SCHEDULE FOR FINISHES, in quadruplicate. Submit shop drawings, schedules, manufacturers' literature and data, and certificates in quadruplicate, except where a greater number is specified. B. Submittals will receive consideration only when covered by a transmittal letter signed by Contractor. Letter shall be sent via first class mail and shall contain the list of items, name of Medical Center, name of Contractor, contract number, applicable specification paragraph numbers, applicable drawing numbers (and other information required for exact identification of location for each item), manufacturer and brand, ASTM or Federal Specification Number (if any) and such additional information as may be required by specifications for particular item being furnished. In addition, catalogs shall be marked to indicate specific items submitted for approval. 1. A copy of letter must be enclosed with items, and any items received without identification letter will be considered "unclaimed goods" and held for a limited time only. 2. Each sample, certificate, manufacturers' literature and data shall be labeled to indicate the name and location of the Medical Center, name of Contractor, manufacturer, brand, contract number and ASTM or Federal Specification Number as applicable and location(s) on project. 3. Required certificates shall be signed by an authorized representative of manufacturer or supplier of material, and by Contractor. C. If submittal samples have been disapproved, resubmit new samples as soon as possible after notification of disapproval. Such new samples shall be marked "Resubmitted Sample" in addition to containing other previously specified information required on label and in transmittal letter. D. Approved samples will be kept on file by the Resident Engineer at the site until completion of contract, at which time such samples will be delivered to Shop Drawings, Product Data, and Samples Section 01 33 23 - Page 2 Master Page Number 171 of 323 VA-248-11-RP-0060 TBD James A Haley VA Hospital Replace Operating Room Area Roof Bldg 1(FCA D) Project No: 673-11-120 Contractor as Contractor's property. Where noted in technical sections of specifications, approved samples in good condition may be used in their proper locations in contract work. At completion of contract, samples that are not approved will be returned to Contractor only upon request and at Contractor's expense. Such request should be made prior to completion of the contract. Disapproved samples that are not requested for return by Contractor will be discarded after completion of contract. E. Submittal drawings (shop, erection or setting drawings) and schedules, required for work of various trades, shall be checked before submission by technically qualified employees of Contractor for accuracy, completeness and compliance with contract requirements. These drawings and schedules shall be stamped and signed by Contractor certifying to such check. 1. For each drawing required, submit one legible photographic paper or vellum reproducible. 2. Reproducible shall be full size. 3. Each drawing shall have marked thereon, proper descriptive title, including Medical Center, location, project number, manufacturer's number, reference to contract drawing number, detail Section Number, and Specification Section Number. 4. A space 121 mm by 127 mm (4-3/4 by 5 inches) shall be reserved on each drawing to accommodate approval or disapproval stamp. 5. Submit drawings, ROLLED WITHIN A MAILING TUBE, fully protected for shipment. 6. One reproducible print of approved or disapproved shop drawings will be forwarded to Contractor. 7. When work is directly related and involves more than one trade, shop drawings shall be submitted to Architect-Engineer under one cover. 1.10 At the time of transmittal to the Architect-Engineer, the Contractor shall also send a copy of the complete submittal directly to the Resident Engineer. 1.11 Samples for approval shall be sent to Architect-Engineer, in care of Resident Engineer, VA Medical Center, ______________________________________________________________________ (P.O. Address) ______________________________________________________________________ (City, State and Zip Code) ---END--Shop Drawings, Product Data, and Samples Section 01 33 23 - Page 3 Master Page Number 172 of 323 VA-248-11-RP-0060 TBD James A Haley VA Hospital Replace Operating Room Area Roof Bldg 1(FCA D) Project No: 673-11-120 Shop Drawings, Product Data, and Samples Section 01 33 23 - Page 4 Master Page Number 173 of 323 VA-248-11-RP-0060 TBD James A Haley VA Hospital Replace Operating Room Area Roof Bldg 1(FCA D) Project No: 673-11-120 SECTION 01 42 19 REFERENCE STANDARDS PART 1 - GENERAL 1.1 DESCRIPTION This section specifies the availability and source of references and standards specified in the project manual under paragraphs APPLICABLE PUBLICATIONS and/or shown on the drawings. 1.2 AVAILABILITY OF SPECIFICATIONS LISTED IN THE GSA INDEX OF FEDERAL SPECIFICATIONS, STANDARDS AND COMMERCIAL ITEM DESCRIPTIONS FPMR PART 101-29 (FAR 52.211-1) (AUG 1998) A. The GSA Index of Federal Specifications, Standards and Commercial Item Descriptions, FPMR Part 101-29 and copies of specifications, standards, and commercial item descriptions cited in the solicitation may be obtained for a fee by submitting a request to – GSA Federal Supply Service, Specifications Section, Suite 8100, 470 East L’Enfant Plaza, SW, Washington, DC 20407, Telephone (202) 619-8925, Facsimile (202) 619-8978. B. If the General Services Administration, Department of Agriculture, or Department of Veterans Affairs issued this solicitation, a single copy of specifications, standards, and commercial item descriptions cited in this solicitation may be obtained free of charge by submitting a request to the addressee in paragraph (a) of this provision. Additional copies will be issued for a fee. 1.3 AVAILABILITY FOR EXAMINATION OF SPECIFICATIONS NOT LISTED IN THE GSA INDEX OF FEDERAL SPECIFICATIONS, STANDARDS AND COMMERCIAL ITEM DESCRIPTIONS (FAR 52.211-4) (JUN 1988) The specifications and standards cited in this solicitation can be examined at the following location: DEPARMENT OF VETERANS AFFAIRS Office of Construction & Facilities Management Facilities Quality Service (00CFM1A) 811 Vermont Avenue, NW - Room 462 Washington, DC 20420 Telephone Number: (202) 565-5214 Between 9:00 AM - 3:00 PM Reference Standards Section 01 42 19 - Page 1 Master Page Number 174 of 323 VA-248-11-RP-0060 TBD James A Haley VA Hospital Replace Operating Room Area Roof Bldg 1(FCA D) Project No: 673-11-120 Or can be found on line at http://wbdg.org/ccb/browse_lib.php?l=02 1.4 AVAILABILITY OF SPECIFICATIONS NOT LISTED IN THE GSA INDEX OF FEDERAL SPECIFICATIONS, STANDARDS AND COMMERCIAL ITEM DESCRIPTIONS (FAR 52.211-3) (JUN 1988) The specifications cited in this solicitation may be obtained from the associations or organizations listed below. AA Aluminum Association Inc. http://www.aluminum.org AABC Associated Air Balance Council http://www.aabchq.com AAMA American Architectural Manufacturer's Association http://www.aamanet.org AAN American Nursery and Landscape Association http://www.anla.org AASHTO American Association of State Highway and Transportation Officials http://www.aashto.org AATCC American Association of Textile Chemists and Colorists http://www.aatcc.org ACGIH American Conference of Governmental Industrial Hygienists http://www.acgih.org ACI American Concrete Institute http://www.aci-int.net ACPA American Concrete Pipe Association http://www.concrete-pipe.org ACPPA American Concrete Pressure Pipe Association http://www.acppa.org ADC Air Diffusion Council http://flexibleduct.org Reference Standards Section 01 42 19 - Page 2 Master Page Number 175 of 323 VA-248-11-RP-0060 TBD James A Haley VA Hospital Replace Operating Room Area Roof Bldg 1(FCA D) Project No: 673-11-120 AGA American Gas Association http://www.aga.org AGC Associated General Contractors of America http://www.agc.org AGMA American Gear Manufacturers Association, Inc. http://www.agma.org AHAM Association of Home Appliance Manufacturers http://www.aham.org AISC American Institute of Steel Construction http://www.aisc.org AISI American Iron and Steel Institute http://www.steel.org AITC American Institute of Timber Construction http://www.aitc-glulam.org AMCA Air Movement and Control Association, Inc. http://www.amca.org ANLA American Nursery & Landscape Association http://www.anla.org ANSI American National Standards Institute, Inc. http://www.ansi.org APA The Engineered Wood Association http://www.apawood.org ARI Air-Conditioning and Refrigeration Institute http://www.ari.org ASAE American Society of Agricultural Engineers http://www.asae.org ASCE American Society of Civil Engineers http://www.asce.org Reference Standards Section 01 42 19 - Page 3 Master Page Number 176 of 323 VA-248-11-RP-0060 TBD James A Haley VA Hospital Replace Operating Room Area Roof Bldg 1(FCA D) Project No: 673-11-120 ASHRAE American Society of Heating, Refrigerating, and Air-Conditioning Engineers http://www.ashrae.org ASME American Society of Mechanical Engineers http://www.asme.org ASSE American Society of Sanitary Engineering http://www.asse-plumbing.org ASTM American Society for Testing and Materials http://www.astm.org AWI Architectural Woodwork Institute http://www.awinet.org AWS American Welding Society http://www.aws.org AWWA American Water Works Association http://www.awwa.org BHMA Builders Hardware Manufacturers Association http://www.buildershardware.com BIA Brick Institute of America http://www.bia.org CAGI Compressed Air and Gas Institute http://www.cagi.org CGA Compressed Gas Association, Inc. http://www.cganet.com CI The Chlorine Institute, Inc. http://www.chlorineinstitute.org CISCA Ceilings and Interior Systems Construction Association http://www.cisca.org CISPI Cast Iron Soil Pipe Institute http://www.cispi.org Reference Standards Section 01 42 19 - Page 4 Master Page Number 177 of 323 VA-248-11-RP-0060 TBD James A Haley VA Hospital Replace Operating Room Area Roof Bldg 1(FCA D) Project No: 673-11-120 CLFMI Chain Link Fence Manufacturers Institute http://www.chainlinkinfo.org CPMB Concrete Plant Manufacturers Bureau http://www.cpmb.org CRA California Redwood Association http://www.calredwood.org CRSI Concrete Reinforcing Steel Institute http://www.crsi.org CTI Cooling Technology Institute http://www.cti.org DHI Door and Hardware Institute http://www.dhi.org EGSA Electrical Generating Systems Association http://www.egsa.org EEI Edison Electric Institute http://www.eei.org EPA Environmental Protection Agency http://www.epa.gov ETL ETL Testing Laboratories, Inc. http://www.et1.com FAA Federal Aviation Administration http://www.faa.gov FCC Federal Communications Commission http://www.fcc.gov FPS The Forest Products Society http://www.forestprod.org GANA Glass Association of North America http://www.cssinfo.com/info/gana.html/ FM Factory Mutual Insurance http://www.fmglobal.com Reference Standards Section 01 42 19 - Page 5 Master Page Number 178 of 323 VA-248-11-RP-0060 TBD James A Haley VA Hospital Replace Operating Room Area Roof Bldg 1(FCA D) Project No: 673-11-120 GA Gypsum Association http://www.gypsum.org GSA General Services Administration http://www.gsa.gov HI Hydraulic Institute http://www.pumps.org HPVA Hardwood Plywood & Veneer Association http://www.hpva.org ICBO International Conference of Building Officials http://www.icbo.org ICEA Insulated Cable Engineers Association Inc. http://www.icea.net ICAC Institute of Clean Air Companies http://www.icac.com IEEE Institute of Electrical and Electronics Engineers http://www.ieee.org\ IMSA International Municipal Signal Association http://www.imsasafety.org IPCEA Insulated Power Cable Engineers Association NBMA Metal Buildings Manufacturers Association http://www.mbma.com MSS Manufacturers Standardization Society of the Valve and Fittings Industry Inc. http://www.mss-hq.com NAAMM National Association of Architectural Metal Manufacturers http://www.naamm.org NAPHCC Plumbing-Heating-Cooling Contractors Association http://www.phccweb.org.org NBS National Bureau of Standards See - NIST Reference Standards Section 01 42 19 - Page 6 Master Page Number 179 of 323 VA-248-11-RP-0060 TBD James A Haley VA Hospital Replace Operating Room Area Roof Bldg 1(FCA D) Project No: 673-11-120 NBBPVI National Board of Boiler and Pressure Vessel Inspectors http://www.nationboard.org NEC National Electric Code See - NFPA National Fire Protection Association NEMA National Electrical Manufacturers Association http://www.nema.org NFPA National Fire Protection Association http://www.nfpa.org NHLA National Hardwood Lumber Association http://www.natlhardwood.org NIH National Institute of Health http://www.nih.gov NIST National Institute of Standards and Technology http://www.nist.gov NLMA Northeastern Lumber Manufacturers Association, Inc. http://www.nelma.org NPA National Particleboard Association 18928 Premiere Court Gaithersburg, MD 20879 (301) 670-0604 NSF National Sanitation Foundation http://www.nsf.org NWWDA Window and Door Manufacturers Association http://www.nwwda.org OSHA Occupational Safety and Health Administration Department of Labor http://www.osha.gov PCA Portland Cement Association http://www.portcement.org Reference Standards Section 01 42 19 - Page 7 Master Page Number 180 of 323 VA-248-11-RP-0060 TBD James A Haley VA Hospital Replace Operating Room Area Roof Bldg 1(FCA D) Project No: 673-11-120 PCI Precast Prestressed Concrete Institute http://www.pci.org PPI The Plastic Pipe Institute http://www.plasticpipe.org PEI Porcelain Enamel Institute, Inc. http://www.porcelainenamel.com PTI Post-Tensioning Institute http://www.post-tensioning.org RFCI The Resilient Floor Covering Institute http://www.rfci.com RIS Redwood Inspection Service See - CRA RMA Rubber Manufacturers Association, Inc. http://www.rma.org SCMA Southern Cypress Manufacturers Association http://www.cypressinfo.org SDI Steel Door Institute http://www.steeldoor.org IGMA Insulating Glass Manufacturers Alliance http://www.igmaonline.org SJI Steel Joist Institute http://www.steeljoist.org SMACNA Sheet Metal and Air-Conditioning Contractors National Association, Inc. http://www.smacna.org SSPC The Society for Protective Coatings http://www.sspc.org STI Steel Tank Institute http://www.steeltank.com Reference Standards Section 01 42 19 - Page 8 Master Page Number 181 of 323 VA-248-11-RP-0060 TBD James A Haley VA Hospital Replace Operating Room Area Roof Bldg 1(FCA D) Project No: 673-11-120 SWI Steel Window Institute http://www.steelwindows.com TCA Tile Council of America, Inc. http://www.tileusa.com TEMA Tubular Exchange Manufacturers Association http://www.tema.org TPI Truss Plate Institute, Inc. 583 D'Onofrio Drive; Suite 200 Madison, WI 53719 (608) 833-5900 UBC The Uniform Building Code See ICBO UL Underwriters' Laboratories Incorporated http://www.ul.com ULC Underwriters' Laboratories of Canada http://www.ulc.ca WCLIB West Coast Lumber Inspection Bureau 6980 SW Varns Road, P.O. Box 23145 Portland, OR 97223 (503) 639-0651 WRCLA Western Red Cedar Lumber Association P.O. Box 120786 New Brighton, MN 55112 (612) 633-4334 WWPA Western Wood Products Association http://www.wwpa.org ---END--- Reference Standards Section 01 42 19 - Page 9 Master Page Number 182 of 323 VA-248-11-RP-0060 TBD James A Haley VA Hospital Replace Operating Room Area Roof Bldg 1(FCA D) Project No: 673-11-120 SECTION 01 57 19 TEMPORARY ENVIRONMENTAL CONTROLS 1.1 DESCRIPTION: A. This section specifies the control of environmental pollution and damage that the Contractor must consider for air, water, and land resources. It includes management of visual aesthetics, noise, solid waste, radiant energy, and radioactive materials, as well as other pollutants and resources encountered or generated by the Contractor. The Contractor is obligated to consider specified control measures with the costs included within the various contract items of work. B. Environmental pollution and damage is defined as the presence of chemical, physical, or biological elements or agents which: 1. Adversely effect human health or welfare, 2. Unfavorably alter ecological balances of importance to human life, 3. Effect other species of importance to humankind, or; 4. Degrade the utility of the environment for aesthetic, cultural, and historical purposes. C. Definitions of Pollutants: 1. Chemical Waste: Petroleum products, bituminous materials, salts, acids, alkalis, herbicides, pesticides, organic chemicals, and inorganic wastes. 2. Debris: Combustible and noncombustible wastes, such as leaves, tree trimmings, ashes, and waste materials resulting from construction or maintenance and repair work. 3. Sediment: Soil and other debris that has been eroded and transported by runoff water. 4. Solid Waste: Rubbish, debris, garbage, and other discarded solid materials resulting from industrial, commercial, and agricultural operations and from community activities. 5. Surface Discharge: The term "Surface Discharge" implies that the water is discharged with possible sheeting action and subsequent soil erosion may occur. Waters that are surface discharged may terminate in drainage ditches, storm sewers, creeks, and/or "water of the United States" and would require a permit to discharge water from the governing agency. Temporary Environmental Controls Section 01 57 19 - Page 1 Master Page Number 183 of 323 VA-248-11-RP-0060 TBD James A Haley VA Hospital Replace Operating Room Area Roof Bldg 1(FCA D) Project No: 673-11-120 6. Rubbish: Combustible and noncombustible wastes such as paper, boxes, glass and crockery, metal and lumber scrap, tin cans, and bones. 7. Sanitary Wastes: a. Sewage: Domestic sanitary sewage and human and animal waste. b. Garbage: Refuse and scraps resulting from preparation, cooking, dispensing, and consumption of food. 1.2 QUALITY CONTROL: A. Establish and maintain quality control for the environmental protection of all items set forth herein. B. Record on daily reports any problems in complying with laws, regulations, and ordinances. Note any corrective action taken. 1.3 REFERENCES: A. The publications listed below form a part of this specification to the extent referenced. The publications are referred to in the text by basic designation only. B. U.S. National Archives and Records Administration (NARA): 33 CFR 328 ............................Definitions 1.4 SUBMITTALS: A. In accordance with Section, 01 33 23, SHOP DRAWINGS, PRODUCT DATA, AND SAMPLES, furnish the following: 1. Environmental Protection Plan: After the contract is awarded and prior to the commencement of the work, the Contractor shall meet with the Resident Engineer to discuss the proposed Environmental Protection Plan and to develop mutual understanding relative to details of environmental protection. Not more than 20 days after the meeting, the Contractor shall prepare and submit to the Resident Engineer and the Contracting Officer for approval, a written and/or graphic Environmental Protection Plan including, but not limited to, the following: a. Name(s) of person(s) within the Contractor's organization who is (are) responsible for ensuring adherence to the Environmental Protection Plan. b. Name(s) and qualifications of person(s) responsible for manifesting hazardous waste to be removed from the site. c. Name(s) and qualifications of person(s) responsible for training the Contractor's environmental protection personnel. Temporary Environmental Controls Section 01 57 19 - Page 2 Master Page Number 184 of 323 VA-248-11-RP-0060 TBD James A Haley VA Hospital Replace Operating Room Area Roof Bldg 1(FCA D) Project No: 673-11-120 d. Description of the Contractor's environmental protection personnel training program. e. A list of Federal, State, and local laws, regulations, and permits concerning environmental protection, pollution control, noise control and abatement that are applicable to the Contractor's proposed operations and the requirements imposed by those laws, regulations, and permits. f. Methods for protection of features to be preserved within authorized work areas including trees, shrubs, vines, grasses, ground cover, landscape features, air and water quality, fish and wildlife, soil, historical, and archeological and cultural resources. g. Procedures to provide the environmental protection that comply with the applicable laws and regulations. Describe the procedures to correct pollution of the environment due to accident, natural causes, or failure to follow the procedures as described in the Environmental Protection Plan. h. Permits, licenses, and the location of the solid waste disposal area. i. Drawings showing locations of any proposed temporary excavations or embankments for haul roads, material storage areas, structures, sanitary facilities, and stockpiles of excess or spoil materials. Include as part of an Erosion Control Plan approved by the District Office of the U.S. Soil Conservation Service and the Department of Veterans Affairs. j. Environmental Monitoring Plans for the job site including land, water, air, and noise. k. Work Area Plan showing the proposed activity in each portion of the area and identifying the areas of limited use or nonuse. Plan should include measures for marking the limits of use areas. This plan may be incorporated within the Erosion Control Plan. B. Approval of the Contractor's Environmental Protection Plan will not relieve the Contractor of responsibility for adequate and continued control of pollutants and other environmental protection measures. Temporary Environmental Controls Section 01 57 19 - Page 3 Master Page Number 185 of 323 VA-248-11-RP-0060 TBD James A Haley VA Hospital Replace Operating Room Area Roof Bldg 1(FCA D) Project No: 673-11-120 1.5 PROTECTION OF ENVIRONMENTAL RESOURCES: A. Protect environmental resources within the project boundaries and those affected outside the limits of permanent work during the entire period of this contract. Confine activities to areas defined by the specifications and drawings. B. Protection of Land Resources: Prior to construction, identify all land resources to be preserved within the work area. Do not remove, cut, deface, injure, or destroy land resources including trees, shrubs, vines, grasses, top soil, and land forms without permission from the Resident Engineer. Do not fasten or attach ropes, cables, or guys to trees for anchorage unless specifically authorized, or where special emergency use is permitted. 1. Work Area Limits: Prior to any construction, mark the areas that require work to be performed under this contract. Mark or fence isolated areas within the general work area that are to be saved and protected. Protect monuments, works of art, and markers before construction operations begin. Convey to all personnel the purpose of marking and protecting all necessary objects. 2. Protection of Landscape: Protect trees, shrubs, vines, grasses, land forms, and other landscape features shown on the drawings to be preserved by marking, fencing, or using any other approved techniques. a. Box and protect from damage existing trees and shrubs to remain on the construction site. b. Immediately repair all damage to existing trees and shrubs by trimming, cleaning, and painting with antiseptic tree paint. c. Do not store building materials or perform construction activities closer to existing trees or shrubs than the farthest extension of their limbs. 3. Reduction of Exposure of Unprotected Erodible Soils: Plan and conduct earthwork to minimize the duration of exposure of unprotected soils. Clear areas in reasonably sized increments only as needed to use. Form earthwork to final grade as shown. Immediately protect side slopes and back slopes upon completion of rough grading. 4. Temporary Protection of Disturbed Areas: Construct diversion ditches, benches, and berms to retard and divert runoff from the Temporary Environmental Controls Section 01 57 19 - Page 4 Master Page Number 186 of 323 VA-248-11-RP-0060 TBD James A Haley VA Hospital Replace Operating Room Area Roof Bldg 1(FCA D) Project No: 673-11-120 construction site to protected drainage areas approved under paragraph 208 of the Clean Water Act. a. Sediment Basins: Trap sediment from construction areas in temporary or permanent sediment basins that accommodate the runoff of a local (design year) storm. After each storm, pump the basins dry and remove the accumulated sediment. Control overflow/drainage with paved weirs or by vertical overflow pipes, draining from the surface. b. Reuse or conserve the collected topsoil sediment as directed by the Resident Engineer. Topsoil use and requirements are specified in Section 31 20 00, EARTH MOVING. c. Institute effluent quality monitoring programs as required by Federal, State, and local environmental agencies. 5. Erosion and Sedimentation Control Devices: The erosion and sediment controls selected and maintained by the Contractor shall be such that water quality standards are not violated as a result of the Contractor's activities. Construct or install all temporary and permanent erosion and sedimentation control features on the Environmental Protection Plan. Maintain temporary erosion and sediment control measures such as berms, dikes, drains, sedimentation basins, grassing, and mulching, until permanent drainage and erosion control facilities are completed and operative. 6. Manage borrow areas on Government property to minimize erosion and to prevent sediment from entering nearby water courses or lakes. 7. Manage and control spoil areas on Government property to limit spoil to areas shown on the Environmental Protection Plan and prevent erosion of soil or sediment from entering nearby water courses or lakes. 8. Protect adjacent areas from despoilment by temporary excavations and embankments. 9. Handle and dispose of solid wastes in such a manner that will prevent contamination of the environment. Place solid wastes (excluding clearing debris) in containers that are emptied on a regular schedule. Transport all solid waste off Government property and dispose of waste in compliance with Federal, State, and local requirements. Temporary Environmental Controls Section 01 57 19 - Page 5 Master Page Number 187 of 323 VA-248-11-RP-0060 TBD James A Haley VA Hospital Replace Operating Room Area Roof Bldg 1(FCA D) Project No: 673-11-120 10. Store chemical waste away from the work areas in corrosion resistant containers and dispose of waste in accordance with Federal, State, and local regulations. 11. Handle discarded materials other than those included in the solid waste category as directed by the Resident Engineer. C. Protection of Water Resources: Keep construction activities under surveillance, management, and control to avoid pollution of surface and ground waters and sewer systems. Implement management techniques to control water pollution by the listed construction activities that are included in this contract. 1. Washing and Curing Water: Do not allow wastewater directly derived from construction activities to enter water areas. Collect and place wastewater in retention ponds allowing the suspended material to settle, the pollutants to separate, or the water to evaporate. 2. Control movement of materials and equipment at stream crossings during construction to prevent violation of water pollution control standards of the Federal, State, or local government. 3. Monitor water areas affected by construction. D. Protection of Fish and Wildlife Resources: Keep construction activities under surveillance, management, and control to minimize interference with, disturbance of, or damage to fish and wildlife. Prior to beginning construction operations, list species that require specific attention along with measures for their protection. E. Protection of Air Resources: Keep construction activities under surveillance, management, and control to minimize pollution of air resources. Burning is not permitted on the job site. Keep activities, equipment, processes, and work operated or performed, in strict accordance with the State of Florida DEP and Federal emission and performance laws and standards. Maintain ambient air quality standards set by the Environmental Protection Agency, for those construction operations and activities specified. 1. Particulates: Control dust particles, aerosols, and gaseous byproducts from all construction activities, processing, and preparation of materials (such as from asphaltic batch plants) at all times, including weekends, holidays, and hours when work is not in progress. 2. Particulates Control: Maintain all excavations, stockpiles, haul roads, permanent and temporary access roads, plant sites, spoil Temporary Environmental Controls Section 01 57 19 - Page 6 Master Page Number 188 of 323 VA-248-11-RP-0060 TBD James A Haley VA Hospital Replace Operating Room Area Roof Bldg 1(FCA D) Project No: 673-11-120 areas, borrow areas, and all other work areas within or outside the project boundaries free from particulates which would cause a hazard or a nuisance. Sprinklering, chemical treatment of an approved type, light bituminous treatment, baghouse, scrubbers, electrostatic precipitators, or other methods are permitted to control particulates in the work area. 3. Hydrocarbons and Carbon Monoxide: Control monoxide emissions from equipment to Federal and State allowable limits. 4. Odors: Control odors of construction activities and prevent obnoxious odors from occurring. F. Reduction of Noise: Minimize noise using every action possible. Perform noiseproducing work in less sensitive hours of the day or week as directed by the Resident Engineer. Maintain noise-produced work at or below the decibel levels and within the time periods specified. 1. Perform construction activities involving repetitive, high-level impact noise only between 8:00 A.M. and 6:00 P.M. unless otherwise permitted by local ordinance or the Resident Engineer. Repetitive impact noise on the property shall not exceed the following dB limitations: Time Duration of Impact Noise Sound Level in dB More than 12 minutes in any hour 70 Less than 30 seconds of any hour 85 Less than three minutes of any hour 80 Less than 12 minutes of any hour 75 2. Provide sound-deadening devices on equipment and take noise abatement measures that are necessary to comply with the requirements of this contract, consisting of, but not limited to, the following: a. Maintain maximum permissible construction equipment noise levels at 15 m (50 feet) (dBA): EARTHMOVING FRONT LOADERS Temporary Environmental Controls Section 01 57 19 - Page 7 75 MATERIALS HANDLING CONCRETE MIXERS 75 Master Page Number 189 of 323 VA-248-11-RP-0060 TBD James A Haley VA Hospital Replace Operating Room Area Roof Bldg 1(FCA D) Project No: 673-11-120 BACKHOES 75 CONCRETE PUMPS 75 DOZERS 75 CRANES 75 TRACTORS 75 DERRICKS IMPACT 75 SCAPERS 80 PILE DRIVERS 95 GRADERS 75 JACK HAMMERS 75 TRUCKS 75 ROCK DRILLS 80 PAVERS, STATIONARY 80 PNEUMATIC TOOLS 80 PUMPS 75 GENERATORS 75 SAWS 75 COMPRESSOR S 75 VIBRATORS 75 b. Use shields or other physical barriers to restrict noise transmission. c. Provide soundproof housings or enclosures for noise-producing machinery. d. Use efficient silencers on equipment air intakes. e. Use efficient intake and exhaust mufflers on internal combustion engines that are maintained so equipment performs below noise levels specified. f. Line hoppers and storage bins with sound deadening material. g. Conduct truck loading, unloading, and hauling operations so that noise is kept to a minimum. 3. Measure sound level for noise exposure due to the construction at least once every five successive working days while work is being performed above 55 dB(A) noise level. Measure noise exposure at the property line or 15 m (50 feet) from the noise source, whichever is greater. Measure the sound levels on the A weighing network of a General Purpose sound level meter at slow response. To minimize the effect of reflective sound waves at buildings, take measurements at 914 to 1829 mm (three to six feet) in front of any building face. Submit the recorded information to the Resident Engineer noting any problems and the alternatives for mitigating actions. Temporary Environmental Controls Section 01 57 19 - Page 8 Master Page Number 190 of 323 VA-248-11-RP-0060 TBD James A Haley VA Hospital Replace Operating Room Area Roof Bldg 1(FCA D) Project No: 673-11-120 G. Restoration of Damaged Property: If any direct or indirect damage is done to public or private property resulting from any act, omission, neglect, or misconduct, the Contractor shall restore the damaged property to a condition equal to that existing before the damage at no additional cost to the Government. Repair, rebuild, or restore property as directed or make good such damage in an acceptable manner. H. Final Clean-up: On completion of project and after removal of all debris, rubbish, and temporary construction, Contractor shall leave the construction area in a clean condition satisfactory to the Resident Engineer. Cleaning shall include off the station disposal of all items and materials not required to be salvaged, as well as all debris and rubbish resulting from demolition and new work operations. ---END--- Temporary Environmental Controls Section 01 57 19 - Page 9 Master Page Number 191 of 323 VA-248-11-RP-0060 TBD James A Haley VA Hospital Replace Operating Room Area Roof Bldg 1(FCA D) Project No: 673-11-120 SECTION 01 74 19 CONSTRUCTION WASTE MANAGEMENT PART 1 – GENERAL 1.1 DESCRIPTION A. This section specifies the requirements for the management of non-hazardous building construction and demolition waste. B. Waste disposal in landfills shall be minimized to the greatest extent possible. Of the inevitable waste that is generated, as much of the waste material as economically feasible shall be salvaged, recycled or reused. C. Contractor shall use all reasonable means to divert construction and demolition waste from landfills and incinerators, up to 50% by 2015 (FY 10 = 10%, FY 11 = 20%, FY 12 = 30%, FY 13 = 40%, FY 14 = 50%), and facilitate their salvage and recycle per executive order 13514, located at http://www.whitehouse.gov/assets/documents/2009fedleader_eo_rel.pdf, not limited to the following: 1. Waste Management Plan development and implementation. 2. Techniques to minimize waste generation. 3. Sorting and separating of waste materials. 4. Salvage of existing materials and items for reuse or resale. 5. Recycling of materials that cannot be reused or sold. D. At a minimum the following waste categories shall be diverted from landfills: 1. Soil. 2. Inerts (eg, concrete, masonry and asphalt). 3. Clean dimensional wood and palette wood. 4. Green waste (biodegradable landscaping materials). 5. Engineered wood products (plywood, particle board and I-joists, etc). 6. Metal products (eg, steel, wire, beverage containers, etc). 7. Cardboard, paper and packaging. 8. Bitumen roofing materials. 9. Plastics (eg, ABS, PVC). 10. Carpet and/or pad. 11. Gypsum board. 12. Insulation. Construction Waste Management Section 01 74 19 - Page 1 Master Page Number 192 of 323 VA-248-11-RP-0060 TBD James A Haley VA Hospital Replace Operating Room Area Roof Bldg 1(FCA D) Project No: 673-11-120 13. Paint. 1.2 RELATED WORK A. Section 02 41 00, DEMOLITION. B. Section 01 00 00, GENERAL REQUIREMENTS. C. Lead Paint: Section 02 83 33.13, LEAD BASED PAINT REMOVAL AND DISPOSAL. 1.3 QUALITY ASSURANCE A. Contractor shall practice efficient waste management when sizing, cutting and installing building products. Processes shall be employed to ensure the generation of as little waste as possible. Construction / Demolition waste includes products of the following: 1. Excess or unusable construction materials. 2. Packaging used for construction products. 3. Poor planning and/or layout. 4. Construction error. 5. Over ordering. 6. Weather damage. 7. Contamination. 8. Mishandling. 9. Breakage. B. Establish and maintain the management of non-hazardous building construction and demolition waste set forth herein. Conduct a site assessment to estimate the types of materials that will be generated by demolition and construction. C. Contractor shall develop and implement procedures to reuse and recycle new materials to a minimum of 50 percent. D. Contractor shall be responsible for implementation of any special programs involving rebates or similar incentives related to recycling. Any revenues or savings obtained from salvage or recycling shall accrue to the contractor. E. Contractor shall provide all demolition, removal and legal disposal of materials. Contractor shall ensure that facilities used for recycling, reuse and disposal shall be permitted for the intended use to the extent required by local, state, federal regulations. The Whole Building Design Guide website http://www.wbdg.org provides a Construction Waste Management Database that contains information on companies that haul. Collect, and process recyclable debris from construction projects. Construction Waste Management Section 01 74 19 - Page 2 Master Page Number 193 of 323 VA-248-11-RP-0060 TBD James A Haley VA Hospital Replace Operating Room Area Roof Bldg 1(FCA D) Project No: 673-11-120 F. Contractor shall assign a specific area to facilitate separation of materials for reuse, salvage, recycling, and return. Such areas are to be kept neat and clean and clearly marked in order to avoid contamination or mixing of materials. G. Contractor shall provide on-site instructions and supervision of separation, handling, salvaging, recycling, reuse and return methods to be used by all parties during waste generating stages. H. Record on daily reports any problems in complying with laws, regulations and ordinances with corrective action taken. 1.4 TERMINOLOGY A. Class III Landfill: A landfill that accepts non-hazardous resources such as household, commercial and industrial waste resulting from construction, remodeling, repair and demolition operations. B. Clean: Untreated and unpainted; uncontaminated with adhesives, oils, solvents, mastics and like products. C. Construction and Demolition Waste: Includes all non-hazardous resources resulting from construction, remodeling, alterations, repair and demolition operations. D. Dismantle: The process of parting out a building in such a way as to preserve the usefulness of its materials and components. E. Disposal: Acceptance of solid wastes at a legally operating facility for the purpose of land filling (includes Class III landfills and inert fills). F. Inert Backfill Site: A location, other than inert fill or other disposal facility, to which inert materials are taken for the purpose of filling an excavation, shoring or other soil engineering operation. G. Inert Fill: A facility that can legally accept inert waste, such as asphalt and concrete exclusively for the purpose of disposal. H. Inert Solids/Inert Waste: Non-liquid solid resources including, but not limited to, soil and concrete that does not contain hazardous waste or soluble pollutants at concentrations in excess of water-quality objectives established by a regional water board, and does not contain significant quantities of decomposable solid resources. I. Mixed Debris: Loads that include commingled recyclable and non-recyclable materials generated at the construction site. Construction Waste Management Section 01 74 19 - Page 3 Master Page Number 194 of 323 VA-248-11-RP-0060 TBD James A Haley VA Hospital Replace Operating Room Area Roof Bldg 1(FCA D) Project No: 673-11-120 J. Mixed Debris Recycling Facility: A solid resource processing facility that accepts loads of mixed construction and demolition debris for the purpose of recovering re-usable and recyclable materials and disposing non-recyclable materials. K. Permitted Waste Hauler: A company that holds a valid permit to collect and transport solid wastes from individuals or businesses for the purpose of recycling or disposal. L. Recycling: The process of sorting, cleansing, treating, and reconstituting materials for the purpose of using the altered form in the manufacture of a new product. Recycling does not include burning, incinerating or thermally destroying solid waste. 1. On-site Recycling – Materials that are sorted and processed on site for use in an altered state in the work, i.e. concrete crushed for use as a sub-base in paving. 2. Off-site Recycling – Materials hauled to a location and used in an altered form in the manufacture of new products. M. Recycling Facility: An operation that can legally accept materials for the purpose of processing the materials into an altered form for the manufacture of new products. Depending on the types of materials accepted and operating procedures, a recycling facility may or may not be required to have a solid waste facilities permit or be regulated by the local enforcement agency. N. Reuse: Materials that are recovered for use in the same form, on-site or off-site. O. Return: To give back reusable items or unused products to vendors for credit. P. Salvage: To remove waste materials from the site for resale or re-use by a third party. Q. Source-Separated Materials: Materials that are sorted by type at the site for the purpose of reuse and recycling. R. Solid Waste: Materials that have been designated as non-recyclable and are discarded for the purposes of disposal. S. Transfer Station: A facility that can legally accept solid waste for the purpose of temporarily storing the materials for re-loading onto other trucks and transporting them to a landfill for disposal, or recovering some materials for re-use or recycling. 1.5 SUBMITTALS A. In accordance with Section 01 33 23, SHOP DRAWINGS, PRODUCT DATA, and SAMPLES, furnish the following: Construction Waste Management Section 01 74 19 - Page 4 Master Page Number 195 of 323 VA-248-11-RP-0060 TBD James A Haley VA Hospital Replace Operating Room Area Roof Bldg 1(FCA D) Project No: 673-11-120 B. Prepare and submit to the Resident Engineer a written demolition debris management plan. The plan shall include, but not be limited to, the following information: 1. Procedures to be used for debris management. 2. Techniques to be used to minimize waste generation. 3. Analysis of the estimated job site waste to be generated: a. List of each material and quantity to be salvaged, reused, recycled. b. List of each material and quantity proposed to be taken to a landfill. 4. Detailed description of the Means/Methods to be used for material handling. a. On site: Material separation, storage, protection where applicable. b. Off site: Transportation means and destination. Include list of materials. 1) Description of materials to be site-separated and self-hauled to designated facilities. 2) Description of mixed materials to be collected by designated waste haulers and removed from the site. c. The names and locations of mixed debris reuse and recycling facilities or sites. d. The names and locations of trash disposal landfill facilities or sites. e. Documentation that the facilities or sites are approved to receive the materials. C. Designated Manager responsible for instructing personnel, supervising, documenting and administer over meetings relevant to the Waste Management Plan. D. Monthly summary of construction and demolition debris diversion and disposal, quantifying all materials generated at the work site and disposed of or diverted from disposal through recycling. 1.6 APPLICABLE PUBLICATIONS Publications listed below form a part of this specification to the extent referenced. Publications are referenced by the basic designation only. In the event that criteria requirements conflict, the most stringent requirements shall be met. A. U.S. Green Building Council (USGBC): Construction Waste Management Section 01 74 19 - Page 5 Master Page Number 196 of 323 VA-248-11-RP-0060 TBD James A Haley VA Hospital Replace Operating Room Area Roof Bldg 1(FCA D) Project No: 673-11-120 LEED Green Building Rating System for New Construction 1.7 RECORDS Maintain records to document the quantity of waste generated; the quantity of waste diverted through sale, reuse, or recycling; and the quantity of waste disposed by landfill or incineration. PART 2 - PRODUCTS 2.1 MATERIALS A. List of each material and quantity to be salvaged, recycled, reused. B. List of each material and quantity proposed to be taken to a landfill. C. Material tracking data: Receiving parties, dates removed, transportation costs, weight tickets, tipping fees, manifests, invoices, net total costs or savings. PART 3 - EXECUTION 3.1 COLLECTION A. Provide all necessary containers, bins and storage areas to facilitate effective waste management. B. Clearly identify containers, bins and storage areas so that recyclable materials are separated from trash and can be transported to respective recycling facility for processing. C. Hazardous wastes shall be separated, stored, disposed of according to local, state, federal regulations. 3.2 DISPOSAL A. Contractor shall be responsible for transporting and disposing of materials that cannot be delivered to a source-separated or mixed materials recycling facility to a transfer station or disposal facility that can accept the materials in accordance with state and federal regulations. B. Construction or demolition materials with no practical reuse or that cannot be salvaged or recycled shall be disposed of at a landfill or incinerator. Construction Waste Management Section 01 74 19 - Page 6 Master Page Number 197 of 323 VA-248-11-RP-0060 TBD James A Haley VA Hospital Replace Operating Room Area Roof Bldg 1(FCA D) Project No: 673-11-120 3.3 REPORT A. With each application for progress payment, submit a summary of construction and demolition debris diversion and disposal including beginning and ending dates of period covered. B. Quantify all materials diverted from landfill disposal through salvage or recycling during the period with the receiving parties, dates removed, transportation costs, weight tickets, manifests, invoices. Include the net total costs or savings for each salvaged or recycled material. C. Quantify all materials disposed of during the period with the receiving parties, dates removed, transportation costs, weight tickets, tipping fees, manifests, invoices. Include the net total costs for each disposal. - - - END - - - Construction Waste Management Section 01 74 19 - Page 7 Master Page Number 198 of 323 VA-248-11-RP-0060 TBD James A Haley VA Hospital Replace Operating Room Area Roof Bldg 1(FCA D) Project No: 673-11-120 SECTION 02 41 00 DEMOLITION PART 1 - GENERAL 1.1 DESCRIPTION: This section specifies demolition and removal of buildings, portions of buildings, utilities, other structures and debris from trash dumps shown. 1.2 RELATED WORK: A. Disconnecting utility services prior to demolition: Section 01 00 00, GENERAL REQUIREMENTS. B. Reserved items that are to remain the property of the Government: Section 01 00 00, GENERAL REQUIREMENTS. C. Environmental Protection: Section 01 57 19, TEMPORARY ENVIRONMENTAL CONTROLS. D. Infectious Control: Section 01 00 00, GENERAL REQUIREMENTS, Article 1.8, INFECTION PREVENTION MEASURES. 1.3 PROTECTION: A. Perform demolition in such manner as to eliminate hazards to persons and property; to minimize interference with use of adjacent areas, utilities and structures or interruption of use of such utilities; and to provide free passage to and from such adjacent areas of structures. B. Provide safeguards, including warning signs, barricades, temporary fences, warning lights, and other similar items that are required for protection of all personnel during demolition and removal operations. Comply with requirements of Section 01 00 00, GENERAL REQUIREMENTS, Article 1.10 PROTECTION OF EXISTING VEGETATION, STRUCTURES, EQUIPMENT, UTILITIES AND IMPROVEMENTS. C. Maintain fences, barricades, lights, and other similar items around exposed excavations until such excavations have been completely filled. D. Provide enclosed dust chutes with control gates from each floor to carry debris to truck beds and govern flow of material into truck. Provide overhead bridges of tight board or prefabricated metal construction at dust chutes to protect persons and property from falling debris. Demolition Section 02 41 00 - Page 1 Master Page Number 199 of 323 VA-248-11-RP-0060 TBD James A Haley VA Hospital Replace Operating Room Area Roof Bldg 1(FCA D) Project No: 673-11-120 E. Prevent spread of flying particles and dust. Sprinkle rubbish and debris with water to keep dust to a minimum. Do not use water if it results in hazardous or objectionable condition such as, but not limited to; ice, flooding, or pollution. Vacuum and dust the work area daily. F. In addition to previously listed fire and safety rules to be observed in performance of work, include following: 1. No wall or part of wall shall be permitted to fall outwardly from structures. 2. Maintain at least one stairway in each structure in usable condition to highest remaining floor. Keep stairway free of obstructions and debris until that level of structure has been removed. 3. Wherever a cutting torch or other equipment that might cause a fire is used, provide and maintain fire extinguishers nearby ready for immediate use. Instruct all possible users in use of fire extinguishers. 4. Keep hydrants clear and accessible at all times. Prohibit debris from accumulating within a radius of 4572 mm (15 feet) of fire hydrants. G. Before beginning any demolition work, the Contractor shall survey the site and examine the drawings and specifications to determine the extent of the work. The contractor shall take necessary precautions to avoid damages to existing items to remain in place, to be reused, or to remain the property of the Medical Center; any damaged items shall be repaired or replaced as approved by the Resident Engineer. The Contractor shall coordinate the work of this section with all other work and shall construct and maintain shoring, bracing, and supports as required. The Contractor shall ensure that structural elements are not overloaded and shall be responsible for increasing structural supports or adding new supports as may be required as a result of any cutting, removal, or demolition work performed under this contract. Do not overload structural elements. Provide new supports and reinforcement for existing construction weakened by demolition or removal works. Repairs, reinforcement, or structural replacement must have Resident Engineer’s approval. H. The work shall comply with the requirements of Section 01 57 19, TEMPORARY ENVIRONMENTAL CONTROLS. Demolition Section 02 41 00 - Page 2 Master Page Number 200 of 323 VA-248-11-RP-0060 TBD James A Haley VA Hospital Replace Operating Room Area Roof Bldg 1(FCA D) Project No: 673-11-120 I. The work shall comply with the requirements of Section 01 00 00, GENERAL REQUIREMENTS, Article 1.8 INFECTION PREVENTION MEASURES. 1.4 UTILITY SERVICES: A. Demolish and remove outside utility service lines shown to be removed. B. Remove abandoned outside utility lines, conduit pipe support not intended for reuse shall be removed to facilitate the re-roofing work . PART 2 - PRODUCTS (NOT USED) PART 3 – EXECUTION 3.1 DEMOLITION: A. Completely demolish and remove buildings and structures, including all appurtenances related or connected thereto, as noted below: 1. Remove of the old roof down to the light concrete, and dry the entire roof. Reinstalling 4 inches of urethanes foam, apply a sealer (coating) over the entire New Roof. As required for installation of new roofing. B. Debris, including brick, concrete, stone, metals and similar materials shall become property of Contractor and shall be disposed of by him daily, off the Medical Center to avoid accumulation at the demolition site. Materials that cannot be removed daily shall be stored in areas specified by the Resident Engineer. Break up concrete slabs below grade that do not require removal from present location into pieces not exceeding 610 mm (24 inches) square to permit drainage. Contractor shall dispose debris in compliance with applicable federal, state or local permits, rules and/or regulations. C. In removing buildings and structures of more than two stories, demolish work story by story starting at highest level and progressing down to third floor level. Demolition of first and second stories may proceed simultaneously. D. Remove and legally dispose of all materials, other than earth to remain as part of project work, from any trash dumps shown. Materials removed shall become property of contractor and shall be disposed of in compliance with applicable federal, state or local permits, rules and/or regulations. All materials in the indicated trash dump areas, including above surrounding grade and extending to a depth of 1524mm (5 feet) below surrounding grade, shall be included as part of the lump sum compensation for the work of this section. Materials that are located beneath the surface of the surrounding ground more than 1524 mm (5 feet), or materials that are discovered to be hazardous, shall be Demolition Section 02 41 00 - Page 3 Master Page Number 201 of 323 VA-248-11-RP-0060 TBD James A Haley VA Hospital Replace Operating Room Area Roof Bldg 1(FCA D) Project No: 673-11-120 handled as unforeseen. The removal of hazardous material shall be referred to Hazardous Materials specifications. E. Remove existing utilities as indicated or uncovered by work and terminate in a manner conforming to the nationally recognized code covering the specific utility and approved by the Resident Engineer. When Utility lines are encountered that are not indicated on the drawings, the Resident Engineer shall be notified prior to further work in that area. 3.2 CLEAN-UP: On completion of work of this section and after removal of all debris, leave site in clean condition satisfactory to Resident Engineer. Clean-up shall include off the Medical Center disposal of all items and materials not required to remain property of the Government as well as all debris and rubbish resulting from demolition operations. ---END--- Demolition Section 02 41 00 - Page 4 Master Page Number 202 of 323 VA-248-11-RP-0060 TBD James A Haley VA Hospital Replace Operating Room Area Roof Bldg 1(FCA D) Project No: 673-11-120 SECTION 03 52 00 LIGHTWEIGHT CONCRETE ROOF INSULATION PART 1 - GENERAL 1.1 DESCRIPTION Section specifies insulating concrete placed on a prepared structural deck and integral insulating board composite construction. 1.2 RELATED WORK A. Insulating concrete for interstitial decks: Section 03 55 11, GYPSUM CONCRETE FLOOR DECKS B. Roof decks: Section 03 51 16, GYPSUM CONCRETE ROOF DECKS. 1.3 SUBMITTALS A. Submit in accordance with Section 01 33 23, SHOP DRAWINGS, PRODUCT DATA AND SAMPLES. B. Manufacturer's Literature and Data: 1. Description of material. 2. Specifications for mixing, placing, curing and protection of insulating concrete. 3. Interstitial deck: Test specimens reports. C. Certificates: Aggregate or foam manufacturer's written certification that applicator has equipment and training to provide a satisfactory installation. 1.4 DELIVERY, STORAGE AND HANDLING A. Deliver and store packaged materials in original containers with seals unbroken and labels intact. B. Store in dry and watertight facilities. Do not store materials on ground. 1.5 APPLICABLE PUBLICATIONS A. Publications listed below form a part of this specification to extent referenced. Publications are referenced in text by basic designation only. B. American Concrete Institute (ACI): 305R-99............................Hot Weather Concreting 306R-(R02) ......................Cold Weather Concreting 308-(R01) .........................Curing Concrete 523.1R-06.........................Guide for Cast-in-Place Low-Density Concrete Lightweight Concrete Roof Insulation Section 03 52 00 - Page 1 Master Page Number 203 of 323 VA-248-11-RP-0060 TBD James A Haley VA Hospital Replace Operating Room Area Roof Bldg 1(FCA D) Project No: 673-11-120 C. American Society for Testing and Materials (ASTM): A82/A80M-07 ..................Steel Wire, Plain, for Concrete Reinforcement A185/A185M-07 ..............Steel Welded Wire Fabric, Plain, for Concrete Reinforcement C150-07............................Portland Cement C260-06............................Air-Entraining Admixtures for Concrete C309-07............................Liquid Membrane Forming Compounds for Curing Concrete C332-07............................Lightweight Aggregates for Insulating Concrete C495-07............................Compressive Strength of Lightweight Insulating Concrete C578-08b..........................Rigid Cellular Polystyrene Thermal Insulation C665-06............................Mineral Fiber Blanket Thermal Insulation for Light Frame Construction and Manufactured Housing C796-04............................Foaming Agents For Use in Producing Cellular Concrete Using Preformed Foam C869-91(R06) ..................Foaming Agents Used in Making Preformed Foam for Cellular Concrete PART 2 - PRODUCTS 2.1 MATERIALS A. B. Portland cement: ASTM C150, Type I or Type III. Lightweight Aggregate: Vermiculite or Perlite conforming to ASTM C332, Group I. C. Foaming Agent: ASTM C869. D. Air-Entrainment Agent: 1. ASTM C260 type recommended by the aggregate manufacturer. 2. Admixtures with chloride salts or regenerated foam types not acceptable. E. Water: Clean and potable, free from impurities detrimental to the concrete. F. Insulation and Control Joint Filler: 1. Control Joint Filler: Glass fiber or similar vapor permeable highly compressible material which will compress Lightweight Concrete Roof Insulation Section 03 52 00 - Page 2 Master Page Number 204 of 323 VA-248-11-RP-0060 TBD James A Haley VA Hospital Replace Operating Room Area Roof Bldg 1(FCA D) Project No: 673-11-120 to one-half its thickness under a load of 172 kPa (25 psi) or less. 2. Insulation: ASTM C665, unfaced for relief vents. a. Use wire mesh reinforcing when roof deck slopes exceed 4 inches in 12 inches and for fire rated roof assemblies using metal decking. 3. Insulation Board: a. Polystyrene: ASTM C578, Type I. b. Board with evenly distributed holes or slots for bonding; approximately 3 percent open area. G. Wire Mesh Reinforcing 1. Hexagonal Mesh: Fabricated of ASTM A82, galvanized steel wire 0.91 mm (0.0359-inch) diameter twisted to form 51 mm (2-inch) hexagons with WO.5 galvanized steel wire woven into mesh spaced 457 mm (18-inches) apart. 2. Welded wire fabric: ASTM A185, 102 x 203 mm (4 by 8-inches) W1.2/W05 - or 51 x 51 mm (2 by 2-inches) - W05/W0.5. H. Admixtures: 1. Air Entraining: ASTM C260, Type recommended by the aggregate manufacturer. Admixtures with chloride salts or pregenerated foam types are not acceptable for vermiculite or perlite concrete. 2. Accelerating, Retarding, and Water Reducing: ASTM C494, Type as recommended by insulating concrete manufacturer. I. Concrete Sealer: ASTM C309, Type 2, white, pigmented, curing, sealing, hardening and dustproofing concrete, and compatible with latex paint or acrylic paint, not acting as a bond breaker for the paint. 2.2 MIXES AND MIXING Roof Deck A. Mix insulating concrete in accordance with ACI 523.1R or manufacturer's printed specifications where more demanding. B. Place in accordance with chapter 5 of ACI 523.1R, or manufacturer’s specifications where more demanding. 1. Cold Weather Concreting: ACI 306R and ACI 523.1R. Remove and replace frozen concrete. 2. Hot Weather Concreting ACI 305R. Lightweight Concrete Roof Insulation Section 03 52 00 - Page 3 Master Page Number 205 of 323 VA-248-11-RP-0060 TBD James A Haley VA Hospital Replace Operating Room Area Roof Bldg 1(FCA D) Project No: 673-11-120 3. Place insulating concrete to not less than 89 mm (3- 1/2 inches) over the top of the steel deck crests. 4. Smooth the placed material to a uniform finish following the screeding operation. 5. Free surface of loose material, finish smooth to receive sealer. C. Design Mix: 1. Compressive strength: Minimum 862 kPa (125 psi) when tested in accordance with ASTM C495 except do not oven dry cellular concrete samples. 2. Dry density: Maximum 449 Kg / cubic meter (28 lb / cubic foot). D. Vermiculite or Perlite aggregate mix. 1. Mix proportions as recommended by aggregate manufacturer for specified strength and density. 2. Approximate proportions: a. Ratio of 0.17 cubic meter (6 cubic feet) of aggregate to 43 Kg (94 pounds) of Portland cement. b. Air entraining agent approximately 0.05 Kg (0.11 pound) per 95 L (25 gallons) of water. c. Slump approximately 69 mm (2.7 inches). d. Water to assure uniform and consistent mix. E. Cellular concrete mix: 1. Mix proportions as recommended by foam manufacture for specified strength and cast density. 2. Preformed foam concentrate diluted at approximately 40 parts water to one part concentrate. Interstitial Deck F. Compressive Strength: Minimum 1551 kPa (225 psi). Test in accordance with ASTM C495. G. Dry density when tested in accordance with ASTM C495. 576 Kg/m3 (36 lb/ft3). 449 Kg/m3 (28 lb/ft3). H. Vermiculite or Perlite aggregate mix. Lightweight Concrete Roof Insulation Section 03 52 00 - Page 4 Master Page Number 206 of 323 VA-248-11-RP-0060 TBD James A Haley VA Hospital Replace Operating Room Area Roof Bldg 1(FCA D) Project No: 673-11-120 1. Mix proportions as recommended by aggregate manufacturer for specified strength and density. 2. Approximate proportions: Ratio of 0.11 m3 (4 cubic feet) of aggregate to 43 Kg (94 pounds) of Portland cement with air entraining agent. I. Cellular concrete mix: UL design No.P902 for cellular concrete. PART 3 - EXECUTION 3.1 INSPECTION A. Clean deck of debris, oil, and other contaminants that will prevent bond. B. Do not start until curbs, sleeves, edge venting, or other penetration forms are completed. 3.2 PLACING INSULATING CONCRETE A. Place in accordance with ACI 523.1R or manufacturer's specifications where more demanding. B. Cold Weather Concreting: ACI 306R. Remove and replace frozen concrete. C. Hot Weather Concreting: ACI 305R. D. Place reinforcement as required for fire rating and for seismic areas. 1. Lap the edges of the reinforcement 152 mm (6-inches) and the ends 152 mm (6-inches). 2. Locate at midheight of insulating concrete. 3. Place reinforcement without attachment approximately 13 mm (1/2 inch) above steel deck crests in insulating concrete. E. Place for thickness and profiles shown. F. Place concrete not less than 51 mm (2-inches), or more than 203 mm (8-inches) in thickness. G. Slope insulating concrete uniformly, 1 in 50 (1/4-inch per foot) minimum, to drains or scuppers. H. Depressions that create ponding are not acceptable. I. Leave surface free of loose material and finish to receive roofing material specified. Lightweight Concrete Roof Insulation Section 03 52 00 - Page 5 Master Page Number 207 of 323 VA-248-11-RP-0060 TBD James A Haley VA Hospital Replace Operating Room Area Roof Bldg 1(FCA D) Project No: 673-11-120 J. K. Vent insulating concrete placed on steel deck at underside through slotted holes formed in metal deck, combined with topside edge venting and roof relief vents unless ASHRAE recommends no topside roof venting. Vent insulating concrete placed over cast-in-place concrete or precast concrete substrates, through topside roof relief vents combined with edge venting unless ASHRAE recommends no roof venting. L. Roof relief Vents for Vermiculite or Perlite Concrete: 1. Under roof relief vents, remove insulating concrete to structural deck and fill with ASTM C665 insulating material. 2. Coordinate with roofing and sheet metal work to space vents minimum 152 mm (6-inches) in diameter, a maximum distance of 9 m (30 feet) from adjacent vent and from vented edge. M. Control Joints For Perlite Concrete: 1. Install minimum 25 mm (1-inch) wide control joint through thickness of perlite concrete around perimeter of roof deck and at junction of roof penetrations. 2. N. O. Fill control joints with control joint filler specified. Use cellular insulating concrete for adhesively applied single ply roofing. Define as "Insulating Concrete" on drawings. Do not use term "Light Weight Insulating Concrete". 3.3 PLACING INSULATION BOARD FOR COMPOSITE CONSTRUCTION A. Coat concrete roof deck with a slurry of the insulating concrete, minimum 3 mm (1/8-inch) thick. B. Fill the corrugations of metal decking with insulating concrete to a minimum depth of 3 mm (1/8-inch) over top of flutes. C. Set insulation boards to key into slurry. Install insulation in a stair stepped configuration to form base for slope-to-drain capability. D. Place for thickness and profiles shown. Thickness of concrete over insulation board not less than 2 inches. 3.4 CURING, PROTECTION AND TESTING A. Roof Deck: Cure in accordance with ACI 308R, or manufacturer's specification where more demanding. B. Interstitial Deck: Cure in accordance with ACI 523.1R or manufacturer’s specification where more demanding. Lightweight Concrete Roof Insulation Section 03 52 00 - Page 6 Master Page Number 208 of 323 VA-248-11-RP-0060 TBD James A Haley VA Hospital Replace Operating Room Area Roof Bldg 1(FCA D) Project No: 673-11-120 C. Interstitial Deck: After curing for not less than 30 days, for vermiculite and perlite concrete, apply on e coat of sealer at approximate rate of 3.1 m2/liter (125 square feet per gallon) to insulating concrete in accordance with sealer manufacturer’s specification. D. Do not permit traffic on insulating concrete for 72 hours after placing. E. Testing: 1. Fasteners pull-out test for roofing: Resist a 13.6 kg (30 pound) pull-out when driven into cured insulating concrete. 2. Perform roof fastener pull-out test for each 160 square meters (10 squares) or not less than 3 tests whichever is greater. 3. Patch test pull out areas after fastener is removed. 4. Selection of test location and witness of tests by Resident Engineer. 5. Take a minimum of 4 test specimens at the point of placement for 76 m3 (100 cubic yards) of material placed and each days pour. 6. Use 76 mm x 152 mm (3 inch by 6 inch) cylinders for specimens. 7. Test for compressive strength in accordance with ASTM C495 except do not oven dry cellular insulating concrete prior to compressive testing, see ASTM C796, Section 8.9. ---END--- Lightweight Concrete Roof Insulation Section 03 52 00 - Page 7 Master Page Number 209 of 323 VA-248-11-RP-0060 TBD James A Haley VA Hospital Replace Operating Room Area Roof Bldg 1(FCA D) Project No: 673-11-120 SECTION 06 10 00 ROUGH CARPENTRY PART 1 - GENERAL 1.1 DESCRIPTION: Section specifies wood blocking, framing, sheathing, furring, nailers, sub-flooring, rough hardware, and light wood construction. 1.2 SUMBITTALS: A. Submit in accordance with Section 01 33 23, SHOP DRAWINGS, PRODUCT DATA, AND SAMPLES. B. Shop Drawings showing framing connection details, fasteners, connections and dimensions. 1.3 PRODUCT DELIVERY, STORAGE AND HANDLING: A. Protect lumber and other products from dampness both during and after delivery at site. B. Pile lumber in stacks in such manner as to provide air circulation around surfaces of each piece. C. Stack plywood and other board products so as to prevent warping. D. Locate stacks on well drained areas, supported at least 152 mm (6 inches) above grade and cover with well ventilated sheds having firmly constructed over hanging roof with sufficient end wall to protect lumber from driving rain. 1.4 APPLICABLE PUBLICATIONS: A. Publications listed below form a part of this specification to extent referenced. Publications are referenced in the text by basic designation only. B. American Forest and Paper Association (AFPA): National Design Specification for Wood Construction NDS-05 ..................................Conventional Wood Frame Construction C. American Institute of Timber Construction (AITC): A190.1-2007 ..........................Structural Glued Laminated Timber D. American Society of Mechanical Engineers (ASME): B18.2.1A-96(R2005) .............Square and Hex Bolts and Screws B18.2.2-87(R2005) ................Square and Hex Nuts B18.6.1-81 (R2008) ...............Wood Screws Rough Carpentry Section 06 10 00 - Page 1 Master Page Number 210 of 323 VA-248-11-RP-0060 TBD James A Haley VA Hospital Replace Operating Room Area Roof Bldg 1(FCA D) Project No: 673-11-120 B18.6.4-1999(R2005) ............Thread Forming and Thread Cutting Tapping Screws and Metallic Drive Screws E. American Plywood Association (APA): E30U-2007 .............................Engineered Wood Construction Guide F. American Society for Testing And Materials (ASTM): A47-99(2004) .........................Ferritic Malleable Iron Castings A48-03 (2008) ........................Gray Iron Castings A653/A653M-08 ....................Steel Sheet Zinc-Coated (Galvanized) or Zinc-Iron Alloy Coated (Galvannealed) by the Hot Dip Process C954-07..................................Steel Drill Screws for the Application of Gypsum Board or Metal Plaster Bases to Steel Studs from 0.033 inch (0.84 mm) to 0.112-inch (2.84 mm) in thickness C1002-07................................Steel Self-Piercing Tapping Screws for the Application of Gypsum Panel Products or Metal Plaster Bases to Wood Studs or Metal Studs D143-94 (2007) ......................Small Clear Specimens of Timber, Method of Testing D1760-01 ...............................Pressure Treatment of Timber Products D2559-04 ...............................Adhesives for Structural Laminated Wood Products for Use Under Exterior (Wet Use) Exposure Conditions D3498-03 ...............................Adhesives for Field-Gluing Plywood to Lumber Framing for Floor Systems F844-07a ................................Washers, Steel, Plan (Flat) Unhardened for General Use F1667-05 ................................Nails, Spikes, and Staples G. Federal Specifications (Fed. Spec.): MM-L-736C ...........................Lumber; Hardwood H. Commercial Item Description (CID): A-A-55615 .............................Shield, Expansion (Wood Screw and Lag Bolt Self Threading Anchors) I. Military Specification (Mil. Spec.): MIL-L-19140E .......................Lumber and Plywood, Fire-Retardant Treated Rough Carpentry Section 06 10 00 - Page 2 Master Page Number 211 of 323 VA-248-11-RP-0060 TBD James A Haley VA Hospital Replace Operating Room Area Roof Bldg 1(FCA D) Project No: 673-11-120 J. Truss Plate Institute (TPI): TPI-1-2007 .............................Metal Plate Connected Wood Trusses K. U.S. Department of Commerce Product Standard (PS) PS 1-07 ...................................Structural Plywood PS 20-05 .................................American Softwood Lumber Standard PART 2 - PRODUCTS 2.1 LUMBER: A. Unless otherwise specified, each piece of lumber bear grade mark, stamp, or other identifying marks indicating grades of material, and rules or standards under which produced. 1. Identifying marks in accordance with rule or standard under which material is produced, including requirements for qualifications and authority of the inspection organization, usage of authorized identification, and information included in the identification. 2. Inspection agency for lumber approved by the Board of Review, American Lumber Standards Committee, to grade species used. B. Structural Members: Species and grade as listed in the AFPA, National Design Specification for Wood Construction having design stresses as shown. C. Lumber Other Than Structural: 1. Unless otherwise specified, species graded under the grading rules of an inspection agency approved by Board of Review, American Lumber Standards Committee. 2. Framing lumber: Minimum extreme fiber stress in bending of 1100. 3. Furring, blocking, nailers and similar items 102 mm (4 inches) and narrower Standard Grade; and, members 152 mm (6 inches) and wider, Number 2 Grade. 4. Board Sub-flooring: Shiplap edge, 25 mm (1 inch) thick, not less than 203 mm (8 inches) wide. D. Sizes: 1. Conforming to Prod. Std., PS20. 2. Size references are nominal sizes, unless otherwise specified, actual sizes within manufacturing tolerances allowed by standard under which produced. E. Moisture Content: 1. At time of delivery and maintained at the site. Rough Carpentry Section 06 10 00 - Page 3 Master Page Number 212 of 323 VA-248-11-RP-0060 TBD James A Haley VA Hospital Replace Operating Room Area Roof Bldg 1(FCA D) Project No: 673-11-120 2. Boards and lumber 51 mm (2 inches) and less in thickness: 19 percent or less. 3. Lumber over 51 mm (2 inches) thick: 25 percent or less. F. Fire Retardant Treatment: 1. Mil Spec. MIL-L-19140 with piece of treated material bearing identification of testing agency and showing performance rating. 2. Treatment and performance inspection, by an independent and qualified testing agency that establishes performance ratings. G. Preservative Treatment: 1. Do not treat Heart Redwood and Western Red Cedar. 2. Treat wood members and plywood exposed to weather or in contact with plaster, masonry or concrete, including framing of open roofed structures; sills, sole plates, furring, and sleepers that are less than 610 mm (24 inches) from ground; nailers, edge strips, blocking, crickets, curbs, cant, vent strips and other members used in connection with roofing and flashing materials. 3. Treat other members specified as preservative treated (PT). 4. Preservative treat by the pressure method complying with ASTM D1760, except any process involving the use of Chromated Copper arsenate (CCA) for pressure treating wood is not permitted. 2.2 PLYWOOD A. Comply with Prod. Std., PS 1. B. Bear the mark of a recognized association or independent inspection agency that maintains continuing control over quality of plywood which identifies compliance by veneer grade, group number, span rating where applicable, and glue type. C. Sheathing: 1. APA rated Exposure 1 or Exterior; panel grade CD or better. 2. Wall sheathing: a. Minimum 9 mm (11/32 inch) thick with supports 406 mm (16 inches) on center and 12 mm (15/32 inch) thick with supports 610 mm (24 inches) on center unless specified otherwise. b. Minimum 1219 mm (48 inches) wide at corners without corner bracing of framing. 3. Roof sheathing: Unless required by Structural, provide: Rough Carpentry Section 06 10 00 - Page 4 Master Page Number 213 of 323 VA-248-11-RP-0060 TBD James A Haley VA Hospital Replace Operating Room Area Roof Bldg 1(FCA D) Project No: 673-11-120 a. Minimum 9 mm (11/32 inch) thick with span rating 24/0 or 12 mm (15/32 inch) thick with span rating for supports 406 mm (16 inches) on center unless specified otherwise. b. Minimum 15 mm (19/32 inch) thick or span rating of 40/20 or 18 mm (23/32 inch) thick or span rating of 48/24 for supports 610 mm (24 inches) on center. D. Subflooring: Unless required by Structural, provide: 1. Under finish wood flooring or underlayment: a. APA Rated sheathing, Exposure 1. panel grade CD. b. Minimum 15 mm (19/32 inch) thick with span rating 32/16 or greater for supports at 406 mm (16 inches) on center and 18 mm (23/32 inch) thick with span rating 48/24 for supports at 610 mm (24 inches) on center. 2. Combination subflooring-underlayment under resilient flooring or carpet: a. APA Rated Stud-I-Floor Exterior or Exposure 1, T and G. b. Minimum 15 mm (19/32 inch) thick or greater, span rating 16, for supports at 406 mm (16 inches) on center; 18 mm (23/32 inch) thick or greater, span rating 24, for supports at 610 mm (24 inches) on center. c. Minimum 19 mm (3/4-inch) thick or greater, span rating 32, for supports at 813 mm (32 inches) on center; 29 mm (1-1/8 inch) thick, span rating 48 for supports at 1219 mm (48 inches) on center. E. Underlayment: 1. APA rated Exposure 1 or Exterior, panel grade C-C Plugged. 2. Minimum 6 mm (1/4 inch) thick or greater over plywood subflooring and 10 mm (3/8 inch) thick or greater over board subflooring, unless otherwise shown. 2.3 STRUCTURAL-USE PANELS A. Comply with APA. B. Bearing the mark of a recognized association or independent agency that maintains continuing control over quality of panel which identifies compliance by end use, Span Rating, and exposure durability classification. C. Wall and Roof Sheathing: Rough Carpentry Section 06 10 00 - Page 5 Master Page Number 214 of 323 VA-248-11-RP-0060 TBD James A Haley VA Hospital Replace Operating Room Area Roof Bldg 1(FCA D) Project No: 673-11-120 1. APA Rated sheathing panels, durability classification of Exposure 1 or Exterior Span Rating of 16/0 or greater for supports 406 mm (16 inches) on center and 24/0 or greater for supports 610 mm (24 inches) on center. D. Subflooring: 1. Under finish wood flooring or underlayment: a. APA rated sheathing panels, durability classification of Exposure 1 or Exterior. b. Span Rating of 24/16 or greater for supports 406 mm (16 inches) on 2. Under resilient floor or carpet. a. APA rated combination subfloor-underlayment grade panels, durability classification of Exposure 1 or Exterior T and G. b. Span Rating of 16 or greater for supports 406 mm (16 inches) on center and 24 or greater for supports 610 mm (24 inches) on center. E. Underlayment: 1. APA rated Exposure l. 2. Minimum 6 mm (1/4 inch) thick or greater over subfloor. F. Wood "I" Beam Members: 1. Size and Shape as shown. 2. Cambered and marked "Top up". 3. Plywood webs: PS-1, minimum 10 mm (3/8 inch) thick, unless shown otherwise. 4. Flanges: Kiln dried stress rated dense lumber minimum 38 mm (1-1/2 inch) thick, width as shown. 5. Plywood web fitted into flanges and joined with ASTM D2559 adhesive to form "I" beam section unless shown otherwise. G. Laminated Veneer Lumber (LVL): 1. Bonded jointed wood veneers with ASTM D2559 adhesive. 2. Scarf jointed wood veneers with grain of wood parallel. 3. Size as shown. 2.4 ROUGH HARDWARE AND ADHESIVES: A. Anchor Bolts: 1. ASME B18.2.1 and ANSI B18.2.2 galvanized, 13 mm (1/2 inch) unless shown otherwise. Rough Carpentry Section 06 10 00 - Page 6 Master Page Number 215 of 323 VA-248-11-RP-0060 TBD James A Haley VA Hospital Replace Operating Room Area Roof Bldg 1(FCA D) Project No: 673-11-120 2. Extend at least 203 mm (8 inches) into masonry or concrete with ends bent 51 mm (2 inches). B. Miscellaneous Bolts: Expansion Bolts: C1D, A-A-55615; lag bolt, long enough to extend at least 64 mm (2-1/2 inches) into masonry or concrete. Use 13 mm (1/2 inch) bolt unless shown otherwise. C. Washers 1. ASTM F844. 2. Use zinc or cadmium coated steel or cast iron for washers exposed to weather. D. Screws: 1. Wood to Wood: ANSI B18.6.1 or ASTM C1002. 2. Wood to Steel: ASTM C954, or ASTM C1002. E. Nails: 1. Size and type best suited for purpose unless noted otherwise. Use aluminum-alloy nails, plated nails, or zinc-coated nails, for nailing wood work exposed to weather and on roof blocking. 2. ASTM F1667: a. Common: Type I, Style 10. b. Concrete: Type I, Style 11. c. Barbed: Type I, Style 26. d. Underlayment: Type I, Style 25. e. Masonry: Type I, Style 27. f. Use special nails designed for use with ties, strap anchors, framing connectors, joists hangers, and similar items. Nails not less than 32 mm (1-1/4 inches) long, 8d and deformed or annular ring shank. F. Framing and Timber Connectors: 1. Fabricate of ASTM A446, Grade A; steel sheet not less than 1.3 mm (0.052 inch) thick unless specified otherwise. Apply standard plating to steel timber connectors after punching, forming and assembly of parts. 2. Framing Angles: Angle designed with bendable legs to provide three way anchors. 3. Straps: a. Designed to provide wind and seismic ties with sizes as shown or specified. Rough Carpentry Section 06 10 00 - Page 7 Master Page Number 216 of 323 VA-248-11-RP-0060 TBD James A Haley VA Hospital Replace Operating Room Area Roof Bldg 1(FCA D) Project No: 673-11-120 b. Strap ties not less than 32 mm (1-1/4 inches) wide. c. Punched for fastener. 4. Metal Bridging: a. Optional to wood bridging. b. V shape deformed strap with not less than 2 nail holes at ends, designed to nail to top and side of framing member and bottom and side of opposite member. c. Not less than 19 mm by 127 mm (3/4 by 5 inches) bendable nailing flange on ends. d. Fabricated of 1.0 mm (0.039 inch) minimum thick sheet. 5. Joist Hangers: a. Fabricated of 1.6 mm (0.063 inch) minimum thick sheet, U design unless shown otherwise. b. Heavy duty hangers fabricated of minimum 2.7 mm (0.108 inch) thick sheet, U design with bent top flange to lap over beam. 6. Timber Connectors: Fabricated of steel to shapes shown. 7. Joist Ties: Mild steel flats, 5 by 32 mm (3/16 by 1-1/4 inch size with ends bent about 30 degrees from horizontal, and extending at least 406 mm (16 inches) onto framing. Punch each end for three spikes. 8. Wall Anchors for Joists and Rafters: a. Mild steel strap, 5 by 32 mm (3/16 by 1-1/4 inch) with wall ends bent 51 mm (2 inches), or provide 10 by 127 mm (3/8 by 5 inch) pin through strap end built into masonry. b. Strap long enough to extend onto three joists or rafters, and punched for spiking at each bearing. c. Strap not less than 102 mm (4 inches) embedded end. 9. Joint Plates: a. Steel plate punched for nails. b. Steel plates formed with teeth or prongs for mechanically clamping plates to wood. c. Size for axial eccentricity, and fastener loads. G. Adhesives: 1. For field-gluing plywood to lumber framing floor or roof systems: ASTM D3498. 2. For structural laminated Wood: ASTM D2559. Rough Carpentry Section 06 10 00 - Page 8 Master Page Number 217 of 323 VA-248-11-RP-0060 TBD James A Haley VA Hospital Replace Operating Room Area Roof Bldg 1(FCA D) Project No: 673-11-120 PART 3 - EXECUTION 3.1 INSTALLATION OF FRAMING AND MISCELLANEOUS WOOD MEMBERS: A. Conform to applicable requirements of the following: 1. AFPA National Design Specification for Wood Construction for timber connectors. 2. AITC Timber Construction Manual for heavy timber construction. 3. AFPA WCD-number 1, Manual for House Framing for nailing and framing unless specified otherwise. 4. APA for installation of plywood or structural use panels. 5. ASTM F 499 for wood underlayment. 6. TPI for metal plate connected wood trusses. B. Fasteners: 1. Nails. a. Nail in accordance with the Recommended Nailing Schedule as specified in AFPA Manual for House Framing where detailed nailing requirements are not specified in nailing schedule. Select nail size and nail spacing sufficient to develop adequate strength for the connection without splitting the members. b. Use special nails with framing connectors. c. For sheathing and subflooring, select length of nails sufficient to extend 25 mm (1 inch) into supports. d. Use eight penny or larger nails for nailing through 25 mm (1 inch) thick lumber and for toe nailing 51 mm (2 inch) thick lumber. e. Use 16 penny or larger nails for nailing through 51 mm (2 inch) thick lumber. f. Select the size and number of nails in accordance with the Nailing Schedule except for special nails with framing anchors. g. Nailing Schedule; Using Common Nails: 1) Joist bearing on sill or girder, toe nail three-8d or framing anchor 2) Bridging to joist, toe nail each end two-8d 3) Ledger strip to beam or girder three-16d under each joint. 4) Subflooring or Sheathing: a) 152 mm (6 inch) wide or less to each joist face nail two8d. Rough Carpentry Section 06 10 00 - Page 9 Master Page Number 218 of 323 VA-248-11-RP-0060 TBD James A Haley VA Hospital Replace Operating Room Area Roof Bldg 1(FCA D) Project No: 673-11-120 b) Subflooring, more than 152 mm (6 inches) wide, to each stud or joint, face nail three-8d. c) Plywood or structural use panel to each stud or joist face nail 8d, at supported edges 152 mm (6 inches) on center and at intermediate supports 254 mm (10 inches) on center. When gluing plywood to joint framing increase nail spacing to 305 mm (12 inches) at supported edges and 508 mm (20 inches) o.c. at intermediate supports. 5) Sole plate to joist or blocking, through sub floor face nail 20d nails, 406 mm (16 inches) on center. 6) Top plate to stud, end nail two-16d. 7) Stud to sole plate, toe nail or framing anchor. Four-8d 8) Doubled studs, face nail 16d at 610 mm (24 inches) on center. 9) Built-up corner studs 16d at 610 mm (24 inches) (24 inches) on center. 10) Doubled top plates, face nails 16d at 406 mm (16 inches) on center. 11) Top plates, laps, and intersections, face nail two-16d. 12) Continuous header, two pieces 16d at 406 mm (16 inches) on center along each edge. 13) Ceiling joists to plate, toenail three-8d or framing anchor. 14) Continuous header to stud, four 16d. 15) Ceiling joists, laps over partitions, face nail three-16d or framing anchor. 16) Ceiling joists, to parallel rafters, face nail three-16d. 17) Rafter to plate, toe nail three-8d. or framing anchor. Brace 25 mm (1 inch) thick board to each stud and plate, face nail three-8d. 18) Built-up girders and beams 20d at 813 mm (32 inches) on center along each edge. 2. Bolts: a. Fit bolt heads and nuts bearing on wood with washers. b. Countersink bolt heads flush with the surface of nailers. c. Embed in concrete and solid masonry or use expansion bolts. Special bolts or screws designed for anchor to solid masonry or concrete in drilled holes may be used. d. Use toggle bolts to hollow masonry or sheet metal. Rough Carpentry Section 06 10 00 - Page 10 Master Page Number 219 of 323 VA-248-11-RP-0060 TBD James A Haley VA Hospital Replace Operating Room Area Roof Bldg 1(FCA D) Project No: 673-11-120 e. Use bolts to steel over 2.84 mm (0.112 inch, 11 gage) in thickness. Secure wood nailers to vertical structural steel members with bolts, placed one at ends of nailer and 610 mm (24 inch) intervals between end bolts. Use clips to beam flanges. 3. Drill Screws to steel less than 2.84 mm (0.112 inch) thick. a. ASTM C1002 for steel less than 0.84 mm (0.033 inch) thick. b. ASTM C 954 for steel over 0.84 mm (0.033 inch) thick. 4. Power actuated drive pins may be used where practical to anchor to solid masonry, concrete, or steel. 5. Do not anchor to wood plugs or nailing blocks in masonry or concrete. Use metal plugs, inserts or similar fastening. 6. Screws to Join Wood: a. Where shown or option to nails. b. ASTM C1002, sized to provide not less than 25 mm (1 inch) penetration into anchorage member. c. Spaced same as nails. 7. Installation of Timber Connectors: a. Conform to applicable requirements of the NFPA National Design Specification for Wood Construction. b. Fit wood to connectors and drill holes for fasteners so wood is not split. C. Set sills or plates level in full bed of mortar on masonry or concrete walls. 1. Space anchor bolts 1219 mm (4 feet) on centers between ends and within 152 mm (6 inches) of end. Stagger bolts from side to side on plates over 178 mm (7 inches) in width. 2. Use shims of slate, tile or similar approved material to level wood members resting on concrete or masonry. Do not use wood shims or wedges. 3. Closely fit, and set to required lines. D. Cut notch, or bore in accordance with NFPA Manual for House-Framing for passage of ducts wires, bolts, pipes, conduits and to accommodate other work. Repair or replace miscut, misfit or damaged work. E. Blocking Nailers, and Furring: 1. Install furring, blocking, nailers, and grounds where shown. 2. Use longest lengths practicable. Rough Carpentry Section 06 10 00 - Page 11 Master Page Number 220 of 323 VA-248-11-RP-0060 TBD James A Haley VA Hospital Replace Operating Room Area Roof Bldg 1(FCA D) Project No: 673-11-120 3. Use fire retardant treated wood blocking where shown at openings and where shown or specified. 4. Layers of Blocking or Plates: a. Stagger end joints between upper and lower pieces. b. Nail at ends and not over 610 mm (24 inches) between ends. c. Stagger nails from side to side of wood member over 127 mm (5 inches) in width. 5. Fabricate roof edge vent strips with 6 mm by 6 mm (1/4 inch by 1/4 inch) notches, 102 mm (4 inches) on center, aligned to allow for venting of insulating concrete and venting base sheet. 6. Unless otherwise shown, use wall furring 25 mm by 76 mm (1 inch by 3 inch) continuous wood strips installed plumb on walls, using wood shims where necessary so face of furring forms a true, even plane. Space furring not over 406 mm (16 inches on centers, butt joints over bearings and rigidly secure in place. Anchor furring on 406 mm (16 inches) centers. F. Floor and Ceiling Framing: 1. Set with crown edge up. 2. Keep framing at least 51 mm (2 inches) away from chimneys. 3. Bear on not less than 102 mm (4 inches) on concrete and masonry, and 38 mm (1-1/2 inches) on wood and metal unless shown otherwise. 4. Support joist, trimmer joists, headers, and beams framing into carrying members at same relative levels on joist hangers unless shown otherwise. 5. Lap and spike wood joists together at bearing, or butt end-to-end with scab ties at joint and spike to plates. Scab tie lengths not less than 203 mm (8 inches) lap on joist ends. Install wood I beam joists as shown. 6. Frame openings with headers and trimmer joist. Double headers carrying more than two tail joists and trimmer joists supporting headers carrying more than one tail joist unless otherwise shown. 7. Drive nails through headers into joists using two nails for 51 mm by 152 mm (2 inch by 6 inch); three nails for 51 mm by 203 mm (2 inch by 8 inch) and four nails for 51 mm by 254 mm (2 inch by 10 inch) and over in size. Rough Carpentry Section 06 10 00 - Page 12 Master Page Number 221 of 323 VA-248-11-RP-0060 TBD James A Haley VA Hospital Replace Operating Room Area Roof Bldg 1(FCA D) Project No: 673-11-120 8. Install nearest joist to double headers and spike joist to both header members before trimmer joist is installed and secured together. 9. Doubled joists under partitions parallel with floor joists. 10. Where joists run perpendicular to masonry or concrete, anchor every third joist to masonry or concrete with one metal wall anchor. Securely spike anchors with three nails to side of joist near its bottom. 11. Anchor joists running parallel with masonry or concrete walls to walls with steel flats spaced not over 1829 mm (6 feet) apart. Extend steel flats over at least three joists and into masonry 102 mm (4 inches) with ends turned 51 mm (2 inches); bolt to concrete. Set top of flats flush with top of joists, and securely nail steel flats to each joist. 12. Hook ties at steel framing over top flange of steel members. 13. Nonbearing partitions running parallel with ceiling joists, install solid 51 mm (2 inch) thick bridging same depth as ceiling joists cut to fit snug between joists for securing top plate of partitions. Securely spike bridging to joists. Space 1219 mm (4 feet) on center. 14. Where ceramic tile finish floors are set in Portland cement mortar, nail continuous 51 mm by 76 mm (2 inches by 3 inches) ledgers to sides of joists to support subflooring flush with top of joist. G. Bridging: 1. Use 25 mm by 76 mm (1 inch by 3 inch) lumber with ends beveled for slope. Option: Metal bridging may be used for wood bridging. 2. Install one row of bridging for joist spans over 2438 mm (8 feet), but less than 4877 mm (16 feet) long; install two rows for spans over 4877 mm (16 feet) long. 3. Install an extra row of bridging between trimmer and next two joists if header is more than 610 mm (2 feet) from end of trimmer or from regular row of bridging. 4. Secure with two nails at ends. 5. Leave bottom ends loose until after subflooring or roof sheathing is installed. 6. Install single row of bridging at centerline of span and two rows at the third points of span unless otherwise shown. H. Roof Framing: Rough Carpentry Section 06 10 00 - Page 13 Master Page Number 222 of 323 VA-248-11-RP-0060 TBD James A Haley VA Hospital Replace Operating Room Area Roof Bldg 1(FCA D) Project No: 673-11-120 1. Set rafters with crown edge up. 2. Form a true plane at tops of rafters. 3. Valley, Ridge, and Hip Members: a. Size for depth of cut on rafters. b. Straight and true intersections of roof planes. c. Secure hip and valley rafters to wall plates by using framing connectors. d. Double valley rafters longer than the available lumber, with pieces lapped not less than 1219 mm (4 feet) and spiked together. e. Butt joint and scab hip rafters longer than the available lumber. 4. Spike to wall plate and to ceiling joists except when secured with framing connectors. 5. Frame openings in roof with headers and trimmer rafters. Double headers carrying more than one rafter unless shown otherwise. 6. Install 51 mm by 102 mm (2 inch by 4 inch) strut between roof rafters and ceiling joists at 1219 mm (4 feet) on center unless shown otherwise. I. Framing of Dormers: 1. Frame as shown, with top edge of ridge beveled to pitch of roof header. 2. Set studs on doubled trimmer rafters. 3. Double studs at corners of dormers. 4. Double plate on studs and notch rafters over plate and bear at least 76 mm (3 inches) on plates. 5. Frame opening to receive window frame or louver frame. J. Partition and Wall Framing: 1. Use 51 mm by 102 mm (2 inch by 4 inch) studs spaced 406 mm (16 inches) on centers; unless shown otherwise. 2. Install double studs at openings and triple studs at corners. 3. Installation of sole plate: a. Anchor plates of walls or partitions resting on concrete floors in place with expansion bolts, one near ends of piece and at intermediate intervals of not more than 1219 mm (4 feet) or with power actuated drive pins with threaded ends of suitable type and size, spaced 610 mm (2 feet) on center unless shown otherwise. b. Nail plates to wood framing through subfloor as specified in nailing schedule. Rough Carpentry Section 06 10 00 - Page 14 Master Page Number 223 of 323 VA-248-11-RP-0060 TBD James A Haley VA Hospital Replace Operating Room Area Roof Bldg 1(FCA D) Project No: 673-11-120 4. Headers or Lintels: a. Make headers for openings of two pieces of 51 mm (2 inch) thick lumber of size shown with plywood filler to finish flush with face of studs or solid lumber of equivalent size. b. Support ends of headers on top of stud cut for height of opening. Spike cut stud to adjacent stud. Spike adjacent stud to header. 5. Use double top plates, with members lapped at least 610 mm (2-feet) spiked together. 6. Install intermediate cut studs over headers and under sills to maintain uniformity of stud spacing. 7. Use single sill plates at bottom of opening unless shown otherwise. Toe nail to end stud, face nail to intermediate studs. 8. Install 51 mm (2 inch) blocking for firestopping so that maximum dimension of any concealed space is not over 2438 mm (8 feet) in accordance with NFPA Manual for House Framing. 9. Install corner bracing when plywood or structured use panel sheathing is not used. a. Let corner bracing into exterior surfaces of studs at an angle of approximately 45 degrees, extended completely over walls plates, and secured at bearing with two nails. b. Use 25 mm by 102 mm (1 inch by 4 inch) corner bracing. K. Rough Bucks: 1. Install rough wood bucks at opening in masonry or concrete where wood frames or trim occur. 2. Brace and maintain bucks plumb and true until masonry has been built around them or concrete cast in place. 3. Cut rough bucks from 51 mm (2 inch) thick stock, of same width as partitions in which they occur and of width shown in exterior walls. 4. Extend bucks full height of openings and across head of openings; fasten securely with anchors specified. L. Subflooring: 1. Subflooring may be either boards, structural-use panels, or plywood. 2. Lay board subflooring diagonally, with close joints. Stagger end joints and make joints over supports. Bear each board on at least three supports. 3. Provide a clearance of approximately 13 mm (1/2 inch) at masonry or concrete at walls. Rough Carpentry Section 06 10 00 - Page 15 Master Page Number 224 of 323 VA-248-11-RP-0060 TBD James A Haley VA Hospital Replace Operating Room Area Roof Bldg 1(FCA D) Project No: 673-11-120 4. Apply plywood and structural-use panel subflooring with face grain or long dimension at right angles to the supports, with edges 6 mm (1/4 inch) apart at side joints, and 3 mm (1/8 inch) apart at end joints. 5. Combination subfloor-underlayment: a. Space edges 3 mm (1/8 inch) apart. b. Provide a clearance of 6 mm (1/4 inch) at masonry on concrete at walls. 6. Stagger panel end joints and make over support. M. Underlayment: 1. Where finish flooring of different thickness is used in adjoining areas, use underlayment of thickness required to bring finish flooring surfaces into same plane. 2. Apply to dry, level, securely nailed, clean, wood subfloor without any projections. 3. Fasten to subfloor as specified in ASTM F499. 4. Plywood and particle underlayment may be glue-nailed to subfloor. 5. Butt underlayment panels to a light contact with a 0.8 mm (1/32 inch) space between plywood or hardboard underlayment panels and walls, and approximately 10 mm (3/8 inch) between particleboard underlayment panels and walls. 6. Stagger underlayment panel end joints with respect to each other and offset joints with respect to joints in the subfloor at least 51 mm (2 inches). 7. After installation, avoid traffic on underlayment and damage to its finish surface. N. Sheathing: 1. Use plywood or structural-use panels for sheathing. 2. Lay panels with joints staggered, with edge and ends 3 mm (1/8 inch) apart and nailed over bearings as specified. 3. Set nails not less than 10 mm (3/8 inch) from edges. 4. Install 51 mm by 102 mm (2 inch by 4 inch) blocking spiked between joists, rafters and studs to support edge or end joints of panels. 5. Match and align sheathing which is an extension of work in place to existing. ---END--- Rough Carpentry Section 06 10 00 - Page 16 Master Page Number 225 of 323 VA-248-11-RP-0060 TBD James A Haley VA Hospital Replace Operating Room Area Roof Bldg 1(FCA D) Project No: 673-11-120 SECTION 07 22 00 ROOF AND DECK INSULATION PART 1 - GENERAL 1.1 DESCRIPTION A. Installation of roof and deck insulation, and vapor retarder on new construction ready to receive roofing or waterproof membrane. B. Repairs and alteration work to existing roof insulation. 1.2 RELATED WORK A. Insulating concrete systems: Section 03 52 00, LIGHTWEIGHT CONCRETE ROOF INSULATION; combination polystyrene and insulating concrete systems B. Wood blocking and edge strips: Section 06 10 00, ROUGH CARPENTRY. C. Sprayed urethane insulation: Section 07 56 00, FLUID-APPLIED ROOFING. D. Sheet metal components: Section 07 60 00, FLASHING AND SHEET METAL. 1.3 QUALITY CONTROL A. Supervision of work by persons that are knowledgeable and experienced in roofing. See submittals for documentation of supervisors qualification. B. Unless specified otherwise, comply with the recommendations of the NRCA "Roofing and Waterproofing Manual" applicable to insulation for storage, handling, and application. 1.4 SUBMITTALS A. Submit in accordance with Section 01 33 23, SHOP DRAWINGS, PRODUCT DATA, AND SAMPLES. B. Manufacturer's Literature and Data: 1. Asphalt materials, each type 2. Roofing cement, each type 3. Roof insulation, each type 4. Fastening requirements 5. Insulation span data for flutes of metal decks C. Samples: 1. Roof insulation, each type 2. Nails and fasteners, each type D. Certificates: Roof and Deck Insulation Section 07 22 00 - Page 1 Master Page Number 226 of 323 VA-248-11-RP-0060 TBD James A Haley VA Hospital Replace Operating Room Area Roof Bldg 1(FCA D) Project No: 673-11-120 1. Indicating type, thickness and thermal conductance of insulation. (Average thickness for tapered insulation). 2. Indicating materials and method of application of insulation system on metal decks meet the requirements of Factory Mutual Research Corporation for Class 1 Insulated Steel Deck Roofs. E. Laboratory Test Reports: Thermal values of insulation products. F. Layout of tapered roof system showing units required. G. Documentation of supervisors training and experience showing knowledge of roofing procedures. 1.5 DELIVERY, STORAGE AND MARKING A. Deliver materials to the site in original sealed packages or containers marked with the name and brand, or trademark of the manufacturer or seller. B. Keep materials dry, and store in dry, weathertight facilities or under canvas tarps. Use of polyethylene or plastic tarps to cover materials is not permitted. Store above ground or deck level on wood pallets. Cover ground under stored materials with plastic tarp. 1. Store rolled materials (felts, base sheets, paper) on end. Do not store materials on top of rolled material. 2. Store foam insulation away from areas where welding is being performed and where contact with open flames is possible. C. Protect from damage from handling, weather and construction operations before, during, and after installation. 1.6 APPLICABLE PUBLICATIONS A. The publications listed below form a part of this specification to the extent referenced. The publications are referenced in the text by the basic designation only. B. Federal Specifications (Fed. Spec.): UU-B-790A............................Building Paper, Vegetable Fiber: (Kraft, Waterproofed, Water Repellent and Fire Resistant) C. American Society for Testing and Materials (ASTM): C208-08e1 ..............................Cellulosic Fiber Insulating Board C209-07ae1 ............................Test Methods for Cellulosic Fiber Insulating Board C552-07..................................Cellular Glass Thermal Insulation C726-05e1 ..............................Mineral Fiber Roof Insulation Board Roof and Deck Insulation Section 07 22 00 - Page 2 Master Page Number 227 of 323 VA-248-11-RP-0060 TBD James A Haley VA Hospital Replace Operating Room Area Roof Bldg 1(FCA D) Project No: 673-11-120 C728-05..................................Perlite Thermal Insulation Board C1289-08................................Faced Rigid Cellular Polyisocynurate Thermal Insulation Board D41-05 ...................................Asphalt Primer Used in Roofing, Dampproofing, and Waterproofing D312-00(R2006) ....................Asphalt Used in Roofing D2178-04 ...............................Asphalt Glass Felt Used in Roofing and Waterproofing D2822-05 ...............................Asphalt Roof Cement F1667-05 ................................Driven Fasteners: Nails, Spikes, and Staples D. Factory Mutual Global (FM): 1-28 ........................................Winds Loads to Roof Systems and Roof Deck Securement P7825-05 ................................Approval Guide E. National Roofing Contractors Association (NRCA): The NRCA Roofing and Waterproofing Manual - Fifth Edition. F. Underwriters Laboratories, Inc. (UL): Fire Resistance Directory (2003) G. U.S. Department of Commerce (NBS): PS 1-07 ...................................Structural Plywood H. National Particleboard Association (NPA): A208.1-99 ..............................Mat-Formed Wood Particleboard 1.7 QUALITY ASSURANCE: Roof insulation on combustible or steel decks shall have a flame spread rating not greater than 75 and a smoke developed rating not greater than 150, exclusive of covering, when tested in accordance with ASTM E 84. Insulation bearing the UL label and listed in the UL Building Materials Directory as meeting the flame spread and smoke developed ratings will be accepted in-lieu-of copies of test reports. Compliance with flame spread and smoke developed ratings will not be required when insulation has been tested as part of a roof construction assembly of the type used for this project and the construction is listed as fire-classified in the UL Building Materials Directory or listed as Class I roof Roof and Deck Insulation Section 07 22 00 - Page 3 Master Page Number 228 of 323 VA-248-11-RP-0060 TBD James A Haley VA Hospital Replace Operating Room Area Roof Bldg 1(FCA D) Project No: 673-11-120 deck construction in the FM P7825. Insulation tested as part of a roof construction assembly shall bear UL or FM labels attesting to the ratings specified herein. PART 2 - PRODUCTS 2.1 ASPHALT MATERIALS A. Primer: ASTM D41. B. Asphalt: ASTM D312, Type III or IV for vapor retarders and insulation. C. Glass (Felt): ASTM D2178, Type IV, heavy duty ply sheet. D. Venting Asphalt Base Sheet: ASTM D3672, Type I or Type II. E. Roof Cement: ASTM D2822, Type I or Type II, asbestos free; or, D4586, Type I or Type II. 2.2 INSULATION A. Cellular Glass: ASTM C552, Type IV, roof board. B. Mineral Fiberboard: ASTM C726. C. Perlite Board: ASTM C728. D. Isocyanurate Board: ASTM C1289, Type I, Class 2 or Type III. E. Cellulosic Fiberboard: ASTM C208, Roof Insulating Board Grade. 1. Fiberboard shall contain not less than 0.50 percent by weight of pentachlorophenate, or not less than 0.25 percent by weight of copper pentachlorophenol, or not less than 0.30 percent by weight of arsenic oxide, or other equivalent preservative chemical treatment. Uniformly distribute chemical throughout board by absorption and filtration during process of manufacturing. 2. Manufacturer shall mark each package, giving kind of chemical and guarantee minimum quantity contained. F. Nail base insulating board: 1. Top surface not less than 10 mm (3/8 inch) thick plywood, waferboard or wood particleboard nail base surface. a. Plywood: NBS PS 1, Exposure 1. b. Particleboard: ANSI A208.1, Type 1 Grade 1-M-2 or Type 2, Grade 2-M-2. Roof and Deck Insulation Section 07 22 00 - Page 4 Master Page Number 229 of 323 VA-248-11-RP-0060 TBD James A Haley VA Hospital Replace Operating Room Area Roof Bldg 1(FCA D) Project No: 673-11-120 2. Insulation: Isocyanurate or urethane conforming to material specifications. 3. Bottom surface faced with felt facers. G. Tapered Roof Insulation System Segments: 1. Fabricate of mineral fiberboard, isocyanurate, perlite board, or cellular glass. Use only one insulation material for tapered sections. 2. Cut to provide high and low points with crickets and slopes as shown. 3. Minimum thickness of tapered sections; 13 mm (1/2 inch), unless manufacturers allow taper to zero mm (inch). 2.3 MISCELLANEOUS A. Building Paper (Sheathing Paper): 1. Fed. Spec. UU-B-790, Type I, Barrier paper, Grade D, Water - Vapor permeable, Style 1a, Uncreped, not reinforced; or, Style 1b, Uncreped, not reinforced, red rosin sized. 2. Weighing approximately 3 kg/10 m2 (six pounds per 100 square feet). B. Tapered Edge Strips: 1. Tapered 1:12 (one inch per foot), from 0 mm (0 inches), 300 mm to 450 mm (12 inches to 18 inches) wide. 2. Cellulosic Fiberboard: ASTM C208. 3. Mineral Fiberboard: ASTM C726. 4. Perlite Board: ASTM C728. 2.4 FASTENERS A. Staples and Nails: ASTM F1667. Type as designated for item anchored and for substrate. B. Nails for securing base sheets, and first ply of vapor retarder, to wood nailers and deck: 1. Type I, Style 20, zinc coated steel roofing nails with minimum head diameter of 10 mm (3/8 inch) through metal discs at least 25 mm (one inch) across; or, 2. One piece nails with an integral flat cap at least 24 mm (15/16 inch) across. C. Nails for securing building paper and dry felt edge strips to wood nailer and decks: 1. Type I, Style 20, zinc coated steel roofing nails, 16 mm (5/8 inch) minimum head diameter. 2. Type IV, staples, Style 3, flat top crown, zinc coated may be used. Roof and Deck Insulation Section 07 22 00 - Page 5 Master Page Number 230 of 323 VA-248-11-RP-0060 TBD James A Haley VA Hospital Replace Operating Room Area Roof Bldg 1(FCA D) Project No: 673-11-120 D. Nails into plywood: Annular thread type of length to provide at least 19 mm (3/4 inch) penetration. E. Nails for securing venting base sheet to insulating concrete: 1. Self-clinching type of galvanized steel having an integral flat cap at least 25 mm (one inch) across. 2. Nails shall have a holding power of not less than 27 kg (60 pounds) when pulled from 11.7 kg (25.8 pounds) density insulating concrete. F. Nails for securing base sheet, building paper, or first ply of vapor retarder to structural wood fiber decks: 1. Self-clinching type having an integral flat cap not less than 25 mm (one inch) across. 2. Nails shall have a holding power of not less than 18 kg (40 pounds) per fastener. G. Nails for securing insulation venting base sheet to poured gypsum roof deck: 1. Special shaped nail providing diverging or hooking point. 2. Nail shall have flat cap not less than 30 mm (1-1/4 inch) across and shall have a withdrawal resistance of not less than 18 kg (40 pounds) per fastener. H. Fasteners for securing insulation to steel decks: 1. Conform to requirements of Factory Mutual Research Corporation for wind uplift. 2. Self-drilling galvanized screws with 50 mm (two inch) diameter disk. 3. Antibackout thread design. 4. Have a pullout resistance of 14 kg (30 pounds) minimum. 2.5 RECOVERED MATERIALS A. Comply with following minimum content standards for recovered materials: Material Type Percent by Weight Perlite composite board 23 percent post consumer recovered paper Plastic rigid foams: Polyisocyanurate/polyurethane Rigid foam 9 percent recovered material Foam-in-place 5 percent recovered material Glass fiber reinforced 6 percent recovered material Rock wool material 75 percent recovered material Roof and Deck Insulation Section 07 22 00 - Page 6 Master Page Number 231 of 323 VA-248-11-RP-0060 TBD James A Haley VA Hospital Replace Operating Room Area Roof Bldg 1(FCA D) Project No: 673-11-120 B. The minimum-content standards are based on the weight (not the volume) of the material in the insulating core only. PART 3 - EXECUTION 3.1 GENERAL A. Do not apply roof insulation if deck will be used for subsequent work platform, storage of materials, or staging or scaffolding will be erected thereon. B. Entire roof deck construction of any section of the building shall be completed before insulation system work is begun. Curbs, blocking, edge strips, and other components which insulation, roofing and base flashing is attached to shall be in place ready to receive insulation and roofing. Coordinate roof insulation operations with roofing and sheet metal work so that insulation is installed to permit continuous roofing operations. C. Insulation system materials shall be dry and damage free when applied. Do not use broken insulation or insulation with damaged facings. Remove damaged insulation from the site immediately. D. Dry out surfaces , including the flutes of metal deck, that become wet from any cause during progress of the work before roofing work is resumed. Apply materials only to dry substrates. E. Except for temporary protection specified, do not apply materials during damp or rainy weather, during excessive wind conditions, nor while moisture (dew, fog, snow, ice) or frost is present in any amount in or on the materials when temperature is below 10 less. F. Phased construction is not permitted. The complete installation of all flashing, insulation, and roofing shall be completed in the same day except for the area where temporary protection is required when work is stopped. G. Temporary Protection for Built-Up Roofing: 1. Install temporary protection consisting of glaze coats and water cutoffs at the end of each day's work and when work is halted for an indefinite period or work is stopped when precipitation is imminent. 2. Glaze coat all exposed surfaces of insulation and felts to seal within the bitumen coating. No insulation or felt surfaces or edges shall be left exposed. Roof and Deck Insulation Section 07 22 00 - Page 7 Master Page Number 232 of 323 VA-248-11-RP-0060 TBD James A Haley VA Hospital Replace Operating Room Area Roof Bldg 1(FCA D) Project No: 673-11-120 3. Provide water cutoffs at exposed edges of insulation. Cutoffs shall consist of two plies of felt. The first ply extending 150 mm (six inches) beyond edge of roof insulation, the roof deck and the built-up roofing. The second ply covering the first ply and extending 75 mm (three inches) beyond the first. Install as specified for vapor retarder. When the work resumes, cut the protective felts along the vertical face of insulation and remove, exposing the edges of the insulation. 4. Securely anchor insulation in place to prevent blow off and damage by construction activities. 5. Provide for removal of water or drainage of water away from work. 6. For roof areas that are to remain intact and that are subject to foot traffic and damage, provide wood walkways with notches in sleepers to permit free drainage. H. Heating Bitumen: 1. Heat the asphalt to the equiviscous temperature plus or minus 14 a. equiviscous temperature. b. When the equiviscous temperature is not furnished by the asphalt time of application. 2. At no time shall bitumen be heated above the flash point temperature. 3. Provide heating kettles with a thermometer kept in operating condition. Kettlemen shall be in attendance at all times during heating to insure that the bitumens are heated within the temperatures specified. I. Use Type III or Type IV asphalt between plies of felt and for installing insulation and vapor retarders. J. Application of Materials with Hot Bitumen: 1. Apply bitumen in quantities required, immediately followed by materials to be embedded therein, before bitumen cools below the application temperature limit. a. Do not apply more material than can be covered at one time, except for glaze coats. Roof and Deck Insulation Section 07 22 00 - Page 8 Master Page Number 233 of 323 VA-248-11-RP-0060 TBD James A Haley VA Hospital Replace Operating Room Area Roof Bldg 1(FCA D) Project No: 673-11-120 b. Recoat cooled bitumen areas. K. Primer: Use four liters (one gallon) of primer per 10 m2 (100 square feet). L. Quantities of Asphalt: 1. Per square unless otherwise specified. 2. Between insulation layers and deck or vapor retarder: 9 to 14 kg (20 to 30 pounds). 3. Glaze coats: 7 to 11 kg (15 to 25 pounds). M. Building Paper (Red rosin): 1. Lay paper smoothly without buckles or wrinkles at right angles to the roof slope, starting at the low point. 2. Lap each sheet of paper at least 50 mm (two inches) over preceding sheet, and at ends. 3. Staple or nail sufficiently to hold in place until the // vapor retarder // insulation // is installed. 3.2 SURFACE PREPARATION A. Sweep decks to broom clean condition. Remove all dust, dirt or debris. B. Remove projections that might damage materials. C. Concrete Decks, Except Insulating Concrete: 1. Test concrete decks for moisture prior to application of materials. Heat bitumen as specified and pour approximately 0.5 liters (one pint) of bitumen on surface to which roofing materials are to be applied. If bitumen foams upon contact with the deck or after bitumen has cooled and bitumen is stripped clean from deck leaving no residue, the deck is not dry enough for application of prime coat and subsequent work. 2. Prime concrete decks, including precast unit, with primer and allow to dry before application of bitumen. Keep primer back 100 mm (four inches) from joints in precast unit. D. Insulating Concrete: 1. Allow to dry out for at least five days after installation before the placement of subsequent materials or insulation. 2. If rain occurs during or at end of drying period or during installation, allow additional drying time before continuing the placement of the subsequent materials or insulation. Roof and Deck Insulation Section 07 22 00 - Page 9 Master Page Number 234 of 323 VA-248-11-RP-0060 TBD James A Haley VA Hospital Replace Operating Room Area Roof Bldg 1(FCA D) Project No: 673-11-120 E. Poured gypsum shall be dried out in accordance with manufacturer's printed instructions prior to application of subsequent materials. F. Cover wood sheathing, poured gypsum, gypsum plank, and cement wood fiber plank with a layer of building paper (red rosin). G. Existing Roofs: 1. At areas to be altered or repaired, remove loose insulation and wet insulation. 2. Cut and remove existing insulation and vapor retarder for new work to be installed. Clean cut edges and install a temporary seal to cut surfaces. Use roof cement and one layer of 7 kg (15 pound) felt strip cut to extend 150 mm (6 inches) on each side of cut surface. Bed strip in roof cement and cover strip with roof cement to completely embed the felt. 3.3 VAPOR RETARDER A. General: 1. Install a vapor retarder when phenolic insulation is used. 2. At vertical surfaces, turn up vapor retarder to top of insulation or base flashing. 3. At all pipes, walls, and similar penetrations through vapor retarder, seal openings with roof cement to prevent moisture entry from below. 4. Mop felts solidly in place as specified. 5. Seal penetrations with roof cement. B. Cast in Place Concrete Decks, Except Insulating Concrete: 1. Prime deck as specified. 2. Apply two plies of asphalt saturated felt mopped down to deck. C. Poured Gypsum / Gypsum Plank / Cement-Wood Fiber / Decks: 1. Apply two plies of asphalt saturated felt. 2. Lay first ply down dry; do not mop to deck. Mop second ply to first ply at laps. 3. Nail both plies to deck as specified. 4. Option: Apply one ply of base sheet laid down dry with mineral aggregate surface down. Lap and seal edges, nailing down as specified. D. Precast Concrete Unit Decks Without Concrete Topping: Roof and Deck Insulation Section 07 22 00 - Page 10 Master Page Number 235 of 323 VA-248-11-RP-0060 TBD James A Haley VA Hospital Replace Operating Room Area Roof Bldg 1(FCA D) Project No: 673-11-120 1. Prime deck as specified. 2. Apply two plies of asphalt saturated felt. 3. Mop to deck, keeping bitumen 100 mm (four inches) away from joints of precast units. Mop between plies as specified. E. Steel Deck: 1. Material and method of application of roofing systems used on metal decks shall meet the requirements of Underwriters Laboratories for Class A or Factory Mutual Research Corporation for Class I Insulated Steel Roof Deck. 2. Mechanically anchor a 25 mm (one inch) thick layer of mineral fiber board, cellular glass, or perlite board to meet the requirements of Factory Mutual Research Corporation for Class 1-90 Insulated Steel Deck Roofs. 3. Locate the long dimension edge joints to have solid bearing on top of decking ribs; do not cantilever over rib openings or flutes. 4. Apply two plies of asphalt saturated felt in hot bitumen to insulation board. 3.4 SELECTION OF RIGID INSULATION A. Insulation Type: 1. Use either cellular glass, mineral fiberboard, perlite board, phenolic board, isocyanurate board, or urethane board or a combination thereof. 2. Use not less than two layers of insulation unless specified otherwise. 3. Use either 25 mm (one inch) thick mineral fiberboard, cellular glass, or perlite board as first layer over steel decks. Do not use phenolic, isocyanurate, or urethane board type insulation directly on steel roof decks. 4. Use either 13 mm (1/2 inch) thick perlite board or mineral fiber board as a top layer over urethane board or isocyanurate board. Composite board is acceptable. 5. Use only cellular glass block for plaza or promenade decks. 6. Where tapered insulation is used, all insulation shall be factory tapered, except perlite board may be field tapered. 7. Use same insulation as existing for roof repair and alterations unless specified otherwise. Roof and Deck Insulation Section 07 22 00 - Page 11 Master Page Number 236 of 323 VA-248-11-RP-0060 TBD James A Haley VA Hospital Replace Operating Room Area Roof Bldg 1(FCA D) Project No: 673-11-120 B. Insulation Thickness: 1. Thickness of roof insulation shown on drawings is nominal. Actual thickness shall provide the thermal resistance "R" value of not less than 19 for uniform thickness. (average thickness where tapered insulation is used). 2. The minimum thickness of insulation for metal decks shall not be less than recommended by the insulation manufacturer to span the rib opening (flute size) of the metal deck used. 3. When thickness of insulation to be used is more or less than that shown on the drawings, make adjustments in the alignment and location of roof drains, flashing, gravel stops, fascias and similar items at no additional cost to the Government. 4. Where tapered insulation is used, the thickness of the insulation at high points and roof edges shall be as shown on the drawings; the thickness at the low point (drains) shall be not less than 38 mm (1-1/2 inches). 5. Use not less than two layers of insulation when insulation is 25 mm (one inch) or more in thickness unless specified otherwise. 3.5 INSTALLATION OF INSULATION A. Lay insulating units with close joints, in regular courses and with cross joints broken. When laid in more than one layer, break joints of succeeding layers of roof insulation with those in preceding layer. Bed insulation layers in Type III or IV asphalt firmly pressed into the hot bitumen. Keep bitumen below surface of insulation to receive single ply rubber roofing. B. Lay units with long dimension perpendicular to the rolled (longitudinal) direction of the roofing felt. C. Cover all insulation installed on the same day by either: 1. The roofing membrane as specified. 2. Temporary protection as specified. D. Seal all cut edges at penetrations and at edges against blocking with bitumen or roof cement. E. Cut to fit tight against blocking or penetrations. F. Over Vapor Retarder, or Concrete Deck: Lay insulation in hot bitumen as specified. Roof and Deck Insulation Section 07 22 00 - Page 12 Master Page Number 237 of 323 VA-248-11-RP-0060 TBD James A Haley VA Hospital Replace Operating Room Area Roof Bldg 1(FCA D) Project No: 673-11-120 G. Over Precast Concrete Unit Decks: Lay insulation in hot bitumen keeping bitumen back 100 mm (four inches) from joints in precast concrete units. H. Over Nailable Decks: 1. Over poured gypsum, precast gypsum plank, cement-wood fiber plank, wood plank, or plywood deck, install one ply of base sheet or venting base sheet as specified; or, apply two plies of felt. 2. Lay first ply of felt down dry and mop second ply to first ply at laps. Nail both plies to deck as specified. 3. Lay base sheet down dry with mineral surface down; lap and nail down as specified. 4. Lay insulation in hot bitumen over membrane or base sheet as specified. I. Steel Deck: 1. Material and method of application of insulation systems used on metal decks shall meet the requirements of Underwriters laboratories for Class A or Factory Mutual Research Corporation for Class I Insulated Steel Roof Deck. 2. Mechanically anchor first layer of insulation to steel deck to conform to FM Class 1-90, Insulated Steel Roof Deck. 3. Locate the long dimension edge joints to have solid bearing on top of deck ribs; do not cantilever over deck rib openings or flutes. ---END--- Roof and Deck Insulation Section 07 22 00 - Page 13 Master Page Number 238 of 323 VA-248-11-RP-0060 TBD James A Haley VA Hospital Replace Operating Room Area Roof Bldg 1(FCA D) Project No: 673-11-120 SECTION 07 24 00 EXTERIOR INSULATION AND FINISH SYSTEMS PART 1 - GENERAL 1.1 DESCRIPTION Exterior Finish Systems specified in this section consist of a Direct Exterior Finish Systems (DEFS), Unit finishes such as ceramic tile, thin brick, marble tile, stone tile, simulated synthetic stucco finish, and Exterior Insulation and Finish System (EIFS); all of which are applied over cement board sheathing. 1.2 RELATED WORK A. Cement Board: Section 06 16 63, CEMENTITIOUS SHEATHING. B. Ceramic Tile: Section 09 30 13, CERAMIC TILING. 1.3 SUBMITTALS A. Submit in accordance with Section 01 33 23, SHOP DRAWINGS, PRODUCT DATA, AND SAMPLES. B. Samples: Two 300 mm (one-foot) square samples of the, EIFS, simulated synthetic stucco, finishes over cement board identical to the proposed installation in thickness, color, texture, insulation, and workmanship. C. Test Reports and Manufacturer's Literature 1. Manufacturer's literature and instructions for installation of the system. Include manufacturer's recommended details for corner treatment, sills, soffits, dentils, quoins, lintels, openings and other special applications. 2. Summary of test results by the Exterior Finish System manufacturer to substantiate compliance with the specified performance requirements. Furnish complete test reports as required. 3. Statement by Exterior Finish System manufacturer that all components of the system proposed for use on this project are approved by that manufacturer. 4. Statement by the Installer of the Exterior Finish System that they are experienced with the installation, having done at least three (3) projects using this system and can furnish names and locations of these projects if required. Exterior Insulation and Finish Systems Section 07 24 00 - Page 1 Master Page Number 239 of 323 VA-248-11-RP-0060 TBD James A Haley VA Hospital Replace Operating Room Area Roof Bldg 1(FCA D) Project No: 673-11-120 1.4 DELIVERY AND STORAGE A. Deliver materials in unopened packages with manufacturer's labels intact, legible and grade seals unbroken. B. Store and handle in strict compliance with manufacturer's instructions. Protect from damage. C. Remove from premises any damaged or deteriorated material. 1.5 ENVIRONMENTAL CONDITIONS Unless a higher temperature is required by the system manufacturer, the ambient air temperature shall be 7 degrees Celsius (45 degrees F) or greater and rising at the time of installation of the system and shall be predicted to remain at 7 degrees Celsius (45 degrees F) or greater for at least 24 hours after installation. 1.6 WARRANTY Exterior Finish system shall be warranted against water leakage past the weather resistive barrier and other defects in materials and workmanship, and shall be subject to the terms of Article “Warranty of Construction”, FAR clause 52.246-21, except that the warranty period shall be ten years. 1.7 APPLICABLE PUBLICATIONS A. Publications listed below form a part of this specification to the extent referenced. Publications are referenced in the text by the basic designation only. B. American Society for Testing and Materials (ASTM): B117-07a ................................Operating Salt Spray (Fog) Apparatus C67-07a ..................................Sampling and Testing Brick and Structural Clay Tile C177-04..................................Steady-State Heat Flux measurements and Thermal Transmission Properties by Means of the Guarded-HotPlate Apparatus C297/C297M-04A ...............................................Flatwise Tensile Strength of Sandwich Constructions C578-08..................................Rigid, Cellular Polystyrene Thermal Insulation C666/C666M-03(2008) ................................................Resistance of Concrete to Rapid Freezing and Thawing Exterior Insulation and Finish Systems Section 07 24 00 - Page 2 Master Page Number 240 of 323 VA-248-11-RP-0060 TBD James A Haley VA Hospital Replace Operating Room Area Roof Bldg 1(FCA D) Project No: 673-11-120 C920-08..................................Elastomeric Joint Sealants D968-05e1..............................Abrasion Resistance of Organic Coatings by Falling Abrasive D2794-93(R2004) ..................Resistance of Organic Coatings to the Effects of Rapid Deformation (Impact) E84-08a ..................................Surface Burning Characteristics of Building Materials E96 / E96M - 05 ................................................Water Vapor Transmission of Materials E108-07a ................................Fire Tests of Roof Coverings E330-02 ..................................Structural Performance of Exterior Windows, Curtain Walls, and Doors by Uniform Static Air Pressure Difference E331-00 ..................................Water Penetration of Exterior Windows, Curtain Walls, and Doors by Uniform Static Air Pressure Difference G90-05 ...................................Accelerated Outdoor Weathering of Nonmetallic Materials Using Concentrated Natural Sunlight C. Exterior Insulation Manufacturers Association (EIMA) 101.01.1 Freeze-Thaw Resistance of Exterior Insulation and Finish Systems (EIFS), Class PB (Modified ASTMC 67) 101.02.................................Resistance to Water Penetration of Exterior Insulation and Finish Systems (EIFS), Class PB (Modified ASTM E 331) 101.86.....................................Resistance of Exterior Insulation and Finish Systems to the Effects of Rapid Deformation (Impact) PART 2 PRODUCTS 2.1 SYNTHETIC STUCCO A. Description: Reinforced cement board joints, synthetic stucco base coat and simulated stucco finish coat applied directly to the cement board. B. Joint Reinforcement: 1. Reinforcing tape: Minimum 100 mm (4 inch) wide, polymer coated, open mesh glass fiber tape. Exterior Insulation and Finish Systems Section 07 24 00 - Page 3 Master Page Number 241 of 323 VA-248-11-RP-0060 TBD James A Haley VA Hospital Replace Operating Room Area Roof Bldg 1(FCA D) Project No: 673-11-120 2. Tape embedding material: Ready-to-mix Portland cement mortar base coat containing dry latex polymers. C. Accessories: Trim, control joints and corner beads as recommended by Exterior Finish System manufacturer. D. Stucco finish: 1. Base coat: Ready-to-mix, Portland cement mortar containing dry latex polymers. 2. Finish coat: Pre-colored, ready-mixed, polymeric coating. 3. Performance requirements: Property As Required Test Method Requirement Surface Burning Characteristics ASTM E 84 Class A Abrasion Resistance ASTM D 968 500 liters of light smoothing. No loss of film integrity. Bond Strength (with cement board) ASTM C 297 50 psi Salt Spray Resistance ASTM B 117 300 hours exposure. No deleterious effects Freeze/Thaw Resistance (with cement board) ASTM C 666 proc. B 100 Cycles. No deterioration, no delamination Accelerated Weathering ASTM G 90 2000 hours. No deterioration Rapid Deformation ASTM D2794 No cracking or impact failure E. Sealant: ASTM C 920, material having a minimum joint movement of 50% with 100% recovery. Type, grade and use shall be as recommended by the sealant manufacturer. Exterior Insulation and Finish Systems Section 07 24 00 - Page 4 Master Page Number 242 of 323 VA-248-11-RP-0060 TBD James A Haley VA Hospital Replace Operating Room Area Roof Bldg 1(FCA D) Project No: 673-11-120 2.2 UNIT FINISH: CERAMIC TILE / THIN BRICK A. Description: Reinforced cement board joints, skim coat and bonding coat applied directly to cement board ready to receive unit finish and grout. B. Joint Reinforcement: 1. Reinforcing tape: Minimum 4" wide, polymer coated, open mesh glass fiber tape. 2. Tape Embedding Material: Portland Cement latex fortified mortar per ANSI A 118.4, ready-to-mix containing dry latex polymers. C. Accessories: Trim, control joints and corner beads as recommended by Exterior Finish System manufacturer. D. Tile: Exterior grade ceramic, quarry or thin stone tiles per ANSI A 137.1, approved by ceramic tile manufacturer for exterior use with weight limited to 0.5 kg per 100 cm2 (10 lb/sf) and size to 19 mm X 450 mm x 450 mm (3/4" X 18" X 18"). (See Section 09 30 13, CERAMIC TILING). E. Brick: Kiln-fired brick not exceeding 19mm (3/4") thick with weight not exceeding 0.5 Kg per 100 cm2 (10 1b/sf.), approved by brick manufacturer for exterior use. F. Grout: Portland Cement based latex fortified grout per ANSI A 118.6, ready-to-mix containing dry latex polymers. G. Sealant: ASTM C 920; material having a minimum joint movement of 50% with 100% recovery. Tape, grade and use shall be as recommended by the sealant manufacturer. 2.3 EXTERIOR INSULATION AND FINISH SYSTEM (EIFS) A. Description: The PB system consists of Type I molded rigid polystyrene insulation adhesively adhered to the sheathing and finished with a glass-fiber-mesh reinforced based-coat and a textured finish coat. Exterior Insulation and Finish Systems Section 07 24 00 - Page 5 Master Page Number 243 of 323 VA-248-11-RP-0060 TBD James A Haley VA Hospital Replace Operating Room Area Roof Bldg 1(FCA D) Project No: 673-11-120 B. Performance Requirements: TEST TEST METHOD REQUIREMENT Flame Spread ASTM E84 (Test samples shall include base coat, fabric, finish mounted on non- combustible substrate) Flame spread of 25 or less. Smoke developed rating 450 or less. Full Scale Wall Fire Test ASTM E108 No significant surface flaming or propagation of vertical or lateral flames Impact Resistance (Sample shall be cured. Finish, base coat and fabric over 25mm (1 inch) insulation typical of project application) EIMA 101.86 (Hemispherical Head Test) Standard Impact Resistance, 2.83 to 5.54J (25-49 inch-lbs) Medium Impact Resistance 5.65 to 10.1J 50-89 inch lbs High Impact Resistance 10.2 to 17J (90-150 inch-lbs) Ultra High Impact Resistance Over 17.1J (Over 150 inch-lbs.) - No broken reinforcing fabric Structural Performance (Test panels 1200 mm x 1200 mm (4 feet by 4 feet) typical of project application) ASTM E330 No permanent deformation, delamination or deterioration for positive and negative pressures as required. Water Penetration ASTM E331 No Water penetration Abrasion Resistance ASTM D968 500 liters of sand-slight smoothing - no loss of film integrity Accelerated Weathering ASTM G90 2000 hours. No deterioration Salt Spray Resistance ASTM B117 Withstand 300 hours. No deleterious effects. Water Vapor ASTM E96 Not more than 18 grains an hour per square foot. Absorption-Freeze-Thaw (Pre-weighed 100 mm x 200 mm (4" by 8") specimens; 25 mm (1") insulation, faced ASTM C67 After 50 cycles – Total weight gain of 50 Cycles: 20 hrs. at - not more than 6.2 grams. No checking 9 deg C ; 4-hr. thaw in splitting, or cracking. water Exterior Insulation and Finish Systems Section 07 24 00 - Page 6 Master Page Number 244 of 323 VA-248-11-RP-0060 TBD James A Haley VA Hospital Replace Operating Room Area Roof Bldg 1(FCA D) Project No: 673-11-120 with finish coat cured and stored in air; tested with edges and back open. C. Adhesive: Manufacturers standard product including primer as required compatible with sheathing. D. Insulation: 1. Thermal Resistance: Thermal resistance (R-value), as indicated, measured by ASTM C177. 2. Insulating Material: ASTM C578, as recommended by EIFS manufacturer and treated to be compatible with EIFS components. Age insulation a minimum of 6 weeks prior to installation. 3. Provide Type I Molded Expanded Polystyrene (MEPS) insulation board for Type PB systems, in sizes as required except no larger than 600 mm X 1200 mm (24 X 48 inches) boards, and not more than 100 mm (4 inches) in thickness. E. Create a means of drainage between the insulation board and the cement board sheathing. F. All penetrations and terminations shall be flashed. G. Mechanical Anchors: As recommended by the EIFS manufacturer. H. Accessories: Conform to the recommendations of the EIFS manufacturer, including trim, edging, anchors, expansion joints, and other items required for proper installation of the EIFS. All metal items and fasteners to be corrosion resistant. I. Reinforcing Fabric: Balanced, open weave, glass fiber fabric made from twisted multiend strands specifically treated for compatibility with the other materials of the system. Minimum weight 4.3 oz/sq. yd. J. Base Coat: For PB system, manufacturer's standard product. Minimum thickness of 1-1/2 times reinforcing fabric thickness but not less than 2.4 mm (3/32 inches) wet thickness. K. Finish Coat: For PB system, manufacturer's standard product. Minimum thickness 1.6 mm (1/16 inch), complying with Performance Requirements in paragraph B. L. Sealant: ASTM C 920; material having a minimum joint movement of 50% with 100% recovery. Type, grade and use shall be as recommended by the sealant manufacturer. When required, primer, bond breaker and backer rods shall be non-staining as Exterior Insulation and Finish Systems Section 07 24 00 - Page 7 Master Page Number 245 of 323 VA-248-11-RP-0060 TBD James A Haley VA Hospital Replace Operating Room Area Roof Bldg 1(FCA D) Project No: 673-11-120 recommended by the sealant manufacturer. Do not use absorptive materials as backer rods. PART 3 EXECUTION 3.1 INSPECTION Examine substrate, opening supports and conditions under which this work is to be performed. Notify Resident Engineer in writing of conditions detrimental to the proper completion of this work. Do not proceed with work until unsatisfactory conditions have been corrected. 3.2 CONTROL JOINTS A. See drawings for location of building control joints and surface control joints. Install surface control joints as follows: B. Direct Exterior Finish: Install at 6 meters (20 feet) o.c. maximum in either direction, erecting the continuous vertical joints first at building expansion joints, intersection of dissimilar substrates or finishing materials where concentrated stresses or movement is anticipated. Leave a 13 mm (1/2") minimum continuous gap between board panels to receive control joint. C. Unit Finish: Install at 5 meters (16 feet) o.c. maximum in either direction, or at a lesser spacing as recommended by tile and brick manufacturer, erecting the continuous vertical joints first. Leave at 13 mm (1/2") minimum, continuous gap between board panels to receive control joint or sealant backer and sealant. D. Exterior Insulation and Finish System. Install at 15 meters (50 feet) maximum in both directions and at building expansion joints, floor lines and where EIFS intersects other materials per manufacturer's recommendations. 3.3 SEALANTS: A. Apply according to manufacturer's recommendations and the following: B. Direct Exterior Finish System/Unit Finish/: Caulk all intersections of cement board with windows, doors, control joints, other openings and locations as shown on drawings. Do not caulk locations intended for water drainage. C. Exterior Insulation and Finish System: Apply sealant per EIFS manufacturer's recommendation. Do not seal locations intended for water drainage. Exterior Insulation and Finish Systems Section 07 24 00 - Page 8 Master Page Number 246 of 323 VA-248-11-RP-0060 TBD James A Haley VA Hospital Replace Operating Room Area Roof Bldg 1(FCA D) Project No: 673-11-120 3.4 ACCESSORIES: Install according to manufacturer's recommendation. 3.5 FINISH: A. Synthetic Stucco Finish: 1. Joint Reinforcement: Pre-fill cement board joints and trim with synthetic stucco Base Coat mixed according to manufacturer's directions. Immediately embed reinforcing tape into wet Base Coat and tightly trowel to board surface to avoid crowning joints. Cure for a minimum of four hours before application of base coat. 2. Base Coat: Apply base coat a minimum of 1.6 mm (1/16") uniformly smooth and flat over the entire surface including joints and trim. Dampen board surface as necessary under rapid drying conditions. Embed reinforcing fabric in basecoat while wet and cover with basecoat material so pattern of fabric is not visible. 3. Finish: Trowel apply ready-mixed exterior finish to base coat texturing surface as specified to a uniform thickness of 1.6 mm to 4.8 mm (1/16" to 3/16"). Dampen base coat as necessary under rapid drying conditions. Joining between batches shall occur at surface breaks such as corners, control joints, windows, etc. B. Unit Finish 1. Joint Reinforcement: Pre-fill cement board joints and trim with latex fortified mortar mixed according to manufacturer's directions. Immediately embed reinforcing tape into wet mortar and tightly trowel to board surface to avoid crowning joints. Cure for a minimum of four hours before application of skim coat. 2. Skim Coat: Apply skim coat of latex fortified mortar a minimum of 3 mm (1/8") thick uniformly smooth and flat over entire surface. Dampen board surface as necessary under rapid drying conditions. Cure a minimum of 24 hours before application of bond coat for setting tile or thin brick. 3. Ceramic Tile/ Brick: a. Bonding Coat: Install according to ANSI A 108.5 and manufacturer's directions. Apply latex fortified mortar bonding coat, using appropriate notched trowel for tile or thin brick finish. Dampen skim coat as necessary under rapid drying conditions. Back butter tile or brick for 100% mortar contact. Install tile by firmly Exterior Insulation and Finish Systems Section 07 24 00 - Page 9 Master Page Number 247 of 323 VA-248-11-RP-0060 TBD James A Haley VA Hospital Replace Operating Room Area Roof Bldg 1(FCA D) Project No: 673-11-120 pressing into freshly notched mortar. Use a sliding and twisting motion to embed units and obtain a 100% mortar contact. Maintain joint alignment and spacing. Best tiles into place with beating blocks to close up grooves in the mortar left by trowel teeth. For best results, a minimum 2.4 mm (3/32 inch) of mortar under tile is recommended. b. Grout: Apply latex fortified grout in accordance with ANSI A 108.10 after tile mortar has firmly set for 24 hours. Fill and compress joins solidly with grout and tool to provide specified appearance. Clean any grout from finish surfaces. Cure as required by ANSI A108.10 and manufacturer's directions. C. EXTERIOR INSULATION AND FINISH SYSTEM: 1. Insulation Board: Place horizontally from level base line. Stagger vertical joints and interlock at corners. Butt joints tightly. Provide flush surfaces at joints. Offset insulation board joints from joints in sheathing by at least 200 mm (8 inches). Do not align joints with corners of doors, windows and other openings. Do not leave insulation board exposed longer than recommended by insulation manufacturer. 2. Mechanical Fasteners: Fasten with manufacturer's standard anchors, spaced as recommended by manufacturer, but not more than 600 mm (2 feet) horizontally and vertically. 3. Sanding: Sand entire surface of insulation before application of base coat to improve bonding of basecoat, level high joints and remove dirt and weathering damage. Do not pre-fill low areas with basecoat. 4. Base Coat and Reinforcing Fabric: Trowel apply to the insulation a uniform thickness of base coat as recommended by the system manufacturer but not less than 1-1/2 times the reinforcing fabric thickness with a minimum of 2.4 mm (3/32 inch). Install reinforcing fabric in accordance with manufacturer's instructions. Provide diagonal reinforcement at opening corners, backwrapping, and any other reinforcement recommended by EIFS manufacturer. The fabric shall not be visible beneath the surface of the basecoat after installation. Cure the basecoat for a minimum of 24 hours before application of the finish coat. Exterior Insulation and Finish Systems Section 07 24 00 - Page 10 Master Page Number 248 of 323 VA-248-11-RP-0060 TBD James A Haley VA Hospital Replace Operating Room Area Roof Bldg 1(FCA D) Project No: 673-11-120 5. Finish: Inspect basecoat for damage or defects and repair prior to application of finish coat. Trowel apply finish coat according to manufacturer's recommendations but a minimum of 1.6 mm (1/16 inch). Texture finish as required. Provide finish surfaces that are plumb and plane with no greater deviation than 1:500 (1/4 inch in 10 feet). 3.6 CLEAN UP: Upon completion, remove all scaffolding, equipment, materials and debris from site. Remove all temporary protection installed to facilitate installation of system. ----END--- Exterior Insulation and Finish Systems Section 07 24 00 - Page 11 Master Page Number 249 of 323 VA-248-11-RP-0060 TBD James A Haley VA Hospital Replace Operating Room Area Roof Bldg 1(FCA D) Project No: 673-11-120 SECTION 07 57 13 SPRAYED POLYURETHANE FOAM ROOFING PART 1 - GENERAL 1.1 DESCRIPTION A. This roofing system consists of a layer of sprayed in-place urethane foam roof insulation covered with two coats of silicone rubber protective coating and surfaced with ceramic granules. B. Roofing system to conform to requirements of a Class A system under UL 790. C. Roofing shall meet wind load requirement where roof is being installed. 1.2 SUBMITTALS A. Submit in accordance with Section 01 33 23, SHOP DRAWINGS, PRODUCT DATA, AND SAMPLES. B. Manufacturer's Data: Showing complete instructions for installation. C. Samples: Ceramic Granules, each color available. D. Test report meeting wind load requirement. 1.3 DELIVERY AND STORAGE A. Deliver materials to the job site in their original unopened packages, clearly marked with the manufacturer's name, brand name and description of contents. B. Store materials in clean, dry areas, away from excessive heat, sparks and open flame. C. Ventilate storage areas to prevent build-up of flammable gases. 1.4 COORDINATION Coordinate roofing operations with sheet metal work so that flashings are installed to permit continuous elastomeric roofing operations. 1.5 APPLICABLE PUBLICATIONS A. The publications listed below form a part of this specification to the extent referenced. The publications are referenced in the text by basic designation only. B. American Society for Testing and Materials (ASTM): C177-04..................................Steady-State Heat Flux Measurements and Thermal Transmission Properties by Means of the Guarded-HotPlate Apparatus C1029-05 Spray-Applied Rigid Cellular Polyurethane Thermal Insulation Sprayed Polyurethane Foam Roofing, Section 07 57 13- Page 1 Master Page Number 250 of 323 VA-248-11-RP-0060 TBD James A Haley VA Hospital Replace Operating Room Area Roof Bldg 1(FCA D) Project No: 673-11-120 D412-06ae1 ............................Vulcanized Rubber and Thermoplastic Elastomers-Tension D2240-05 ...............................Rubber Property-Durometer Hardness C. Underwriters Laboratories, Inc. (UL): 790-04 ....................................Safety Tests for Fire Tests of Roof Coverings PART 2 - PRODUCTS 2.1 MATERIALS A. Urethane Foam: 1. ASTM C1029, Type III. 2. Thermal Conductivity conforming to ASTM C177. B. Elastomeric Protective Coating: Silicone rubber, two coat system (base coat of light color and top coat of dark color), shall bond to urethane foam and have the following properties: PROPERTY C. ASTM TEST METHOD VALUE Tensile Strength, Mpa(psi) D412 3.8-6.5 (550 - 650) Elongation, percent D412 150 - 200 Hardness D2240 65 Ceramic Granules: No. 11 screen size, color as selected, dry and free from dust. PART 3 - EXECUTION 3.1 GENERAL Installation shall comply with the manufacturer's instructions, except as otherwise specified. 3.2 THICKNESS OF INSULATION A. Thickness of insulation: Provide a coefficient of heat transmission or U-value as shown. The U-value shall be based on the average thickness of the insulation. B. Use R factor of 0.38/cm (5.56 per inch) of the insulation in the computation of the overall R value. C. The minimum thickness of insulation: 1. 25 mm (one inch) on common roof areas. Sprayed Polyurethane Foam Roofing, Section 07 57 13- Page 2 Master Page Number 251 of 323 VA-248-11-RP-0060 TBD James A Haley VA Hospital Replace Operating Room Area Roof Bldg 1(FCA D) Project No: 673-11-120 2. 13 mm (1/2-inches) at drains. 3.3 PREPARATION A. Surfaces to receive elastomeric roofing: Dry and free of loose coatings, surface curing agents, wax or other contaminants. B. Workmen shall wear clean, soft-soled sneaker-type shoes. 3.4 PROTECTION OF ADJACENT SURFACES Protect surfaces near roofing operations from spray or roofing materials. 3.5 INSTALLATION OF INSULATION A. Spray foam on the prepared surface in 13 mm (1/2- inch) lifts. Time between lifts shall not exceed 4 hours. B. The finished surface shall be smooth, free of voids blisters and crevices and free draining. C. Extend foam up walls and around roof projections to form cants and flashings that terminate at least 50 mm (two inches) above finished roof surface. D. Cured foam: Free from water, dust, oils and other materials which would impair adhesion of the protective coating. E. No foam shall be allowed to stand overnight without a base protective coating. Cure foam at least one hour before application of protective coating. F. Correct any nonadherence of foam to substrate and finish pinholes flush with an approved sealant before final coating is applied. G. Do not overspray to correct an unacceptable surface condition. H. The finished roof surface shall not vary more than 13 mm (1/2-inch) when measured with a 3000 mm (10 foot) straight edge parallel and perpendicular to the roof slope. 3.6 PROTECTIVE COATING A. Coating shall consist of a base coat and a top coat. B. Clean base coat exposed for more than 24 hours with a detergent solution, thoroughly rinse and dry, then give another covering of base coating before applying the top coat. C. No traffic allowed on finished areas for 24 hours after installation. D. Base coat shall have a dry film thickness of not less (0.2 mm) 8 mils. E. Coating shall completely cover the foam and extend up vertical surfaces two inches beyond foam. F. Coating shall be dry and clean before application of top coat. Sprayed Polyurethane Foam Roofing, Section 07 57 13- Page 3 Master Page Number 252 of 323 VA-248-11-RP-0060 TBD James A Haley VA Hospital Replace Operating Room Area Roof Bldg 1(FCA D) Project No: 673-11-120 G. Top coat applied at right angles to the directions of the base coat application and shall fully cover the base coat. H. Total dry film thickness shall be not less than 0.5 mm 20 mils. I. Granules: 1. Apply within five minutes of top coat application, using pressure equipment, at a rate of 2.4 Kg/m²(50 pounds per 100 square feet). 2. Apply a minimum of two passes made at right angles to each other. 3. Finished granule system shall be uniform over entire surface with no apparent void areas. J. Service Walks: 1. Apply after the protective coating system has been completed and cured. 2. Fiber-glass fabric 600 mm (4 inches) wide set into a third layer of protective coating and smoothed with brush or roller. 3. Coated a minimum of 150 mm (six inches) beyond each side and covered with roofing granules. 3.7 EQUIPMENT CALIBRATION A. Spray equipment for two component system: 1. Calibrated each day at start of operations and; a. After each restart if spraying operations have been terminated for more than one hour. b. Whenever there is a change in fan pattern or pressure. c. Whenever slow curing areas are noticed. d. Whenever a change is made in hose length or working height and after changeover between materials. B. Calibration shall consist of demonstrating that the equipment is adjusted to deliver component in the proper proportions. C. Calibration tests: Done on the roof adjacent to the area to be sprayed. ---END--- Sprayed Polyurethane Foam Roofing, Section 07 57 13- Page 4 Master Page Number 253 of 323 VA-248-11-RP-0060 TBD James A Haley VA Hospital Replace Operating Room Area Roof Bldg 1(FCA D) Project No: 673-11-120 SECTION 07 71 00 ROOF SPECIALTIES PART 1 - GENERAL 1.1 DESCRIPTION This section specifies roof hatches; equipment supports; gravity ventilators; and metal grating roof walkway system. 1.2 RELATED WORK A. Color and texture of finish: Section 09 06 00, SCHEDULE FOR FINISHES.Sealant material and installation: Section 07 92 00, JOINT SEALANTS. B. Rigid insulations for roofing: Section 07 22 00, ROOF AND DECK INSULATION 1.3 QUALITY CONTROL A. All roof accessories shall be the products of manufacturers regularly engaged in producing the kinds of products specified. B. Each accessory type shall be the same and be made by the same manufacturer. C. Each accessory shall be completely assembled to the greatest extent possible before delivery to the site. 1.4 SUBMITTALS A. Submit in accordance with Section 01 33 23, SHOP DRAWINGS, PRODUCT DATA, AND SAMPLES. B. Samples: Representative sample panel of color anodized aluminum not less than 100 mm X 100 mm (four by four inches), except extrusions shall be a width not less than section to be used. Sample shall show coating with integral color and texture and shall include manufacturer's identifying label. C. Shop Drawings: Each item specified showing design, details of construction, installation and fastenings. D. Manufacturer's Literature and Data: Each item specified. E. Certificates: Stating that aluminum has been given specified thickness of anodizing. 1.5 APPLICABLE PUBLICATIONS A. The publications listed below form a part of this specification to the extend referenced. The publications are referenced in the text by the basic designation only. B. Federal Specifications (Fed. Spec.): Roof Specialties Section 07 71 00- Page 1 Master Page Number 254 of 323 VA-248-11-RP-0060 TBD James A Haley VA Hospital Replace Operating Room Area Roof Bldg 1(FCA D) Project No: 673-11-120 RR-G-1602D ..........................Grating, Metal, Other Than Bar Type (Floor, Except for Naval Vessels) C. American Society for Testing and Material (ASTM): A653/A653M-08 ....................Steel Sheet, Zinc-Coated (Galvanized) or Zinc-Iron AlloyCoated (Galvannealed) By the Hot-Dip Process B209/209M-07 .......................Aluminum and Aluminum Alloy-Sheet and Plate B221/221M-08 .......................Aluminum-Alloy Extruded Bars, Rods, Wire, Shapes, and Tubes C612-04e1 ..............................Mineral Fiber Block and Board Thermal Insulation D1187-97 (2002)e1 ................Asphalt-Base Emulsions for Use as Protective Coatings for Metal D. National Association of Architectural Metal Manufacturers (NAAMM): AMP 500 Series .....................Metal Finishes Manual E. American Architectural Manufacturers Association (AAMA): 2605-05 ..................................High Performance Organic Coatings on Architectural Extrusions and Panels. PART 2 - PRODUCTS 2.1 MATERIALS A. Aluminum, Extruded: ASTM B221/B221M. B. Aluminum Sheet: ASTM B209/B209M. C. Galvanized Sheet Steel: ASTM A526/A526M; G-90 coating. D. Metal Grating for Roof Walkway: Fed. Spec. RR-G-1602. 2.2 ROOF HATCH (SCUTTLE) A. Fabricate from aluminum with mill finish. B. Curb and Cover: 1. Exterior facing: Minimum 2.3 mm (0.09 inch) thick sheet aluminum. 2. Interior facing: Minimum 1 mm (0.04 inch) thick sheet aluminum. 3. Minimum of 25 mm (one inch) thick mineral fiber insulation between facings of cover and over exterior face of curb. 4. Form exterior curb facing with an integral three inch wide roof flange and cap flashing minimum 2.3 mm (0.09 inch) thick sheet aluminum. Roof Specialties Section 07 71 00- Page 2 Master Page Number 255 of 323 VA-248-11-RP-0060 TBD James A Haley VA Hospital Replace Operating Room Area Roof Bldg 1(FCA D) Project No: 673-11-120 5. Make curb 300 mm (12 inches). 6. Form cover to lap curb and cap flashing. 7. Size opening as shown. C. Hardware: 1. Provide spring snap latch with inside and outside operating handles and padlock hasp on inside. Provide two snap latches when hinge side is over 2100 mm (7 feet) long. 2. Provide pintle hinges. 3. Provide automatic hold open and operating arm with enclosed torsion or compression spring lifting mechanism. 4. Covers shall automatically lock in the open position at not less than 70 degrees. 5. Provide weatherstripping at cover closure. 6. Galvanize all hardware items. D. Assembly: 1. Completely shop assemble roof scuttle. 2. Fully weld all joints exposed to the weather and built into the roofing. 3. Finish weld smooth where exposed. 4. Operation with minimum force to open and close. 2.3 EQUIPMENT SUPPORTS A. Fabricate equipment supports from 1.3 mm (0.0516 inch) thick galvanized steel. B. Form exterior curb with integral base, and deck closures for curbs installed on steel decking. C. Use galvanized steel liners for curbs having inside dimension over 305 mm (12 inches). D. Fabricate curb with a minimum height of 200 mm (8 inches) above roof surface. E. Attach preservative treated wood nailers to top of curb. Use 50 mm (2 inch) by 50 mm (2 inch) minimum nominal size on curb with openings and 50 mm (2 inch) thick, width of curb up to 300 mm (12 inches) on equipment support curbs. F. Make size of supports suit size of equipment furnished, with height as shown on drawings, but not less than 200 mm (8 inches) above roof surface. Roof Specialties Section 07 71 00- Page 3 Master Page Number 256 of 323 VA-248-11-RP-0060 TBD James A Haley VA Hospital Replace Operating Room Area Roof Bldg 1(FCA D) Project No: 673-11-120 2.4 LOW SILHOUETTE GRAVITY VENTILATORS A. Fabricate base of 1 mm (0.04 inch) thick aluminum, and vent of 0.8 mm (0.032 inch) thick aluminum. Height not to exceed 300 mm (12 inches) above top of roof curb. Design ventilators to withstand 137 Km (85 miles) per hour wind velocity. Provide ventilators with a removable 18 by 18 mesh aluminum wire cloth insect screen. B. Construct damper of the same material as the ventilator and design to completely close opening or remain wide open. Hold damper in closed position by a brass chain and catch. Extend chains 300 mm (12 inches) below and engage catch when damper is closed. 2.5 METAL GRATING ROOF WALKWAY SYSTEM A. Provide metal grating roof walkway system consisting of prefabricated pans, of 14 gauge, galvanized (G-90 Coating) steel grating with slip resistant surface. B. Grating units shall be in 600 mm (two foot) widths and in 3000 to 3600 mm (10 to 12 foot long) sections as required. C. Provide complete with support framing, brackets, connectors, nosings and other accessories as required for complete roof walkway system. Include support stands at minimum 1500 mm (five feet) on center to hold planks a minimum of nine inches above roof surface. D. Include step units, nosings framing and connectors to provide changes in elevation as required. E. Provide neoprene rubber pads having a shore A hardness of 80 to 90-Durometer under each support, or bearing surface. 2.6 FINISH A. In accordance with NAAMM Amp 500 Series. B. Aluminum, Mill Finish: AA-MIX, as fabricated. PART 3 - EXECUTION 3.1 INSTALLATION A. Install roof specialties where shown. B. Secure with fasteners in accordance with manufacture's printed installation instructions and approved shop drawings unless shown otherwise. C. Coordinate to install insulation where shown; see Section 07 21 13, THERMAL INSULATION and Section 07 22 00, ROOF AND DECK INSULATION. Roof Specialties Section 07 71 00- Page 4 Master Page Number 257 of 323 VA-248-11-RP-0060 TBD James A Haley VA Hospital Replace Operating Room Area Roof Bldg 1(FCA D) Project No: 673-11-120 D. Comply with section 07 92 00, JOINT SEALANTS to install sealants where manufactures installation instructions require sealant. E. Coordinate with roofing work for installation of items in sequence to prevent water infiltration. b. After completion of base flashing bend down cap flashing flange and secure to blocking with screws. c. Install expansion joint cover with 6 mm (1/4 inch) wide space at end joints and tension bars at 600 mm (24 inches) on center. d. Install cover plates with formed aluminum flashing concealed and centered on joint. Flashing to lap cover not less than 100 mm (4 inches). J. Equipment Supports: Do not anchor to insulating concrete or metal deck. Anchor only to building structure as per manufacturers recommendations. 3.2 PROTECTION OF ALUMINUM A. Provide protection for aluminum against galvanic action wherever dissimilar materials are in contact, by painting the contact surfaces of the dissimilar material with two coats of asphalt coating (complete coverage), or by separating the contact surfaces with a preformed neoprene tape having pressure sensitive adhesive coating on side. B. Paint aluminum in contact with wood, concrete and masonry, or other absorptive materials, that may become repeatedly wet, with two coats of asphalt coating. 3.3 ADJUSTING A. Adjust roof hatch hardware to operate freely and so that cover will operate without binding, close tightly at perimeter, and latch securely. 3.4 PROTECTION Protect roof accessories from damage during installation and after completion of the work from subsequent construction. ---END--- Roof Specialties Section 07 71 00- Page 5 Master Page Number 258 of 323 VA-248-11-RP-0060 TBD James A Haley VA Hospital Replace Operating Room Area Roof Bldg 1(FCA D) Project No: 673-11-120 SECTION 07 72 00 ROOF ACCESSORIES PART 1 - GENERAL 1.1 DESCRIPTION This section specifies copings, gravel stops, fascias, and expansion joints. 1.2 RELATED WORK A. Color and texture of finish: Section 09 06 00, SCHEDULE FOR FINISHES B. Sealant material and installation: Section 07 92 00, JOINT SEALANTS. C. General insulation: Section 07 21 13, THERMAL INSULATION D. Rigid insulations for roofing: Section 07 22 00, ROOF AND DECK INSULATION 1.3 QUALITY CONTROL A. All roof accessories shall be the products of manufacturers regularly engaged in producing the kinds of products specified. B. Each accessory type shall be the same and be made by the same manufacturer. C. Each accessory shall be completely assembled to the greatest extent possible before delivery to the site. 1.4 SUBMITTALS A. Submit in accordance with Section 01 33 23, SHOP DRAWINGS, PRODUCT DATA, AND SAMPLES. B. Samples: Representative sample panel of color anodized aluminum not less than 100 mm X 100 mm (four by four inches), except extrusions shall be a width not less than section to be used. Sample shall show coating with integral color and texture and shall include manufacturer's identifying label. C. Shop Drawings: Each item specified showing design, details of construction, installation and fastenings. D. Manufacturer's Literature and Data: Each item specified. E. Certificates: Stating that aluminum has been given specified thickness of anodizing. 1.5 APPLICABLE PUBLICATIONS A. The publications listed below form a part of this specification to the extend referenced. The publications are referenced in the text by the basic designation only. B. American Society for Testing and Material (ASTM): Roof Accessories, Section 07 72 00 - Page 1 Master Page Number 259 of 323 VA-248-11-RP-0060 TBD James A Haley VA Hospital Replace Operating Room Area Roof Bldg 1(FCA D) Project No: 673-11-120 B209/209M-07 .......................Aluminum and Aluminum Alloy-Sheet and Plate B221/221M-07 .......................Aluminum-Alloy Extruded Bars, Rods, Wire, Shapes, and Tubes C612-04e1 ..............................Mineral Fiber Block and Board Thermal Insulation D1187-97 (2002)e1 ................Asphalt-Base Emulsions for Use as Protective Coatings for Metal C. National Association of Architectural Metal Manufacturers (NAAMM): AMP 500-505-88 ...................Metal Finishes Manual D. American Architectural Manufacturers Association (AAMA): 2605-05 ..................................High Performance Organic Coatings on Architectural Extrusions and Panels. PART 2 - PRODUCTS 2.1 MATERIALS A. Aluminum, Extruded: ASTM B221/B221M. B. Aluminum Sheet: ASTM B209/B209M. C. Galvanized Sheet Steel: ASTM A526/A526M; G-90 coating. D. Insulation: ASTM C612, Class 1 or 2. E. Asphalt Coating: ASTM D 1187, Type I, quick setting. 2.2 COPINGS A. Fabricate of aluminum not less than 2mm (0.08 inch thick) B. Turn outer edges down each face of wall as shown. C. Maximum lengths of 3000 mm (10 feet). D. Shop fabricate external and internal corners as one piece assemblies with not less than 300 mm (12 inch) leg lengths. E. Copings shall be Category 5 FM rated F. Provide 100 mm (four inch) wide 0.8 mm (0.032 inch) thick watertight joint covers. G. Provide anchor gutter bar of 0.8 mm (0.032 inch) thick with anchor holes formed for underside of joint. H. Provide concealed guttered splice plate of 0.8 mm (0.032 inch) thick with butyl or other resilient seal strips anchored to splice plate for underside of joint. Use galvanized steel anchor plate providing compression spring anchoring of coping cover. Roof Accessories, Section 07 72 00 - Page 2 Master Page Number 260 of 323 VA-248-11-RP-0060 TBD James A Haley VA Hospital Replace Operating Room Area Roof Bldg 1(FCA D) Project No: 673-11-120 I. Finish: to match existing or Anodized as specified. 2.3 EXTRUDED ALUMINUM GRAVEL STOPS AND FASCIAS A. Fabricate of aluminum not less than 2 mm (0.078 inch) thick. B. Turn fascia down face of wall and up above roof as shown. C. Maximum lengths of 3000 mm (10-feet). D. Shop fabricate external and internal corners as one piece assemblies with not less than 300 mm (12 inch) leg lengths. E. Provide 100 mm (four inch) wide 2 mm (0.078 inch) thick watertight joint covers with 150 mm (six inch) wide 0.8 mm (0.030 inch) thick underside joint flashing. 2.4 EXTRUDED ALUMINUM FASCIA-CANT SYSTEM A. The fascia-cant system consists of three pieces, an extruded aluminum fascia, and an aluminum compression clamp. B. Furnish in stock lengths of not more than 3000 mm (10 feet) long. C. Form fascia from not less than 2 mm (0.070 inch) thick aluminum. Provide four inch wide 0.8 mm (0.032-inch) thick concealed sheet aluminum joint cover plates in back of fascia. D. Form cant strip from galvanized steel not less than 0.8 mm (0.0299 inch) thick, to profile shown and design to hold lower edge of the fascia. E. Form compression clamp of not less than 0.8 mm (0.032 inch) thick aluminum designed to hold the top edge of the fascia and the built-up flashing. F. Internal and external corners: 1. Factory fabricate and fully weld mitered joints. 2. Furnish corner sections in manufacturers standard sizes in sizes shown. with not less than 300 mm (12 inch) leg lengths. G. Factory fabricated fascia sump assemblies. 1. Fabricate sump assemblies with stainless steel cores and extruded aluminum cover to match fascia-cant. 2. Provide stainless steel outlet, tube sized to suit downspout and solder to core to make watertight. 3. Furnish sump assembly in 500 mm (20 inch) minimum lengths. H. Factory fabricated scupper assemblies: Roof Accessories, Section 07 72 00 - Page 3 Master Page Number 261 of 323 VA-248-11-RP-0060 TBD James A Haley VA Hospital Replace Operating Room Area Roof Bldg 1(FCA D) Project No: 673-11-120 1. Fabricate scupper assembly with extended plates to match fascia-cant in 500 mm (20 inch) minimum lengths. 2. Extend outlet opening not less than 50 mm (two inches) with drip edge. 3. Fabricate with stainless steel cores or sleeve to drain water from toe of cant and flash in to built-up roofing with 100 mm (4 inch) wide flange. I. Finish on aluminum: To match existing or anodized. as specified. 2.5 EXTRUDED ALUMINUM ROOF EXPANSION JOINT COVERS A. Fabricate in 3000 mm (10 foot) lengths with fastener openings slotting for expansion not over 600 mm (24 inch) centers. B. Provide four-way expansion, for joint widths shown. C. Mill finish on aluminum. D. Form waterstop or moisture seals of continuous sheets of neoprene, not less than 0.8 mm (0.032 inch) thick. E. Fabricate corners as one piece assembly with mitered and welded joint and least dimension legs not less than 300 mm (12 inches) long. F. Factory fabricate end caps and transitions to insure waterproof assembly. G. Three piece assembly: 1. Roof expansion joint cover system consists of an extruded aluminum cover, extruded frame or curb vertical section, galvanized steel cant, and aluminum compression clamp counter flashing, complete with moisture seals. Form cover and vertical section from extruded aluminum, 2 mm (0.080 inch) minimum thickness with spring stainless steel tension or pivot bar. 2. Form cant from galvanized steel not less than 0.8 (0.029 inch) thick formed to profile shown. 3. Form splice plates of not less than 0.8 mm (0.032 inch) thick aluminum sheet. 4. Form counter flashing member of 1.3 mm (0.050 inch) thick sheet aluminum, secured with screws to the top edge of the vertical section and providing compression clamp over base flashing. 5. Provide compression gasket separating cover from curb bearing. H. Two piece assembly: Roof Accessories, Section 07 72 00 - Page 4 Master Page Number 262 of 323 VA-248-11-RP-0060 TBD James A Haley VA Hospital Replace Operating Room Area Roof Bldg 1(FCA D) Project No: 673-11-120 1. Roof expansion joint system consists of an extruded aluminum cover combination extruded aluminum frame or curb with integral adjustable counter flashing flange, and moisture seals. 2. Form cover from extruded aluminum 2 mm (0.078 inch) minimum thickness. 3. Form cover anchor system of stainless steel pivot bar. 4. Form frame assembly of not less than 2 mm (0.076 inch) aluminum except for flashing portion. 5. Provide compression gasket separating cover from curb at bearing. 2.6 FINISH A. To match existing. B. In accordance with NAAMM Amp 500-505. C. Aluminum, Mill Finish: AA-MIX, as fabricated. D. Aluminum, Clear Finish: AA-C22A41 medium matte, clear anodic coating. E. Aluminum Colored Finish: AA-C22A42 (anodized or AA0C22A44 (electrolytically deposited metallic compound) medium matte, integrally colored coating, Class 1, Architectural, 0.7 mils thick. Dyes will not be accepted. PART 3 - EXECUTION 3.1 INSTALLATION A. Install roof accessories where shown. B. Secure with fasteners in accordance with manufacture's printed installation instructions and approved shop drawings unless shown otherwise. C. Coordinate to install insulation where shown; see Section 07 21 13, THERMAL INSULATION and Section 07 22 00, ROOF AND DECK INSULATION. D. Comply with section 07 92 00, JOINT SEALANTS to install sealants where manufactures installation instructions require sealant. E. Coordinate with roofing work for installation of items in sequence to prevent water infiltration. F. Gravel Stops and Fascias: 1. Install gravel stops and fascia with butt joints with approximately 6 mm (1/4 inch) space for expansion. Roof Accessories, Section 07 72 00 - Page 5 Master Page Number 263 of 323 VA-248-11-RP-0060 TBD James A Haley VA Hospital Replace Operating Room Area Roof Bldg 1(FCA D) Project No: 673-11-120 2. Over each joint provide cover plates of sheet aluminum, complete with concealed sheet aluminum flashing, centered under each joint. 3. Lap cover plates and concealed flashing over the gravel stop and fascia not less than four inches. 4. Extend concealed flashing over built-up roofing, embed in roof cement and turn down over face of blocking at roof edge. G. Aluminum Coping: 1. Install sections of coping with approximately 6 mm (1/4-inch) space between ends of sections. 2. Center joint gutter bar and covers at joints and securely lock in place. 3. When snap-on system is used insure front and back edges are locked in place. H. Fascia-Cant System: 1. Install galvanized steel cant; coordinate with roofing work and after completion of roofing work install extruded aluminum fascia, concealed joint cover plate, and aluminum compression clamp, where shown. 2. Install system to allow for expansion and contraction with 6 mm (1/4 inch) space between extruded aluminum members and galvanized steel cant as required by manufacturer of system. 3. Offset joints in extruded aluminum members from galvanized steel cant joints. I. Expansion Joint Covers: 1. Install to terminate base flashing 200 mm (8 inches) above roof. 2. Install moisture seals to drain water to outlets that do not permit water to enter buildings construction. 3. Use stainless steel screws when exposed. 4. Three piece assembly: a. Install curb section with screws to wood blocking, allowing 6 mm (1/4 inch) at butt joints between sections with splice plate at joint. b. Install cant to wood blocking by nailing along horizontal flange every 150 mm (6 inches), with galvanized roofing nails 25 mm (one inch) long. Roof Accessories, Section 07 72 00 - Page 6 Master Page Number 264 of 323 VA-248-11-RP-0060 TBD James A Haley VA Hospital Replace Operating Room Area Roof Bldg 1(FCA D) Project No: 673-11-120 c. After completion of base flashing install cap flashing and compression clamp and fasten to the curb or metal cant with stainless steel self-tapping screws with neoprene washers under head spaced approximately 450 mm (18 inches) on center. d. Install expansion joint cover with a 6 mm (1/4 inch) wide end joints. e. Install over end joint a cover plate complete with concealed aluminum flashing, centered under each joint. Fabricate flashing to lap cover not less than four inches. 5. Two piece assembly: a. Install curb section with screws allowing 6 mm (1/4 inch) space at end joints with splice plate at joint. b. After completion of base flashing bend down cap flashing flange and secure to blocking with screws. c. Install expansion joint cover with 6 mm (1/4 inch) wide space at end joints and tension bars at 600 mm (24 inches) on center. d. Install cover plates with formed aluminum flashing concealed and centered on joint. Flashing to lap cover not less than 100 mm (4 inches). 3.2 PROTECTION OF ALUMINUM A. Provide protection for aluminum against galvanic action wherever dissimilar materials are in contact, by painting the contact surfaces of the dissimilar material with two coats of asphalt coating (complete coverage), or by separating the contact surfaces with a preformed neoprene tape having pressure sensitive adhesive coating on side. B. Paint aluminum in contact with wood, concrete and masonry, or other absorptive materials, that may become repeatedly wet, with two coats of asphalt coating. 3.3 ADJUSTING Adjust expansion joints to close tightly and be watertight; insuring maximum allowance for building movement. 3.4 PROTECTION Protect roof accessories from damage during installation and after completion of the work from subsequent construction. ---END--- Roof Accessories, Section 07 72 00 - Page 7 Master Page Number 265 of 323 VA-248-11-RP-0060 TBD James A Haley VA Hospital Replace Operating Room Area Roof Bldg 1(FCA D) Project No: 673-11-120 SECTION 07 81 00 APPLIED FIREPROOFING PART 1 - GENERAL 1.1 DESCRIPTION This section specifies mineral fiber and cementitious coverings to provide fire resistance to interior structural steel members shown. 1.2 SUBMITTALS A. Submit in accordance with Section 01 33 23, SHOP DRAWINGS, PRODUCT DATA, AND SAMPLES. B. Manufacturer's Literature and Data: 1. Manufacturer's complete and detailed application instructions and specifications. 2. Manufacturer's repair and patching instructions. C. Certificates: 1. Certificate from testing laboratory attesting fireproofing material and application method meet the specified fire ratings. a. List thickness and density of material required to meet fire ratings. b. Accompanied by complete test report and test record. 2. Manufacturer's certificate indicating sprayed-on fireproofing material supplied under the Contract is same within manufacturing tolerance as fireproofing material tested. D. Miscellaneous: 1. Manufacturer's written approval of surfaces to receive sprayed-on fireproofing. 2. Manufacturer's written approval of completed installation. 3. Manufacturer's written approval of the applicators of fireproofing material. 1.3 PRODUCT DELIVERY, STORAGE AND HANDLING A. Deliver to job-site in sealed containers marked and labeled to show manufacturer's name and brand and certification of compliance with the specified requirements. B. Remove damaged containers from the site. C. Store the materials off the ground, under cover, away from damp surfaces. D. Keep dry until ready for use. Applied Fireproofing Section 07 81 00 - Page 1 Master Page Number 266 of 323 VA-248-11-RP-0060 TBD James A Haley VA Hospital Replace Operating Room Area Roof Bldg 1(FCA D) Project No: 673-11-120 E. Remove materials that have been exposed to water before installation from the site. 1.4 QUALITY CONTROL A. Test for fire endurance in accordance with ASTM E119, for fire rating specified, in a nationally recognized laboratory. B. Manufacturer's inspection and approval of surfaces to receive fireproofing as specified under paragraph Examination. C. Manufacturer's approval of fireproofing applications. D. Manufacturer's approval of completed installation. E. Manufacturer's representative shall observe and advise at the commencement of application, and shall visit the site as required thereafter for the purpose of ascertaining proper application. F. Pre-Application Test Area. 1. Apply a test area consisting of a typical overhead fireproofing installation, including not less than 4.5 m (15 feet) of beam and deck. a. Apply to one column. b. Apply for the hourly ratings used. 2. Install in location selected by the Resident Engineer, for approval by the representative of the fireproofing material manufacturer and by the Government. 3. Perform Bond test on painted steel in accordance with ASTM E736. 4. Do not proceed in other areas until installation of test area has been completed and approved. 5. Keep approved installation area open for observation as criteria for sprayed-on fireproofing. 1.5 APPLICABLE PUBLICATIONS A. Publications listed below form a part of this specification to the extent referenced. Publications are referenced in the text by the basic designation only. B. American Society for Testing and Materials (ASTM): C841-03 (2008)e1 ..................Installation of Interior Lathing and Furring C847-06..................................Metal Lath E84-08a ..................................Surface Burning Characteristics of Building Materials Applied Fireproofing Section 07 81 00 - Page 2 Master Page Number 267 of 323 VA-248-11-RP-0060 TBD James A Haley VA Hospital Replace Operating Room Area Roof Bldg 1(FCA D) Project No: 673-11-120 E119-08a ................................Fire Tests of Building Construction and Materials E605-93 (2006) ......................Thickness and Density of Sprayed Fire-Resistive Materials Applied to Structural Members E736-00 (2006) ......................Cohesion/Adhesion of Sprayed Fire-Resistive Materials Applied to Structural Members E759-92 (2005) ......................The Effect of Deflection on Sprayed Fire-Resistive Material Applied to Structural Members E760-92 (2005) ......................Impact on Bonding of Sprayed Fire-Resistive Material Applied to Structural Members E761-92 (2005) ......................Compressive Strength of Fire-Resistive Material Applied to Structural Members E859-93 (2006) ......................Air Erosion of Sprayed Fire-Resistive Materials Applied to Structural Members E937-93 (2005) ......................Corrosion of Steel by Sprayed Fire-Resistive Material Applied to Structural Members E1042-02 (2008) ....................Acoustically, Absorptive Materials Applied by Trowel or Spray. G21-96 (R2002) .....................Determining Resistance of Synthetic Polymeric Materials to Fungi C. Underwriters Laboratories, Inc. (UL): Fire Resistance Directory...Latest Edition including Supplements D. Warnock Hersey (WH): Certification Listings .............Latest Edition E. Factory Mutual System (FM): Approval Guide ......................Latest Edition including Supplements PART 2 - PRODUCTS 2.1 SPRAYED-ON FIREPROOFING A. ASTM E1042, Class (a), Category A. 1. Type I, factory mixed cementitious materials with approved aggregate. Applied Fireproofing Section 07 81 00 - Page 3 Master Page Number 268 of 323 VA-248-11-RP-0060 TBD James A Haley VA Hospital Replace Operating Room Area Roof Bldg 1(FCA D) Project No: 673-11-120 2. Type II, factory mixed mineral fiber with integral inorganic binders minimum 240 kg/m3 (15 1b/ft3) density per ASTM E605 test unless specified otherwise. B. Materials containing asbestos are not permitted. C. Fireproofing characteristics when applied in the thickness and density required to achieve the fire-rating specified. Characteristic Test Results 1. Deflection ASTM E759 No cracking, spalling, or delamination when backing to which it is applied has a deflection up to 1/120 in 3m (10 ft.) 2. Corrosion-Resistance ASTM E937 No promotion of corrosion of steel. 3. Bond Impact ASTM E760 No cracking, spalling, or delamination. 4. Cohesion/Adhesion (Bond Strength) ASTM E736 Minimum cohesive/adhesive strength of 9.57 kPa (200 lbf/ft2) for protected areas. 19.15 kPa (400 lbf/ft2) for exposed areas. 5. Air Erosion ASTM E859 Maximum gain weight of the collecting filter 0.27gm/m2 (0.025 gm/ft2). 6. Compressive Strength ASTM E761 Minimum compressive strength 36 kPa (5 lbf/in2). 7. Surface Burning Characteristics with adhesive and sealer to be used ASTM E84 Flame spread 25 or less smoke developed 50 or less ASTM G21 Resistance to mold growth when inoculated with aspergillus niger (28 days for general application) 8. Fungi Resistance 2.2 ADHESIVE A. Bonding adhesive for Type II (fibrous) materials as recommended and supplied by the fireproofing material manufacturer. B. Adhesive may be an integral part of the material or applied separately to surface receiving fireproofing material. Applied Fireproofing Section 07 81 00 - Page 4 Master Page Number 269 of 323 VA-248-11-RP-0060 TBD James A Haley VA Hospital Replace Operating Room Area Roof Bldg 1(FCA D) Project No: 673-11-120 2.3 SEALER A. Sealer for Type II (fibrous) material as recommended and supplied by the fireproofing material manufacturer. B. Surface burning characteristics as specified for fireproofing material. C. Fungus resistant. D. Sealer may be an integral part of the material or applied separately to the exposed surface. When applied separately use contrasting color pigmented sealer, white preferred. 2.4 WATER A. Clean, fresh, and free from organic and mineral impurities. B. pH of 6.9 to 7.1. 2.5 MECHANICAL BOND MATERIAL A. Expanded Metal Lath: ASTM C847, minimum weight of 0.92 kg/m2 (1.7 pounds per square yard). B. Fasteners: ASTM C841. PART 3 - EXECUTION 3.1 EXAMINATION A. Verify surfaces to receive fireproofing are clean and free of dust, soot, oil, grease, water soluble materials or any foreign substance which would prevent adhesion of the fireproofing material. B. Verify hangers, inserts and clips are installed before the application of fireproofing material. C. Verify ductwork, piping, and other obstructing material and equipment is not installed that will interfere with fireproofing installation. D. Verify concrete work on steel decking and concrete encased steel is completed. E. Verify temperature and enclosure conditions are required by fire-proofing material manufacturer. 3.2 APPLICATION A. Do not start application until written approval has been obtained from manufacturer of fireproofing materials that surfaces have been inspected by the manufacturer or his representative, and are suitable to receive sprayed-on fireproofing. Applied Fireproofing Section 07 81 00 - Page 5 Master Page Number 270 of 323 VA-248-11-RP-0060 TBD James A Haley VA Hospital Replace Operating Room Area Roof Bldg 1(FCA D) Project No: 673-11-120 B. Coordinate application of fireproofing material with other trades. C. Application of Metal Lath: 1. Apply to beam and columns having painted surfaces which fail ASTM E736 Bond Test requirements in pre-application test area. 2. Apply to beam flanges 300 mm (12-inches) or more in width. 3. Apply to column flanges 400 mm (16-inches) or more in width. 4. Apply to beam or column web 400 mm (16-inches) or more in depth. 5. Tack weld or mechanically fasten on maximum of 300 mm (12-inch) center. 6. See design criteria section of the approved assemblies used. 7. Lap and tie lath member in accordance with ASTM C841. D. Mix and apply in accordance with manufacturer's instructions. 1. Mechanically control material and water ratios. 2. Apply adhesive and sealer, when not an integral part of the materials, in accordance with the manufacturer's instructions. 3. Apply to density and thickness indicated in UL Fire Resistance Directory, FM Approval Guide, or WH Certification Listings unless specified otherwise. Test in accordance with ASTM E119. 4. Minimum applied dry density per cubic meter (cubic foot) for the underside of the walk on deck (interstitial) hung purl in or beam and steel deck, columns in interstitial spaces and mechanical equipment rooms shall be as follows: a. Type I - 270 kg/m3 (17 lb/ft3): exposed condition. b. Type II - 350 kg/m3 (22 lb/ft3): exposed condition unless density is less. E. Application shall be completed in one area, inspected and approved by Resident Engineer before removal of application equipment and proceeding with further work. 3.3 FIELD TESTS A. Tests of applied material will be performed by VA retained Testing Laboratory. See Section 01 45 29, TESTING LABORATORY SERVICES. B. Resident Engineer will select area to be tested in specific bays on each floor using a geometric grid pattern. Applied Fireproofing Section 07 81 00 - Page 6 Master Page Number 271 of 323 VA-248-11-RP-0060 TBD James A Haley VA Hospital Replace Operating Room Area Roof Bldg 1(FCA D) Project No: 673-11-120 C. Test for thickness and density in accordance with ASTM E605. Areas showing thickness less than that required as a result of fire endurance test will be rejected. D. Areas showing less than required fireproofing characteristics will be rejected on the following field tests. 1. Test for cohesion/adhesion: ASTM E736. 2. Test for bond impact strength: ASTM E760. 3.3 PATCHING AND REPAIRING A. Inspect after mechanical, electrical and other trades have completed work in contact with fireproofing material, but before sprayed material is covered by subsequent construction. B. Perform corrective measures in accordance with fireproofing material Manufacturer's recommendations. 1. Respray areas requiring additional fireproofing material to provide the required thickness, and replace dislodged or removed material. 2. Spray material for patching by machine directly on point to be patched, or into a container and then hand apply. 3. Hand mixing of material is not permitted. C. Repair: 1. Respray all test and rejected areas. 2. Patch fireproofing material which is removed or disturbed after approval. D. Perform final inspection of sprayed areas after patching and repair. 3.5 SCHEDULE A. Apply fireproofing material in interior structural steel members and on underside of interior steel floor and roof decks, except on following surfaces: 1. Structural steel and underside of steel decks in elevator or dumbwaiter machine rooms. 2. Steel members in elevator hoist ways. 3. Areas used as air handling plenums. 4. Steel to be encased in concrete or designated to receive other type of fireproofing. B. Refer to Architect’s schedule of fireproofing. ---END--Applied Fireproofing Section 07 81 00 - Page 7 Master Page Number 272 of 323 VA-248-11-RP-0060 TBD James A Haley VA Hospital Replace Operating Room Area Roof Bldg 1(FCA D) Project No: 673-11-120 SECTION 09 91 00 PAINTING PART 1-GENERAL 1.1 DESCRIPTION A. Section specifies field painting. B. Section specifies prime coats which may be applied in shop under other sections. C. Painting includes shellacs, stains, varnishes, coatings specified, and striping or markers and identity markings. 1.2 RELATED WORK A. Shop prime painting of steel and ferrous metals: Divisions 5 and 8 sections. B. N/A C. Type of Finish, Color, and Gloss Level of Finish Coat: Section 09 06 00, Schedule for finishes. 1.3 SUBMITTALS A. Submit in accordance with Section 01 33 23, SHOP Drawings, PRODUCT DATA, AND SAMPLES. B. Manufacturer's Literature and Data: Before work is started, or sample panels are prepared, submit manufacturer's literature, the current Master Painters Institute (MPI) "Approved Product List" indicating brand label, product name and product code as of the date of contract award, will be used to determine compliance with the submittal requirements of this specification. The Contractor may choose to use subsequent MPI "Approved Product List", however, only one list may be used for the entire contract and each coating system is to be from a single manufacturer. All coats on a particular substrate must be from a single manufacturer. No variation from the MPI "Approved Product List" where applicable is acceptable. C. Sample Panels: 1. After painters' materials have been approved and before work is started submit sample panels showing each type of finish and color specified. 2. Panels to show color: Composition board, 102 mm by 254 mm by 3 mm (4 inch by 10 inch by 1/8 inch). Painting Section 09 91 00- Page 1 Master Page Number 273 of 323 VA-248-11-RP-0060 TBD James A Haley VA Hospital Replace Operating Room Area Roof Bldg 1(FCA D) Project No: 673-11-120 3. Panel to show transparent finishes: Wood of same species and grain pattern as wood approved for use, 102 by 254 by 3 mm (4 inch by 10 inch face by 1/4 inch) thick minimum, and where both flat and edge grain will be exposed, 254 mm (10 inches) long by sufficient size, 51 mm by 51 mm (2 by 2 inch) minimum or actual wood member to show complete finish. 4. Attach labels to panel stating the following: a. Federal Specification Number or manufacturers name and product number of paints used. b. Specification code number specified in Section, 09 06 00 SCHEDULE FOR FINISHES. c. Product type and color. d. Name of project. 5. Strips showing not less than 51 mm (2 inch) wide strips of undercoats and 102 mm (4 inch) wide strip of finish coat. D. Sample of identity markers if used. E. Manufacturers' Certificates indicating compliance with specified requirements: 1. Manufacturer's paint substituted for Federal Specification paints meets or exceeds performance of paint specified. 2. High temperature aluminum paint. 3. Epoxy coating. 4. Intumescing clear coating or fire retardant paint. 5. Plastic floor coating. 1.4 DELIVERY AND STORAGE A. Deliver materials to site in manufacturer's sealed container marked to show following: 1. Name of manufacturer. 2. Product type. 3. Batch number. 4. Instructions for use. 5. Safety precautions. B. In addition to manufacturer's label, provide a label legibly printed as following: Painting Section 09 91 00- Page 2 Master Page Number 274 of 323 VA-248-11-RP-0060 TBD James A Haley VA Hospital Replace Operating Room Area Roof Bldg 1(FCA D) Project No: 673-11-120 1. Federal Specification Number, where applicable, and name of material. 2. Surface upon which material is to be applied. 3. If paint or other coating, state coat types; prime, body or finish. C. Maintain space for storage, and handling of painting materials and equipment in a neat and orderly condition to prevent spontaneous combustion from occurring or igniting adjacent items. D. Store materials at site at least 24 hours before using, at a temperature between 18 and 30 degrees C (65 and 85 degrees F). 1.5 MOCK-UP PANEL A. Before starting application of water paint mixtures, apply paint as specified to an area, not to exceed 9 m2 (100 ft2), selected by Resident Engineer. B. Finish and texture approved by Resident Engineer will be used as a standard of quality for remainder of work. 1.6 APPLICABLE PUBLICATIONS A. Publications listed below form a part of this specification to the extent referenced. Publications are referenced in the text by basic designation only and should be of the latest edition available. B. American Conference of Governmental Industrial Hygienists (ACGIH): ACGIH TLV-BKLT ..............Threshold Limit Values (TLV) for Chemical Substances and Physical Agents and Biological Exposure Indices (BEIs) ACGIH TLV-DOC ................Documentation of Threshold Limit Values and Biological Exposure Indices, (Sixth Edition) C. American National Standards Institute (ANSI): A13.1......................................Scheme for the Identification of Piping Systems D. American Society for Testing and Materials (ASTM): D260..........Boiled Linseed Oil E. Commercial Item Description (CID): A-A-378 .................................Putty, Linseed Oil Type (For Wood Sash Glazing) (cancelled) Painting Section 09 91 00- Page 3 Master Page Number 275 of 323 VA-248-11-RP-0060 TBD James A Haley VA Hospital Replace Operating Room Area Roof Bldg 1(FCA D) Project No: 673-11-120 A-A-1272 ...............................Plaster, Gypsum (Spackling Compound) A-A-1555 ...............................Water Paint, Powder (Cementitious, White and Colors) (WPC) (cancelled) A-A-2335 ...............................Sealer, Surface (Varnish Type, Wood and Cork Floors) (cancelled) A-A-3120 ...............................Paint, For Swimming Pools (RF) (cancelled) F. Federal Specifications (Fed Spec): P-W-155C ..............................Wax Floor, Water-Emulsion INT AMD 1 TT-F-322D .............................Filler, Two-Component Type, For Dents, Cracks INT AMD 1............................Small-Hole and Blow-Holes TT-F-340C .............................Filler, Wood, Plastic TT-P-1411A ...........................Paint, Copolymer-Resin, Cementitious (For Waterproofing Concrete and Masonry Walls) (CEP) G. Master Painters Institute (MPI): No. 1.......................................Aluminum Paint (AP) No. 4.......................................Interior/ Exterior Latex Block Filler No. 5.......................................Exterior Alkyd Wood Primer No. 7.......................................Exterior Oil Wood Primer No. 8.......................................Exterior Alkyd, Flat (EO) No. 9.......................................Exterior Alkyd Enamel (EO) No. 10.....................................Exterior Latex, Flat (AE) No. 11.....................................Exterior Latex, Semi-Gloss (AE) No. 18.....................................Organic Zinc Rich Coating No. 22.....................................High Heat Resistant Coating (HR) No. 26.....................................Cementitious Galvanized Metal Primer No. 27.....................................Exterior / Interior Alkyd Floor Enamel, Gloss (FE) No. 31.....................................Polyurethane, Moisture Cured, Clear Gloss (PV) No. 36.....................................Knot Sealer No. 43.....................................Interior Satin Latex No. 44.....................................Interior Low Sheen Latex Painting Section 09 91 00- Page 4 Master Page Number 276 of 323 VA-248-11-RP-0060 TBD James A Haley VA Hospital Replace Operating Room Area Roof Bldg 1(FCA D) Project No: 673-11-120 No. 45.....................................Interior Primer Sealer No. 46.....................................Interior Enamel Undercoat No. 47.....................................Interior Alkyd, Semi-Gloss (AK) No. 48.....................................Interior Alkyd, Gloss (AK) No. 49.....................................Interior Alkyd, Flat (AK) No. 50.....................................Interior Latex Primer Sealer No. 51.....................................Interior Alkyd, Eggshell No. 52.....................................Interior Latex, MPI Gloss Level 3 (LE) No. 53.....................................Interior Latex, Flat, MPI Gloss Level 1 (LE) No. 54.....................................Interior Latex, Semi-Gloss, MPI Gloss Level 5 (LE) No. 59.....................................Interior/Exterior Alkyd Porch & Floor Enamel, Low Gloss (FE) No. 60.....................................Interior/Exterior Latex Porch & Floor Paint, Low Gloss No. 66.....................................Interior Alkyd Fire Retardant, Clear Top-Coat (ULC Approved) (FC) No. 67.....................................Interior Latex Fire Retardant, Top-Coat (ULC Approved) (FR) No. 68.....................................Interior/ Exterior Latex Porch & Floor Paint, Gloss No. 71.....................................Polyurethane, Moisture Cured, Clear, Flat (PV) No. 77.....................................Epoxy Cold Cured, Gloss (EC) No. 79.....................................Marine Alkyd Metal Primer No. 90.....................................Interior Wood Stain, Semi-Transparent (WS) No. 91.....................................Wood Filler Paste No. 94.....................................Exterior Alkyd, Semi-Gloss (EO) No. 95.....................................Fast Drying Metal Primer No. 98.....................................High Build Epoxy Coating No. 101...................................Cold Curing Epoxy Primer No. 108...................................High Build Epoxy Marine Coating (EC) No. 114...................................Interior Latex, Gloss (LE) and (LG) No. 119...................................Exterior Latex, High Gloss (acrylic) (AE) Painting Section 09 91 00- Page 5 Master Page Number 277 of 323 VA-248-11-RP-0060 TBD James A Haley VA Hospital Replace Operating Room Area Roof Bldg 1(FCA D) Project No: 673-11-120 No. MPI 135...........................Non-Cementitious Galvanized Primer No. 138...................................Interior High Performance Latex, MPI Gloss Level 2 (LF) No. 139...................................Interior High Performance Latex, MPI Gloss Level 3 (LL) No. 140...................................Interior High Performance Latex, MPI Gloss Level 4 No. 141...................................Interior High Performance Latex (SG) MPI Gloss Level 5 H. Steel Structures Painting Council (SSPC): SSPC SP 1 ..............................Solvent Cleaning SSPC SP 2 ..............................Hand Tool Cleaning SSPC SP 3 ..............................Power Tool Cleaning I. Western Wood Products Association (WWPA): Research Note 312- Revised Jan 30, 1985 Painting Over Knots PART 2 - PRODUCTS 2.1 MATERIALS A. Floor Wax: Fed Spec P-W-155 (Wax Floor, Water-Emulsion). B. Putty: Fed Spec A-A-378, Type II (Putty, Linseed Oil Type). C. Cementitious Paint (CEP): TT-P-1411A [Paint, Copolymer-Resin, Cementitious (CEP)], Type 1 for exterior use, Type II for interior use. D. Plastic Floor Coating (PL): 100 percent tung oil phenolic resin nonskid varnish, color not darker than 11 Garner tube, complying with following requirements: 1. Nonvolatile Matter - 40 percent minimum. 2. Dry Hard - Seven hours maximum. 3. 100 percent Kauri Reduction Test - no cracking. 4. 5 percent Sodium Hydroxide Immersion - varnish flowed on test tube, allowed to dry 48 hours. No effect after seven immersions. 5. Abrasion Test: Apply three flowed on coats of varnish on metal, allowing three days drying between coats. After last coat has dried five days, weight and place in Taber Abraser using a CS17F wheel, 250 gram load for 300 cycles. Maximum Loss: Not more than 0.0030 gram. 6. Rubber Heel Scuffing: Readily removed by using a cloth dampened with mineral spirits. Painting Section 09 91 00- Page 6 Master Page Number 278 of 323 VA-248-11-RP-0060 TBD James A Haley VA Hospital Replace Operating Room Area Roof Bldg 1(FCA D) Project No: 673-11-120 E. Wood Sealer: MPI 31 (gloss) or MPI 71 (flat) thinned with thinner recommended by manufacturer at rate of about one part of thinner to four parts of varnish. F. Plastic Tape: 1. Pigmented vinyl plastic film in colors as specified in Section, 09 06 00 SCHEDULE FOR FINISHES, or specified. 2. Pressure sensitive adhesive back. 3. Widths as shown. G. Identity markers options: 1. Pressure sensitive vinyl markers. 2. Snap-on coil plastic markers. H. Aluminum Paint (AP): MPI 1. I. Interior/Exterior Latex Block Filler: MPI 4. J. Exterior Alkyd Wood Primer: MPI 5. K. Exterior Oil Wood Primer: MPI 7. L. Exterior Alkyd, Flat (EO): MPI 8. M. Exterior Alkyd Enamel (EO): MPI 9. N. Exterior Latex, Flat (AE): MPI 10. O. Exterior Latex, Semi-Gloss (AE): MPI 11. P. Organic Zinc rich Coating (HR): MPI 22. Q. High Heat Resistant Coating (HR): MPI 22. R. Cementitious Galvanized Metal Primer: MPI 26. S. Exterior/ interior Alkyd Floor Enamel, Gloss (FE): MPI 27. T. Knot Sealer: MPI 36. U. Interior Satin Latex: MPI 43. V. Interior Low Sheen Latex: MPI 44. W. Interior Primer Sealer: MPI 45. X. Interior Enamel Undercoat: MPI 47. Y. Interior Alkyd, Semi-Gloss (AK): MPI 47. Z. Interior Alkyd, Gloss (AK): MPI 49. AA. Interior Latex Primer Sealer: MPI 50. Painting Section 09 91 00- Page 7 Master Page Number 279 of 323 VA-248-11-RP-0060 TBD James A Haley VA Hospital Replace Operating Room Area Roof Bldg 1(FCA D) Project No: 673-11-120 BB. Interior Alkyd, Eggshell: MPI 51 CC. Interior Latex, MPI Gloss Level 3 (LE): MPI 52. DD. Interior Latex, Flat, MPI Gloss Level 1 (LE): MPI 53. EE. Interior Latex, Semi-Gloss, MPI Gloss Level 5 (LE): MPI 54. FF. Interior / Exterior Alkyd Porch & Floor Enamel, Low Gloss (FE): MPI 59. GG. Interior/ Exterior Latex Porch & Floor Paint, Low Gloss: MPI 60. HH. Interior Alkyd Fire Retardant, Clear Top-Coat (ULC Approved) (FC): MPI 66. II. Interior Latex Fire Retardant, Top-Coat (ULC Approved) (FR): MPI 67. JJ. Interior/ Exterior Latex Porch & Floor Paint, gloss: MPI 68. KK. Epoxy Cold Cured, Gloss (EC): MPI 77. LL. Marine Alkyd Metal primer: MPI 79. MM. Interior Wood Stain, Semi-Transparent (WS): MPI 90. NN. Wood Filler Paste: MPI 91. OO. Exterior Alkyd, Semi-Gloss (EO): MPI 94. PP. Fast Drying Metal Primer: MPI 95. QQ. High Build Epoxy Coating: MPI 98. RR. Cold Curing Epoxy Primer: MPI 101. SS. High Build Epoxy Marine Coating (EC): MPI 108. TT. Interior latex, Gloss (LE) and (LG): MPI 114. UU. Exterior Latex, High Gloss (acrylic) (AE): MPI 119. VV. Waterborne Galvanized Primer: MPI 134. WW. Non-Cementitious Galvanized Primer: MPI 135. XX. Interior High Performance Latex, MPI Gloss Level 2(LF): MPI 138. YY. Interior High Performance Latex, MPI Gloss Level 3 (LL): MPI 139. ZZ. Interior High Performance Latex, MPI Gloss Level 4: MPI 140. AAA. Interior High Performance Latex (SG), MPI Gloss Level 5: MPI 141. 2.2 PAINT PROPERTIES A. Use ready-mixed (including colors), except two component epoxies, polyurethanes, polyesters, paints having metallic powders packaged separately and paints requiring specified additives. Painting Section 09 91 00- Page 8 Master Page Number 280 of 323 VA-248-11-RP-0060 TBD James A Haley VA Hospital Replace Operating Room Area Roof Bldg 1(FCA D) Project No: 673-11-120 B. Where no requirements are given in the referenced specifications for primers, use primers with pigment and vehicle, compatible with substrate and finish coats specified. 2.3 REGULATORY REQUIREMENTS A. Paint materials shall conform to the restrictions of the local Environmental and Toxic Control jurisdiction. 1. Volatile Organic Compounds (VOC): VOC content of paint materials shall not exceed local, state or district requirements. 2. Lead-Base Paint: a. Comply with Section 410 of the Lead-Based Paint Poisoning Prevention Act, as amended, and with implementing regulations promulgated by Secretary of Housing and Urban Development. b. Regulations concerning prohibition against use of lead-based paint in federal and federally assisted construction, or rehabilitation of residential structures are set forth in Subpart F, Title 24, Code of Federal Regulations, Department of Housing and Urban Development. c. For lead-paint removal, see Section 02 83 33.13, LEAD-BASED PAINT REMOVAL AND DISPOSAL. 3. Asbestos: Materials shall not contain asbestos. 4. Chromate, Cadmium, Mercury, and Silica: Materials shall not contain zinc-chromate, strontium-chromate, Cadmium, mercury or mercury compounds or free crystalline silica. 5. Human Carcinogens: Materials shall not contain any of the ACGIH-BKLT and ACGHI-DOC confirmed or suspected human carcinogens. PART 3 - EXECUTION 3.1 JOB CONDITIONS A. Safety: Observe required safety regulations and manufacturer's warning and instructions for storage, handling and application of painting materials. 1. Take necessary precautions to protect personnel and property from hazards due to falls, injuries, toxic fumes, fire, explosion, or other harm. Painting Section 09 91 00- Page 9 Master Page Number 281 of 323 VA-248-11-RP-0060 TBD James A Haley VA Hospital Replace Operating Room Area Roof Bldg 1(FCA D) Project No: 673-11-120 2. Deposit soiled cleaning rags and waste materials in metal containers approved for that purpose. Dispose of such items off the site at the end of each day’s work. B. Atmospheric and Surface Conditions: 1. Do not apply coating when air or substrate conditions are: a. Less than 3 degrees C (5 degrees F) above dew point. b. Below 10 degrees C (50 degrees F) or over 35 degrees C (95 degrees F), unless specifically pre-approved by the Contracting Officer and the product manufacturer. Under no circumstances shall application conditions exceed manufacturer recommendations. 2. Maintain interior temperatures until paint dries hard. 3. Do no exterior painting when it is windy and dusty. 4. Do not paint in direct sunlight or on surfaces that the sun will soon warm. 5. Apply only on clean, dry and frost free surfaces except as follows: a. Apply water thinned acrylic and cementitious paints to damp (not wet) surfaces where allowed by manufacturer's printed instructions. b. Dampened with a fine mist of water on hot dry days concrete and masonry surfaces to which water thinned acrylic and cementitious paints are applied to prevent excessive suction and to cool surface. 6. Varnishing: a. Apply in clean areas and in still air. b. Before varnishing vacuum and dust area. c. Immediately before varnishing wipe down surfaces with a tack rag. 3.2 SURFACE PREPARATION A. Method of surface preparation is optional, provided results of finish painting produce solid even color and texture specified with no overlays. B. General: 1. Remove pre-finished items not to be painted such as lighting fixtures, escutcheon plates, hardware, trim, and similar items for reinstallation after paint is dried. 2. Remove items for reinstallation and complete painting of such items and adjacent areas when item or adjacent surface is not accessible or finish is different. Painting Section 09 91 00- Page 10 Master Page Number 282 of 323 VA-248-11-RP-0060 TBD James A Haley VA Hospital Replace Operating Room Area Roof Bldg 1(FCA D) Project No: 673-11-120 3. See other sections of specifications for specified surface conditions and prime coat. 4. Clean surfaces for painting with materials and methods compatible with substrate and specified finish. Remove any residue remaining from cleaning agents used. Do not use solvents, acid, or steam on concrete and masonry. C. Wood: 1. Sand to a smooth even surface and then dust off. 2. Sand surfaces showing raised grain smooth between each coat. 3. Wipe surface with a tack rag prior to applying finish. 4. Surface painted with an opaque finish: a. Coat knots, sap and pitch streaks with MPI 36 (Knot Sealer) before applying paint. b. Apply two coats of MPI 36 (Knot Sealer) over large knots. 5. After application of prime or first coat of stain, fill cracks, nail and screw holes, depressions and similar defects with TT-F-340C (Filler, Wood, Plastic) or A-A-378 (Putty, Linseed Oil Type). Use TT-F-340C (Filler, Wood, Plastic) for transparent finish, to match wood. Sand the surface to make smooth and finish flush with adjacent surface. 6. Before applying finish coat, reapply TT-340C (Filler, Wood, Plastic) or A-A-378 (Putty, Linseed Oil Type) if required, and sand surface to remove surface blemishes. Finish flush with adjacent surfaces. 7. Fill open grained wood such as oak, walnut, ash and mahogany with MPI 91 (Wood Filler Paste), colored to match wood color. a. Thin filler in accordance with manufacturer's instructions for application. b. Remove excess filler, wipe as clean as possible, dry, and sand as specified. D. Ferrous Metals: 1. Remove oil, grease, soil, drawing and cutting compounds, flux and other detrimental foreign matter in accordance with SSPC-SP 1 (Solvent Cleaning). 2. Remove loose mill scale, rust, and paint, by hand or power tool cleaning, as defined in SSPC-SP 2 (Hand Tool Cleaning) and SSPC-SP 3 (Power Tool Cleaning). Painting Section 09 91 00- Page 11 Master Page Number 283 of 323 VA-248-11-RP-0060 TBD James A Haley VA Hospital Replace Operating Room Area Roof Bldg 1(FCA D) Project No: 673-11-120 Exception: where high temperature aluminum paint is used, prepare surface in accordance with paint manufacturer's instructions. 3. Fill dents, holes and similar voids and depressions in flat exposed surfaces of hollow steel doors and frames, access panels, roll-up steel doors and similar items specified to have semi-gloss or gloss finish with TT-F-322D (Filler, Two-Component Type, For Dents, Small Holes and Blow-Holes). Finish flush with adjacent surfaces. a. This includes flat head countersunk screws used for permanent anchors. b. Do not fill screws of item intended for removal such as glazing beads. 4. Spot prime abraded and damaged areas in shop prime coat which expose bare metal with same type of paint used for prime coat. Feather edge of spot prime to produce smooth finish coat. 5. Spot prime abraded and damaged areas which expose bare metal of factory finished items with paint as recommended by manufacturer of item. E. Zinc-Coated (Galvanized) Metal Surfaces Specified Painted: 1. Clean surfaces to remove grease, oil and other deterrents to paint adhesion in accordance with SSPC-SP 1 (Solvent Cleaning). 2. Spot coat abraded and damaged areas of zinc-coating which expose base metal on hot-dip zinc-coated items with MPI 18 (Organic Zinc Rich Coating). Prime or spot prime with MPI 134 (Waterborne Galvanized Primer) or MPI 135 (NonCementitious Galvanized Primer) depending on finish coat compatibility. F. Masonry, Concrete, Cement Board, Cement Plaster and Stucco: 1. Clean and remove dust, dirt, oil, grease efflorescence, form release agents, laitance, and other deterrents to paint adhesion. 2. Use emulsion type cleaning agents to remove oil, grease, paint and similar products. Use of solvents, acid, or steam is not permitted. 3. Remove loose mortar in masonry work. 4. Replace mortar and fill open joints, holes, cracks and depressions with new mortar specified in Section 04 05 13 MASONRY MORTARING, section 04 05 16 MASONRY GROUTING. Do not fill weep holes. Finish to match adjacent surfaces. Painting Section 09 91 00- Page 12 Master Page Number 284 of 323 VA-248-11-RP-0060 TBD James A Haley VA Hospital Replace Operating Room Area Roof Bldg 1(FCA D) Project No: 673-11-120 5. Neutralize Concrete floors to be painted by washing with a solution of 1.4 Kg (3 pounds) of zinc sulfate crystals to 3.8 L (1 gallon) of water, allow to dry three days and brush thoroughly free of crystals. 6. Repair broken and spalled concrete edges with concrete patching compound to match adjacent surfaces as specified in CONCRETE Sections. Remove projections to level of adjacent surface by grinding or similar methods. G. Gypsum Plaster and Gypsum Board: 1. Remove efflorescence, loose and chalking plaster or finishing materials. 2. Remove dust, dirt, and other deterrents to paint adhesion. 3. Fill holes, cracks, and other depressions with CID-A-A-1272A [Plaster, Gypsum (Spackling Compound) finished flush with adjacent surface, with texture to match texture of adjacent surface. Patch holes over 25 mm (1-inch) in diameter as specified in Section for plaster or gypsum board. 3.3 PAINT PREPARATION A. Thoroughly mix painting materials to ensure uniformity of color, complete dispersion of pigment and uniform composition. B. Do not thin unless necessary for application and when finish paint is used for body and prime coats. Use materials and quantities for thinning as specified in manufacturer's printed instructions. C. Remove paint skins, then strain paint through commercial paint strainer to remove lumps and other particles. D. Mix two component and two part paint and those requiring additives in such a manner as to uniformly blend as specified in manufacturer's printed instructions unless specified otherwise. E. For tinting required to produce exact shades specified, use color pigment recommended by the paint manufacturer. 3.4 APPLICATION A. Start of surface preparation or painting will be construed as acceptance of the surface as satisfactory for the application of materials. Painting Section 09 91 00- Page 13 Master Page Number 285 of 323 VA-248-11-RP-0060 TBD James A Haley VA Hospital Replace Operating Room Area Roof Bldg 1(FCA D) Project No: 673-11-120 B. Unless otherwise specified, apply paint in three coats; prime, body, and finish. When two coats applied to prime coat are the same, first coat applied over primer is body coat and second coat is finish coat. C. Apply each coat evenly and cover substrate completely. D. Allow not less than 48 hours between applications of succeeding coats, except as allowed by manufacturer's printed instructions, and approved by Resident Engineer. E. Finish surfaces to show solid even color, free from runs, lumps, brush marks, laps, holidays, or other defects. F. Apply by brush, roller or spray, except as otherwise specified. G. Do not spray paint in existing occupied spaces unless approved by Resident Engineer, except in spaces sealed from existing occupied spaces. 1. Apply painting materials specifically required by manufacturer to be applied by spraying. 2. In areas, where paint is applied by spray, mask or enclose with polyethylene, or similar air tight material with edges and seams continuously sealed including items specified in WORK NOT PAINTED, motors, controls, telephone, and electrical equipment, fronts of sterilizes and other recessed equipment and similar pre-finished items. H. Do not paint in closed position operable items such as access doors and panels, window sashes, overhead doors, and similar items except overhead roll-up doors and shutters. 3.5 PRIME PAINTING A. After surface preparation prime surfaces before application of body and finish coats, except as otherwise specified. B. Spot prime and apply body coat to damaged and abraded painted surfaces before applying succeeding coats. C. Additional field applied prime coats over shop or factory applied prime coats are not required except for exterior exposed steel apply an additional prime coat. D. Prime rebates for stop and face glazing of wood, and for face glazing of steel. E. Wood and Wood Particleboard: 1. Use same kind of primer specified for exposed face surface. Painting Section 09 91 00- Page 14 Master Page Number 286 of 323 VA-248-11-RP-0060 TBD James A Haley VA Hospital Replace Operating Room Area Roof Bldg 1(FCA D) Project No: 673-11-120 a. Exterior wood: MPI 7 (Exterior Oil Wood Primer) for new construction and MPI 5(Exterior Alkyd Wood Primer) for repainting bare wood primer except where MPI 90 (Interior Wood Stain, Semi-Transparent (WS)) is scheduled. b. Interior wood except for transparent finish: MPI 45 (Interior Primer Sealer) or MPI 46 (Interior Enamel Undercoat), thinned if recommended by manufacturer. 2. Apply two coats of primer MPI 7 (Exterior Oil Wood Primer) or MPI 5 (Exterior Alkyd Wood Primer) or sealer MPI 45 (Interior Primer Sealer) or MPI 46 (Interior Enamel Undercoat) to surfaces of wood doors, including top and bottom edges, which are cut for fitting or for other reason. 3. Apply one coat of primer MPI 7 (Exterior Oil Wood Primer) or MPI 5 (Exterior Alkyd Wood Primer) or sealer MPI 45 (Interior Primer Sealer) or MPI 46 (Interior Enamel Undercoat) as soon as delivered to site to surfaces of unfinished woodwork, except concealed surfaces of shop fabricated or assembled millwork and surfaces specified to have varnish, stain or natural finish. 4. Back prime and seal ends of exterior woodwork, and edges of exterior plywood specified to be finished. 5. Apply MPI 67 (Interior Latex Fire Retardant, Top-Coat (ULC Approved) (FR) to wood for fire retardant finish. F. Metals except boilers, incinerator stacks, and engine exhaust pipes: 1. Steel and iron: MPI 79 (Marine Alkyd Metal Primer). Use MPI 101 (Cold Curing Epoxy Primer) where MPI 77 (Epoxy Cold Cured, Gloss (EC) finish is specified. 2. Zinc-coated steel and iron: MPI 134 (Waterborne Galvanized Primer. 3. Aluminum scheduled to be painted: MPI 95 (Fast Drying Metal Primer). 4. Terne Metal: MPI 79 (Marine Alkyd Metal Primer). 5. Copper and copper alloys scheduled to be painted: MPI 95 (Fast Drying Metal Primer). 6. Machinery not factory finished: MPI 9 (Exterior Alkyd Enamel (EO)). 7. Asphalt coated metal: MPI 1 (Aluminum Paint (AP)). 8. Metal over 94 degrees C. (200 degrees F), Boilers, Incinerator Stacks, and Engine Exhaust Pipes: MPI 22 (High Heat Resistant Coating (HR)). Painting Section 09 91 00- Page 15 Master Page Number 287 of 323 VA-248-11-RP-0060 TBD James A Haley VA Hospital Replace Operating Room Area Roof Bldg 1(FCA D) Project No: 673-11-120 G. Gypsum Board: 1. Surfaces scheduled to have MPI 10 (Exterior Latex, Flat (AE) 2. Primer: MPI 50(Interior Latex Primer Sealer) except use MPI 45 (Interior Primer Sealer). 3. Surfaces scheduled to receive vinyl coated fabric wall covering: Use MPI 45 (Interior Primer Sealer). 4. Use MPI 101 (Cold Curing Epoxy Primer) for surfaces scheduled to receive MPI 77 (Epoxy Cold Cured, Gloss (EC)). H. Gypsum Plaster and Veneer Plaster: 1. Surfaces scheduled to receive vinyl coated fabric wall-covering: Use MPI 45 (Interior Primer Sealer). 2. MPI 45 (Interior Primer Sealer), except use MPI 50 (Interior Latex Primer Sealer) when an alkyd flat finish is specified. I. Concrete Masonry Units except glazed or integrally colored and decorative units: 1. MPI 4 (Block Filler) on interior surfaces. 2. Prime exterior surface as specified for exterior finishes. J. Cement Plaster or stucco Interior Surfaces of Ceilings and Walls: 1. MPI 53 (Interior Latex, Flat, MPI Gloss Level 1 LE except use two coats where substrate has aged less than six months. 2. Use MPI 138 (Interior High Performance Latex, MPI Gloss Level 2 (LF)) as scheduled. K. Concrete Floors: MPI 68 (Interior/ Exterior Latex Porch & Floor Paint, Gloss). 3.6 EXTERIOR FINISHES A. Apply following finish coats where specified in Section 09 06 00, SCHEDULE FOR FINISHES. B. Wood: 1. Do not apply finish coats on surfaces concealed after installation, top and bottom edges of wood doors and sash, or on edges of wood framed insect screens. Painting Section 09 91 00- Page 16 Master Page Number 288 of 323 VA-248-11-RP-0060 TBD James A Haley VA Hospital Replace Operating Room Area Roof Bldg 1(FCA D) Project No: 673-11-120 2. Portion of sash runs of double hung wood windows, concealed by sash when in a closed position: Apply two coats of ASTM D260 mixed with not more than 0.12L (1/4 pint) of dryer per 3.89L (gallon). 3. Two coats of MPI 10 Exterior Latex, Flat (AE)) on exposed surfaces, except where transparent finish is specified. 4. Two coats of MPI 31 (Polyurethane, Moisture Cured, Clear Gloss for transparent finish. C. Steel and Ferrous Metal: 1. Two coats of MPI 8 (Exterior Alkyd, Flat (EO)), MPI 9 (Exterior Alkyd Enamel (EO)) on exposed surfaces, except on surfaces over 94 degrees C (200 degrees F). 2. One coat of MPI 22 (High Heat Resistant Coating (HR)) on surfaces over 94 degrees K (200 degrees F) and on surfaces of boiler engine exhaust pipes. D. Machinery without factory finish except for primer: One coat MPI 8 (Exterior Alkyd, Flat (EO). E. Concrete Masonry Units: 1. General: a. Where specified in Section 09 06 00, SCHEDULE FOR FINISHES, or shown. b. Mix as specified in manufacturer's printed directions. c. Do not mix more paint at one time than can be used within four hours after mixing. Discard paint that has started to set. d. Dampen warm surfaces above 24 degrees C (75 degrees F) with fine mist of water before application of paint. Do not leave free water on surface. e. Cure paint with a fine mist of water as specified in manufacturer's printed instructions. 2. Use two coats of TT-P-1411 (Paint, Co-polymer-Resin, Cementitious (CEP)), unless specified otherwise. 3.7 INTERIOR FINISHES A. Apply following finish coats over prime coats in spaces or on surfaces specified in Section 09 06 00 SCHEDULE FOR FINISHES. B. Metal Work: Painting Section 09 91 00- Page 17 Master Page Number 289 of 323 VA-248-11-RP-0060 TBD James A Haley VA Hospital Replace Operating Room Area Roof Bldg 1(FCA D) Project No: 673-11-120 1. Apply to exposed surfaces. 2. Omit body and finish coats on surfaces concealed after installation except electrical conduit containing conductors over 600 volts. 3. Ferrous Metal, Galvanized Metal, and Other Metals Scheduled: a. Apply two coats of MPI 47 (Interior Alkyd, Semi-Gloss (AK)) unless specified otherwise. b. Two coats of MPI 48 (Interior Alkyd Gloss (AK). c. One coat of MPI 46 (Interior Enamel Undercoat) plus one coat of MPI 47 (Interior Alkyd, Semi-Gloss (AK)) on exposed interior surfaces of alkyd-amine enamel prime finished windows. d. Two coats of CID-A-A3120 Type E (RP) on exposed surfaces in pool area and chlorinator rooms. e. Machinery: One coat MPI 9 (Exterior Alkyd Enamel (EO)). f. Asphalt Coated Metal: One coat MPI 1 (Aluminum Paint (AP)). g. Ferrous Metal over 94 degrees K (200 degrees F): Boilers, Incinerator Stacks, and Engine Exhaust Pipes: One coat MPI 22 (High Heat Resistant Coating (HR). C. Gypsum Board: 1. One coat of MPI 45 (Interior Primer Sealer), plus one coat of MPI 139 (Interior High Performance Latex, MPI Gloss level 3 (LL)). 2. Two coats of MPI 138 (Interior High Performance Latex, MPI Gloss Level 2 (LF)). 3. One coat of MPI 45 (Interior Primer Sealer), plus one coat of MPI 54 (Interior Latex, Semi-Gloss, MPI Gloss Level 5 (LE)) or MPI 114 (Interior Latex, Gloss (LE) and (LG)). 4. One coat of MPI 45 (Interior Primer Sealer), plus one coat of MPI 48 (Interior Alkyd Gloss (AK)). D. Plaster: 1. One coat of MPI 45 (Interior Primer Sealer), plus one coat of MPI 139 (Interior High Performance Latex, MPI Gloss level 3 (LL)). 2. Two coats of MPI 51 (Interior Alkyd, Eggshell) (AK)). Painting Section 09 91 00- Page 18 Master Page Number 290 of 323 VA-248-11-RP-0060 TBD James A Haley VA Hospital Replace Operating Room Area Roof Bldg 1(FCA D) Project No: 673-11-120 3. One coat of MPI 45 (Interior Primer Sealer), plus one coat of 139 (Interior High Performance Latex, MPI Gloss level 3 (LL)). 4. One coat MPI 101 (Cold Curing Epoxy Prime (EC)). E. Masonry and Concrete Walls: 1. Over MPI 4 (Interior/Exterior Latex Block Filler) on CMU surfaces. 2. Two coats of MPI 53 (Interior Latex, Flat, MPI Gloss Level 1 (LE)). 3. Two coats of MPI 138 (Interior High Performance Latex, MPI Gloss Level 2 (LF)). F. Wood: 1. Sanding: a. Use 220-grit sandpaper. b. Sand sealers and varnish between coats. c. Sand enough to scarify surface to assure good adhesion of subsequent coats, to level roughly applied sealer and varnish, and to knock off "whiskers" of any raised grain as well as dust particles. 2. Sealers: a. Apply sealers specified except sealer may be omitted where pigmented, penetrating, or wiping stains containing resins are used. b. Allow manufacturer's recommended drying time before sanding, but not less than 24 hours or 36 hours in damp or muggy weather. c. Sand as specified. 3. Paint Finish: a. One coat of MPI 46 (Interior Enamel Undercoat), plus one coat of MPI 47 (Interior Alkyd, Semi-Gloss (AK)) (SG). b. One coat MPI 66 (Interior Alkyd Fire retardant, Clear Top-Coat (ULC Approved) (FC). c. One coat of MPI 46 (Interior Enamel Undercoat), plus one coat of MPI 48 (Interior Alkyd Gloss (AK)). Painting Section 09 91 00- Page 19 Master Page Number 291 of 323 VA-248-11-RP-0060 TBD James A Haley VA Hospital Replace Operating Room Area Roof Bldg 1(FCA D) Project No: 673-11-120 d. Two coats of MPI 51 (Interior Alkyd, Eggshell) (AK)). 4. Transparent Finishes on Wood Except Floors. a. Natural Finish: 1) One coat of sealer as written in 2.1 E. 2) Two coats of MPI 71 (Polyurethane, Moisture Cured, Clear Flat (PV), or MPI 31 (Polyurethane, Moisture Cured, Clear Gloss (PV). b. Stain Finish: 1) One coat of MPI 90 (Interior Wood Stain, Semi-Transparent (WS)). 2) Use wood stain of type and color required to achieve finish specified. Do not use varnish type stains. 3) One coat of sealer as written in 2.1 E. 4) Two coats of MPI 71 (Polyurethane, Moisture Cured, Clear Flat (PV), or MPI 31 (Polyurethane Moisture Cured, Clear Gloss (PV)). c. Varnish Finish: 1) One coat of sealer as written in 2.1 E. 2) Two coats of MPI 71 (Polyurethane, Moisture Cured, Clear Flat (PV), or MPI 31 (Polyurethane Moisture Cured, Clear Gloss (PV)). d. MPI 66 (Interior Alkyd Fire Retardant, Clear Top-Coat(ULC Approved) (FC)) Intumescent Type, Fire Retardant Coating (FC) where scheduled: Two coats. 5. Finish for Wood Floors: a. Hardwood Flooring: 1) Apply MPI 91 (Wood Filler Paste) to open grained wood. Remove surplus filler and wipe clean. 2) Sand lightly when dry. Remove dust. 3) Apply two coats of CID-A-A-2335 (Sealer, Surface). 4) Apply two thin coats of P-W-155 (Wax Floor, Water Emulsion) and machine buff to uniform luster. b. Stage Floor: Sand only. No filling, sealing, or waxing is required. Painting Section 09 91 00- Page 20 Master Page Number 292 of 323 VA-248-11-RP-0060 TBD James A Haley VA Hospital Replace Operating Room Area Roof Bldg 1(FCA D) Project No: 673-11-120 c. Exercise Area, Recreation Hall, Gymnasium, Handball Boards in Exercise Area Floor Finish: 1) Two coats of CID-A-A-2335 (Sealer, Surface). 2) Two coats of coating as written in 2.1 D (PL). Coating applied evenly in direction of boards and free from streaks. 3) Allow 48 hours between coats. 4) Apply in one continuous operation with squeegee or lamb’s wool applicator with application free from streaks in accordance with plastic coating manufacturer's directions. d. Striping: 1) Where striping is shown for wood floors apply plastic tape stripes as written in 2.1 F. 2) Do striping when floor coating is dry. 3) Install stripes to straight lines and true curves as shown. G. Cement Board: One coat of MPI 138 (Interior High Performance Latex, MPI Gloss Level 2 (LF)). H. Concrete Floors: One coat of MPI 68 (Interior/ Exterior Latex Porch & Floor Paint, Gloss (FE)). I. Miscellaneous: 1. Apply where specified in Section 09 06 00, SCHEDULE FOR FINISHES. 2. MPI 1 (Aluminum Paint): Two coats of aluminum paint. 3. Gold Paint (GP): Two coats of gold paint. 4. Existing acoustical units scheduled to be repainted except acoustical units with a vinyl finish: a. Clean units free of dust, dirt, grease, and other deterrents to paint adhesion. b. Mineral fiber units: One coat of MPI 53 (Interior Latex, Flat, MPI Gloss Level 1 (LE)). c. Units of organic fiber or other material not having a class A rating: One coat of MPI 66 (Interior Alkyd Fire Retardant, Clear Top-Coat (ULC Approved) (FC)) fire retardant paint. Painting Section 09 91 00- Page 21 Master Page Number 293 of 323 VA-248-11-RP-0060 TBD James A Haley VA Hospital Replace Operating Room Area Roof Bldg 1(FCA D) Project No: 673-11-120 5. Interstitial floor markings: One coat MPI 27 (Exterior/ Interior Alkyd Floor Enamel, Gloss (FE)). 3.8 REFINISHING EXISTING PAINTED SURFACES A. Clean, patch and repair existing surfaces as specified under surface preparation. B. Remove and reinstall items as specified under surface preparation. C. Remove existing finishes or apply separation coats to prevent non compatible coatings from having contact. D. Patched or Replaced Areas in Surfaces and Components: Apply spot prime and body coats as specified for new work to repaired areas or replaced components. E. Except where scheduled for complete painting apply finish coat over plane surface to nearest break in plane, such as corner, reveal, or frame. F. In existing rooms and areas where alterations occur, clean existing stained and natural finished wood retouch abraded surfaces and then give entire surface one coat of MPI 31 (Polyurethane, Moisture Cured, Clear Gloss), or MPI 71 (Polyurethane, Moisture Cured, Clear Flat (PV)). G. Refinish areas as specified for new work to match adjoining work unless specified or scheduled otherwise. H. Coat knots and pitch streaks showing through old finish with MPI 36 (Knot Sealer) before refinishing. I. Sand or dull glossy surfaces prior to painting. J. Sand existing coatings to a feather edge so that transition between new and existing finish will not show in finished work. 3.9 PAINT COLOR A. Color and gloss of finish coats is specified in Section 09 06 00, SCHEDULE FOR FINISHES. B. For additional requirements regarding color see Articles, REFINISHING EXISTING PAINTED SURFACE and MECHANICAL AND ELECTRICAL FIELD PAINTING SCHEDULE. C. Coat Colors: 1. Color of priming coat: Lighter than body coat. Painting Section 09 91 00- Page 22 Master Page Number 294 of 323 VA-248-11-RP-0060 TBD James A Haley VA Hospital Replace Operating Room Area Roof Bldg 1(FCA D) Project No: 673-11-120 2. Color of body coat: Lighter than finish coat. 3. Color prime and body coats to not show through the finish coat and to mask surface imperfections or contrasts. D. Painting, Caulking, Closures, and Fillers Adjacent to Casework: 1. Paint to match color of casework where casework has a paint finish. 2. Paint to match color of wall where casework is stainless steel, plastic laminate, or varnished wood. 3.10 MECHANICAL AND ELECTRICAL WORK FIELD PAINTING SCHEDULE A. Field painting of mechanical and electrical consists of cleaning, touching-up abraded shop prime coats, and applying prime, body and finish coats to materials and equipment if not factory finished in space scheduled to be finished. B. In spaces not scheduled to be finish painted in Section 09 06 00, SCHEDULE FOR FINISHES. Paint as specified under paragraph H, colors. C. Paint various systems specified in Divisions 2,21,22,23. D. Paint after tests have been completed. E. Omit prime coat from factory prime-coated items. F. Finish painting of mechanical and electrical equipment is required when located in interstitial spaces, above suspended ceilings, in concealed areas such as pipe and electric closets, pipe basements, pipe tunnels, trenches, attics, roof spaces, shafts and furred spaces especially on electrical conduit containing feeders 600 volts or more. G. Omit field painting of items specified in paragraph, Building and Structural WORK NOT PAINTED. H. Color: 1. Paint items having no color specified in Section 09 06 00, SCHEDULE FOR FINISHES to match surrounding surfaces. 2. Paint colors as specified in Section 09 06 00, SCHEDULE FOR FINISHES, except for following: a. White ....................Exterior unfinished surfaces of enameled plumbing fixtures. Insulation coverings on breeching and uptake inside boiler house, drums and drum-heads, oil heaters, condensate tanks and condensate piping. Painting Section 09 91 00- Page 23 Master Page Number 295 of 323 VA-248-11-RP-0060 TBD James A Haley VA Hospital Replace Operating Room Area Roof Bldg 1(FCA D) Project No: 673-11-120 b. Gray: ......................Heating, ventilating, air conditioning and refrigeration equipment (except as required to match surrounding surfaces), and water and sewage treatment equipment and sewage ejection equipment. c. Aluminum Color:. Ferrous metal on outside of boilers and in connection with boiler settings including supporting doors and door frames and fuel oil burning equipment, and steam generation system (bare piping, fittings, hangers, supports, valves, traps and miscellaneous iron work in contact with pipe). d. Federal Safety Red: Exposed fire protection piping hydrants, post indicators, electrical conducts containing fire alarm control wiring, and fire alarm equipment. e. Federal Safety Orange: Entire lengths of electrical conduits containing feeders 600 volts or more. Use Glid-Guard #4510 or approved equal acceptable to the COTR. f. Color to match brickwork sheet metal covering on breeching outside of exterior wall of boiler house. I. Apply paint systems on properly prepared and primed surface as follows: 1. Exterior Locations: a. Apply two coats of MPI 9 (Exterior Alkyd Enamel (EO)) to the following ferrous metal items: Vent and exhaust pipes with temperatures under 94 degrees C (200 degrees F), roof drains, fire hydrants, post indicators, yard hydrants, exposed piping and similar items. b. Apply two coats of MPI 119 (Exterior Latex, High Gloss (acrylic) (AE)) to the following metal items: Galvanized and zinc-copper alloy metal. c. Apply one coat of MPI 22 (High Heat Resistant Coating (HR)), 650 degrees C (1200 degrees F) to incinerator stacks, boiler stacks, and engine generator exhaust. 2. Interior Locations: a. Apply two coats of MPI 47 (Interior Alkyd, Semi-Gloss (AK)) to following items: Painting Section 09 91 00- Page 24 Master Page Number 296 of 323 VA-248-11-RP-0060 TBD James A Haley VA Hospital Replace Operating Room Area Roof Bldg 1(FCA D) Project No: 673-11-120 1) Metal less than 94 degrees C (200 degrees F) of items such as bare piping, fittings, hangers and supports. 2) Equipment and systems such as hinged covers and frames for control cabinets and boxes, cast-iron radiators, electric conduits and panel boards. 3) Heating, ventilating, air conditioning, plumbing equipment, and machinery having shop prime coat and not factory finished. b. Ferrous metal exposed in hydrotherapy equipment room and chlorinator room of water and sewerage treatment plants: One coat of MPI 101 (Cold Curing Epoxy Primer) and one coat of MPI 98 (High Build Epoxy Coating)). c. Apply one coat of MPI 50 (Interior Latex Primer Sealer) and one coat of MPI 53 (Interior Latex, Flat, MPI Gloss Level 1 (LE)) on finish of insulation on boiler breeching and uptakes inside boiler house, drums, drumheads, oil heaters, feed water heaters, tanks and piping. d. Apply two coats of MPI 22 (High Heat Resistant Coating (HR)) to ferrous metal surface over 94 degrees K (200 degrees F) of following items: 1) Garbage and trash incinerator. 2) Medical waste incinerator. 3) Exterior of boilers and ferrous metal in connection with boiler settings including supporting members, doors and door frames and fuel oil burning equipment. 4) Steam line flanges, bare pipe, fittings, valves, hangers and supports over 94 degrees K (200 degrees F). 5) Engine generator exhaust piping and muffler. e. Paint electrical conduits containing cables rated 600 volts or more using two coats of MPI 9 (Exterior Alkyd Enamel (EO)) in the Federal Safety Orange color in exposed and concealed spaces full length of conduit. 3. Other exposed locations: a. Metal surfaces, except aluminum, of cooling towers exposed to view, including connected pipes, rails, and ladders: Two coats of MPI 1 (Aluminum Paint (AP)). Painting Section 09 91 00- Page 25 Master Page Number 297 of 323 VA-248-11-RP-0060 TBD James A Haley VA Hospital Replace Operating Room Area Roof Bldg 1(FCA D) Project No: 673-11-120 b. Cloth jackets of insulation of ducts and pipes in connection with plumbing, air conditioning, ventilating refrigeration and heating systems: One coat of MPI 50 (Interior Latex Primer Sealer) and one coat of MPI 119 (Exterior Latex, High Gloss (acrylic)(AE)). J. Legends: For electrical Conduits and pull boxes containing feeders over 600 volts, paint legends using 50 mm (2 inch) high black numbers and letters, showing the voltage class rating. For conduit, provide legends where conduits pass through walls and floors and at maximum 6100 mm (20 foot) intervals in between. Use labels with yellow background with black border and the words Danger High Voltage Class, 15000-volts. For pull boxes, provide a legend on the front cover. Use labels the same size as for conduit with the words Danger High Voltage – Keep Out. 3.11 BUILDING AND STRUCTURAL WORK FIELD PAINTING A. Painting and finishing of interior and exterior work except as specified under paragraph 3.11 B. 1. Painting and finishing of new and/or existing work including colors and gloss of finish selected is specified in Finish Schedule, Section 09 06 00, SCHEDULE FOR FINISHES. 2. Painting of disturbed, damaged and repaired or patched surfaces when entire space is not scheduled for complete repainting or refinishing. 3. Painting of ferrous metal and galvanized metal. 4. Painting of wood with fire retardant paint exposed in attics, when used as mechanical equipment space except shingles. 5. Identity painting and safety painting. B. Building and Structural Work not Painted: 1. Pre-finished items: a. Casework, doors, elevator entrances and cabs, metal panels, wall covering, and similar items specified factory finished under other sections. b. Factory finished equipment and pre-engineered metal building components such as metal roof and wall panels. Painting Section 09 91 00- Page 26 Master Page Number 298 of 323 VA-248-11-RP-0060 TBD James A Haley VA Hospital Replace Operating Room Area Roof Bldg 1(FCA D) Project No: 673-11-120 2. Finished surfaces: a. Hardware except ferrous metal. b. Anodized aluminum, stainless steel, chromium plating, copper, and brass, except as otherwise specified. c. Signs, fixtures, and other similar items integrally finished. 3. Concealed surfaces: a. Inside dumbwaiter, elevator and duct shafts, interstitial spaces, pipe basements, crawl spaces, pipe tunnels, above ceilings, attics, except as otherwise specified. Gypsum board walls must have primer sealer applied to them. b. Inside walls or other spaces behind access doors or panels. c. Surfaces concealed behind permanently installed casework and equipment. However, primer sealer must be applied to these surfaces prior to installation of casework. 4. Moving and operating parts: a. Shafts, chains, gears, mechanical and electrical operators, linkages, and sprinkler heads, and sensing devices. b. Tracks for overhead or coiling doors, shutters, and grilles. 5. Labels: a. Code required label, such as Underwriters Laboratories Inc., Inchcape Testing Services, Inc., or Factory Mutual Research Corporation. b. Identification plates, instruction plates, performance rating, and nomenclature. 6. Galvanized metal: a. Exterior chain link fence and gates, corrugated metal areaways, and gratings. b. Gas Storage Racks. c. Except where specifically specified to be painted. 7. Metal safety treads and nosings. 8. Gaskets. 9. Concrete curbs, gutters, pavements, retaining walls, exterior exposed foundations walls and interior walls in pipe basements. 10. Face brick. Painting Section 09 91 00- Page 27 Master Page Number 299 of 323 VA-248-11-RP-0060 TBD James A Haley VA Hospital Replace Operating Room Area Roof Bldg 1(FCA D) Project No: 673-11-120 11. Structural steel encased in concrete, masonry, or other enclosure. 12. Structural steel to receive sprayed-on fire proofing. 13. Ceilings, walls, columns in interstitial spaces. 14. Ceilings, walls, and columns in pipe basements. 15. Wood Shingles. 3.12 IDENTITY PAINTING SCHEDULE A. Identify designated service in accordance with ANSI A13.1, unless specified otherwise, on exposed piping, piping above removable ceilings, piping in accessible pipe spaces, interstitial spaces, and piping behind access panels. 1. Legend may be identified using 2.1 G options or by stencil applications. 2. Apply legends adjacent to changes in direction, on branches, where pipes pass through walls or floors, adjacent to operating accessories such as valves, regulators, strainers and cleanouts a minimum of 3,048 mm (10 feet) apart on straight runs of piping. Identification next to plumbing fixtures is not required. 3. Locate Legends clearly visible from operating position. 4. Use arrow to indicate direction of flow. 5. Identify pipe contents with sufficient additional details such as temperature, pressure, and contents to identify possible hazard. Insert working pressure shown on drawings where asterisk appears for High, Medium, and Low Pressure designations as follows: a. High Pressure - 414 kPa (60 psig) and above. b. Medium Pressure - 104 to 413 kPa (15 to 59 psig). c. Low Pressure - 103 kPa (14 psig) and below. d. Add Fuel oil grade numbers. 6. Legend name in full or in abbreviated form as follows: PIPING ABBREVIATIONS Blow-off Boiler Feedwater A/C Condenser Water Supply A/C Condenser Water Return COLOR OF COLOR OF COLOR OF EXPOSED PIPING BACKGROUND Yellow Yellow Green Green Black Black White White LEGEND LETTERS Blow-off Blr Feed A/C Cond Wtr Sup A/C Cond Wtr Ret Painting Section 09 91 00- Page 28 Master Page Number 300 of 323 VA-248-11-RP-0060 TBD James A Haley VA Hospital Replace Operating Room Area Roof Bldg 1(FCA D) Project No: 673-11-120 Chilled Water Supply Chilled Water Return Shop Compressed Air Air-Instrument Controls Drain Line Emergency Shower High Pressure Steam High Pressure Condensate Return Medium Pressure Steam Medium Pressure Condensate Return Low Pressure Steam Low Pressure Condensate Return High Temperature Water Supply High Temperature Water Return Hot Water Heating Supply Hot Water Heating Return Gravity Condensate Return Pumped Condensate Return Vacuum Condensate Return Fuel Oil - Grade Boiler Water Sampling Chemical Feed Continuous Blow-Down Pumped Condensate Pump Re-circulating Vent Line Alkali Bleach Detergent Liquid Supply Reuse Water Cold Water (Domestic) White Hot Water (Domestic) Supply White Return White Tempered Water White Ice Water Green Green Yellow White White Black Green Green Green Yellow Yellow White White White Black Black Yellow Yellow Yellow Black Black Black Yellow Yellow Yellow Yellow Yellow Yellow Black Black Black Black Black Black Yellow Yellow Green Yellow Yellow Black Black White Black Black Yellow Yellow Yellow Black Black Black Yellow Yellow Yellow Yellow Yellow Black Black Black Black Black Yellow Green Black White Yellow Yellow Yellow Black Black Black Ch. Wtr Sup Ch. Wtr Ret Shop Air Air-Inst Cont Drain Emg Shower H.P. ______* H.P. Ret ____* M. P. Stm ____* M.P. Ret _____* L.P. Stm _____* L.P. Ret _____* H. Temp Wtr Sup H. Temp Wtr Ret H. W. Htg Sup H. W. Htg Ret Gravity Cond Ret Pumped Cond Ret Vac Cond Ret Fuel Oil-Grade __* Sample Chem Feed Cont. B D Pump Cond Pump-Recirc. Vent Alk Bleach Det Liq Sup Reuse Wtr C.W. Dom H.W. Dom H.W. Dom Ret Temp. Wtr Painting Section 09 91 00- Page 29 Master Page Number 301 of 323 VA-248-11-RP-0060 TBD James A Haley VA Hospital Replace Operating Room Area Roof Bldg 1(FCA D) Project No: 673-11-120 Supply White Green White Ice Wtr Return White Green White Ice Wtr Ret Reagent Grade Water Green Reverse Osmosis White Green RG White RO Sanitary Waste Green White San Waste Sanitary Vent Green White San Vent Storm Drainage Green White St Drain Pump Drainage Green White Pump Disch Chemical Resistant Pipe Waste Yellow Vent Black Acid Waste Yellow Black Acid Vent Atmospheric Vent Green White ATV Silver Recovery Green White Silver Rec Oral Evacuation Green White Oral Evac Fuel Gas Yellow Black Gas Sprinkler Red White Auto Spr Standpipe Red White Stand Sprinkler Red White Drain Fire Protection Water Hot Water Supply Domestic/Solar Water H.W. Sup Dom/SW Hot Water Return Domestic/Solar Water H.W. Ret Dom/SW 7. Electrical Conduits containing feeders over 600 volts, paint legends using 51 mm (2 inch) high black numbers and letters, showing the voltage class rating. Provide legends where conduits pass through walls and floors and at maximum 3,048 mm (10 foot) intervals in between. Use labels with yellow background with black border and words Danger High Voltage Class, 15000-volts. 8. See Sections for methods of identification, legends, and abbreviations of the following: a. Regular compressed air lines: Section 22 15 00, GENERAL SERVICE COMPRESSED-AIR SYSTEMS. Painting Section 09 91 00- Page 30 Master Page Number 302 of 323 VA-248-11-RP-0060 TBD James A Haley VA Hospital Replace Operating Room Area Roof Bldg 1(FCA D) Project No: 673-11-120 b. Dental compressed air lines: Section, 22 61 13.74, DENTAL COMPRESSED AIR PIPING, Section 22 61 19.74, DENTAL COMPRESSED-AIR EQUIPMENT. c. Laboratory gas and vacuum lines: Section 22 62 00, VACUUM SYSTEMS FOR LABORATORY AND HEALTHCARE FACILITIES; section 22 63 00, GAS SYSTEMS FOR LABORATORY AND HEALTHCARE FACILITIES. d. Oral evacuation lines: Section 22 62 19.74, DENTAL VACUUM AND EVACUATION EQUIPMENT. e. Medical Gases and vacuum lines: Section 22 62 00, VACUUM SYSTEMS FOR LABORATORY AND HEALTHCARE FACILITIES; section 22 63 00, GAS SYSTEMS FOR LABORATORY AND HEALTHCARE FACILITIES. f. Conduits containing high voltage feeders over 600 volts: Section 26 05 33, RACEWAY AND BOXES FOR ELECTRICAL SYSTEMS; Section 27 05 33, RACEWAY AND BOXES FOR COMMUNICATIONS SYSTEMS; Section 28 05 33, RACEWAY AND BOXES FOR ELECTRONIC SAFETY AND SECURITY. B. Fire and Smoke Partitions: 1. Identify partitions above ceilings on both sides of partitions except within shafts in letters not less than 64 mm (2 1/2 inches) high. 2. Stenciled message: "SMOKE PARTITION" or, "FIRE PARTITION" as applicable. 3. Locate not more than 3,048 mm (10 feet) on center on corridor sides and room sides of partitions, and with a least one message per room on room side of partition. 4. Use semi-gloss paint of color that contrasts with color of substrate. C. Identify columns in pipe basements and interstitial space: 1. Apply stenciled number and letters to correspond with grid numbering and lettering shown. 2. Paint numbers and letters 102 mm (4 inches) high, locate 457 mm (18 inches) below overhead structural slab. 3. Apply on four sides of interior columns and on inside face only of exterior wall columns. Painting Section 09 91 00- Page 31 Master Page Number 303 of 323 VA-248-11-RP-0060 TBD James A Haley VA Hospital Replace Operating Room Area Roof Bldg 1(FCA D) Project No: 673-11-120 4. Color: a. Use black on concrete columns. b. Use white or contrasting color on steel columns. 3.13 PROTECTION CLEAN UP, AND TOUCH-UP A. Protect work from paint droppings and spattering by use of masking, drop cloths, removal of items or by other approved methods. B. Upon completion, clean paint from hardware, glass and other surfaces and items not required to be painted of paint drops or smears. C. Before final inspection, touch-up or refinished in a manner to produce solid even color and finish texture, free from defects in work which was damaged or discolored. - - - E N D - - - Painting Section 09 91 00- Page 32 Master Page Number 304 of 323 VA-248-11-RP-0060 TBD James A Haley VA Hospital Replace Operating Room Area Roof Bldg 1(FCA D) Project No: 673-11-120 APPENDIX Coordinate the following abbreviations used in SECTION 09 91 00, PAINTING, with other Sections, especially 09 06 00, SCHEDULE FOR FINISHES, and other COATING SECTIONS listed. Use the same abbreviation and terms consistently. Paint or coating Abbreviation Acrylic Emulsion AE (MPI 10 – flat/MPI 11 – semi-gloss/MPI 119 - gloss) Alkyd Flat Ak (MPI 49) Alkyd Gloss Enamel G (MPI 48) Alkyd Semi-gloss Enamel SG (MPI 47) Aluminum Paint AP (MPI 1) Cementitious Paint CEP (TT-P-1411) Exterior Latex EL??(MPI 10 / 11 / 119)?? Exterior Oil EO (MPI 9 – gloss/MPI 8 – flat/MPI 94 – semi-gloss) Epoxy Coating EC (MPI 77 – walls, floors/MPI 108 – CMU, concrete) Fire Retardant Paint FR (MPI 67) Fire Retardant Coating (Clear) FC (MPI 66, intumescent type) Floor Enamel FE (MPI 27 – gloss/MPI 59 – eggshell) Heat Resistant Paint HR (MPI 22) Latex Emulsion LE (MPI 53, flat/MPI 52, eggshell/MPI 54, semi-gloss/MPI 114, gloss Latex Flat LF (MPI 138) Latex Gloss LG (MPI 114) Latex Semi-gloss SG (MPI 141) Latex Low Luster LL (MPI 139) Plastic Floor Coating PL Polyurethane Varnish PV (MPI 31 – gloss/MPI 71 - flat) Rubber Paint RF (CID-A-A-3120 - Paint for Swimming Pools (RF)). Water Paint, Cement WPC (CID-A-A-1555 - Water Paint, Powder). Wood Stain WS (MPI 90) Painting Section 09 91 00- Page 33 Master Page Number 305 of 323 VA-248-11-RP-0060 TBD James A Haley VA Hospital Replace Operating Room Area Roof Bldg 1(FCA D) Project No: 673-11-120 Verify abbreviations used in the following coating Sections and new sections developed in MASTERFORMAT Section 09800 series for conflicts with other abbreviations used for materials and finishes. Section 09815, HIGH BUILD GLAZED COATING Section 09836, MULTI COLOR COATING GC MC - - - E N D - - - Painting Section 09 91 00- Page 34 Master Page Number 306 of 323 VA-248-11-RP-0060 TBD James A Haley VA Hospital Replace Operating Room Area Roof Bldg 1(FCA D) Project No: 673-11-120 SECTION 26 05 26 GROUNDING AND BONDING FOR ELECTRICAL SYSTEMS PART 1 - GENERAL 1.1 DESCRIPTION A. This section specifies general grounding and bonding requirements of electrical equipment operations and to provide a low impedance path for possible ground fault currents. B. “Grounding electrode system” refers to all electrodes required by NEC, as well as including made, supplementary, lightning protection system grounding electrodes. C. The terms “connect” and “bond” are used interchangeably in this specification and have the same meaning. 1.2 RELATED WORK A. Section 26 05 11, REQUIREMENTS FOR ELECTRICAL INSTALLATIONS: General electrical requirements and items that are common to more than one section of Division 26. B. Section 26 05 21, LOW-VOLTAGE ELECTRICAL POWER CONDUCTORS AND CABLES (600 VOLTS AND BELOW): Low Voltage power and lighting wiring. C. Section 26 41 00, FACILITY LIGHTNING PROTECTION: Requirements for a lightning protection system. 1.3 SUBMITTALS A. Submit in accordance with Section 26 05 11, REQUIREMENTS FOR ELECTRICAL INSTALLATIONS. B. Shop Drawings: 1. Sufficient information, clearly presented, shall be included to determine compliance with drawings and specifications. 2. Include the location of system grounding electrode connections and the routing of aboveground and underground grounding electrode conductors. C. Test Reports: Provide certified test reports of ground resistance. Grounding and Bonding for Electrical Systems Section 26 05 26 - Page 1 Master Page Number 307 of 323 VA-248-11-RP-0060 TBD James A Haley VA Hospital Replace Operating Room Area Roof Bldg 1(FCA D) Project No: 673-11-120 D. Certifications: Two weeks prior to final inspection, submit four copies of the following to the Resident Engineer: 1. Certification that the materials and installation is in accordance with the drawings and specifications. 2. Certification, by the Contractor, that the complete installation has been properly installed and tested. 1.4 APPLICABLE PUBLICATIONS Publications listed below (including amendments, addenda, revisions, supplements, and errata) form a part of this specification to the extent referenced. Publications are referenced in the text by the basic designation only. A. American Society for Testing and Materials (ASTM): B1-01(2007) ...........................Standard Specification for Hard-Drawn Copper Wire B8-2004..................................Standard Specification for Concentric-Lay-Stranded Copper Conductors, Hard, Medium-Hard, or Soft B. Institute of Electrical and Electronics Engineers, Inc. (IEEE): 81-1983 ..................................IEEE Guide for Measuring Earth Resistivity, Ground Impedance, and Earth Surface Potentials of a Ground System C. National Fire Protection Association (NFPA): 70-2008 ..................................National Electrical Code (NEC) 99-2005 ..................................Health Care Facilities D. Underwriters Laboratories, Inc. (UL): 44-2005 .................................Thermoset-Insulated Wires and Cables 83-2008 .................................Thermoplastic-Insulated Wires and Cables 467-2007 ...............................Grounding and Bonding Equipment 486A-486B-2003 ..................Wire Connectors PART 2 - PRODUCTS 2.1 GROUNDING AND BONDING CONDUCTORS A. Equipment grounding conductors shall be UL 83 insulated stranded copper, except that sizes 6 mm² (10 AWG) and smaller shall be solid copper. Insulation color shall be Grounding and Bonding for Electrical Systems Section 26 05 26 - Page 2 Master Page Number 308 of 323 VA-248-11-RP-0060 TBD James A Haley VA Hospital Replace Operating Room Area Roof Bldg 1(FCA D) Project No: 673-11-120 continuous green for all equipment grounding conductors, except that wire sizes 25 mm² (4 AWG) and larger shall be permitted to be identified per NEC. B. Bonding conductors shall be ASTM B8 bare stranded copper, except that sizes 6 mm² (10 AWG) and smaller shall be ASTM B1 solid bare copper wire. C. Isolated Power System: Type XHHW-2 insulation with a dielectric constant of 3.5 or less. D. Electrical System Grounding: Conductor sizes shall not be less than what is shown on the drawings and not less than required by the NEC, whichever is greater. 2.2 GROUND RODS A. Copper clad steel, 19 mm (3/4-inch) diameter by 3000 mm (10 feet) long, conforming to UL 467. B. Quantity of rods shall be as required to obtain the specified ground resistance. 2.3 SPLICES AND TERMINATION COMPONENTS Components shall meet or exceed UL 467 and be clearly marked with the manufacturer, catalog number, and permitted conductor size(s). 2.4 GROUND CONNECTIONS A. Below Grade: Exothermic-welded type connectors. B. Above Grade: 1. Bonding Jumpers: compression type connectors, using zinc-plated fasteners and external tooth lockwashers. 2. Ground Busbars: Two-hole compression type lugs using tin-plated copper or copper alloy bolts and nuts. 3. Rack and Cabinet Ground Bars: one-hole compression-type lugs using zinc-plated or copper alloy fasteners. 2.5 EQUIPMENT RACK AND CABINET GROUND BARS Provide solid copper ground bars designed for mounting on the framework of open or cabinet-enclosed equipment racks with minimum dimensions of 4 mm thick by 19 mm wide (3/8 inch x ¾ inch). 2.6 GROUND TERMINAL BLOCKS At any equipment mounting location (e.g. backboards and hinged cover enclosures) where rack-type ground bars cannot be mounted, provide screw lug-type terminal blocks. Grounding and Bonding for Electrical Systems Section 26 05 26 - Page 3 Master Page Number 309 of 323 VA-248-11-RP-0060 TBD James A Haley VA Hospital Replace Operating Room Area Roof Bldg 1(FCA D) Project No: 673-11-120 2.7 SPLICE CASE GROUND ACCESSORIES Splice case grounding and bonding accessories shall be supplied by the splice case manufacturer when available. Otherwise, use 16 mm² (6 AWG) insulated ground wire with shield bonding connectors. PART 3 - EXECUTION 3.1 GENERAL A. Ground in accordance with the NEC, as shown on drawings, and as hereinafter specified. B. System Grounding: 1. Secondary service neutrals: Ground at the supply side of the secondary disconnecting means and at the related transformers. 2. Separately derived systems (transformers downstream from the service entrance): Ground the secondary neutral. 3. Isolation transformers and isolated power systems shall not be system grounded. C. Equipment Grounding: Metallic structures (including ductwork and building steel), enclosures, raceways, junction boxes, outlet boxes, cabinets, machine frames, and other conductive items in close proximity with electrical circuits shall be bonded and grounded. D. Special Grounding: For patient care area electrical power system grounding, conform to NFPA 99, and NEC. 3.2 INACCESSIBLE GROUNDING CONNECTIONS Make grounding connections, which are buried or otherwise normally inaccessible (except connections for which periodic testing access is required) by exothermic weld. 3.3 MEDIUM-VOLTAGE EQUIPMENT AND CIRCUITS A. Switchgear: Provide a bare grounding electrode conductor from the switchgear ground bus to the grounding electrode system. B. Duct Banks and Manholes: Provide an insulated equipment grounding conductor in each duct containing medium or high voltage conductors, sized per NEC except that minimum size shall be 25 mm² (2 AWG). Bond the equipment grounding conductors to the switchgear ground bus, to all manhole hardware and ground rods, to the cable shielding Grounding and Bonding for Electrical Systems Section 26 05 26 - Page 4 Master Page Number 310 of 323 VA-248-11-RP-0060 TBD James A Haley VA Hospital Replace Operating Room Area Roof Bldg 1(FCA D) Project No: 673-11-120 grounding provisions of medium or high voltage cable splices and terminations, and equipment enclosures. C. Pad Mounted Transformers: 1. Provide a driven ground rod and bond with a grounding electrode conductor to the transformer grounding pad metal steel. 2. Ground the secondary neutral. D. Lightning Arresters: Connect lightning arresters to the equipment ground bus or ground rods as applicable. E. Outdoor Metallic Fences Around Electrical Equipment: shall be grounded with a ground rod at each fixed gate post and at each corner post. Drive ground rods until the top is 300 mm (12 inches) below grade. Attach a 25 mm² (4 AWG) copper conductor, by exothermic weld to the ground rods and extend underground to the immediate vicinity of fence post. Lace the conductor vertically into 300 mm (12 inches) of fence mesh and fasten by two approved bronze compression fittings, one to bond wire to post and the other to bond wire to fence. Each gate section shall be bonded to its gatepost by a 3 by 25 mm (1/8 by one inch) flexible braided copper strap and ground post clamps. Clamps shall be of the anti-electrolysis type. F. Metallic Conduit: Metallic conduits which terminate without mechanical connection to an electrical equipment housing by means of locknut and bushings or adapters, shall be provided with grounding bushings. Connect bushings with a bare grounding conductor to the equipment ground bus. 3.4 SECONDARY EQUIPMENT AND CIRCUITS A. Main Bonding Jumper: Bond the secondary service neutral to the ground bus in the service equipment. B. Metallic Piping, Building Steel, and Supplemental Electrode(s): 1. Provide a grounding electrode conductor sized per NEC between the service equipment ground bus and all metallic water and gas pipe systems, building steel, and supplemental or made electrodes. Jumper insulating joints in the metallic piping. All connections to electrodes shall be made with fittings that conform to UL 467. 2. Provide a supplemental ground electrode and bond to the grounding electrode system. Grounding and Bonding for Electrical Systems Section 26 05 26 - Page 5 Master Page Number 311 of 323 VA-248-11-RP-0060 TBD James A Haley VA Hospital Replace Operating Room Area Roof Bldg 1(FCA D) Project No: 673-11-120 C. Service Disconnect (Separate Individual Enclosure): Provide a ground bar bolted to the enclosure with lugs for connecting the various grounding conductors. D. Switchgear, Switchboards, Unit Substations, and Motor Control Centers: 1. Connect the various feeder equipment grounding conductors to the ground bus in the enclosure with suitable pressure connectors. 2. For service entrance equipment, connect the grounding electrode conductor to the ground bus. 3. Connect metallic conduits, which terminate without mechanical connection to the housing, by grounding bushings and grounding conductor to the equipment ground bus. E. Transformers: 1. Exterior: Exterior transformers supplying interior service equipment shall have the neutral grounded at the transformer secondary. Provide a grounding electrode at the transformer. 2. Separately derived systems (transformers downstream from service equipment): Ground the secondary neutral at the transformer. Provide a grounding electrode conductor from the transformer to the nearest component of the grounding electrode system. F. Conduit Systems: 1. Ground all metallic conduit systems. All metallic conduit systems shall contain an equipment grounding conductor. 2. Non-metallic conduit systems shall contain an equipment grounding conductor, except that non-metallic feeder conduits which carry a grounded conductor from exterior transformers to interior or building-mounted service entrance equipment need not contain an equipment grounding conductor. 3. Conduit containing only a grounding conductor, and which is provided for mechanical protection of the conductor, shall be bonded to that conductor at the entrance and exit from the conduit. G. Feeders and Branch Circuits: Install equipment grounding conductors with all feeders and power and lighting branch circuits. H. Boxes, Cabinets, Enclosures, and Panelboards: 1. Bond the equipment grounding conductor to each pullbox, junction box, outlet box, device box, cabinets, and other enclosures through Grounding and Bonding for Electrical Systems Section 26 05 26 - Page 6 Master Page Number 312 of 323 VA-248-11-RP-0060 TBD James A Haley VA Hospital Replace Operating Room Area Roof Bldg 1(FCA D) Project No: 673-11-120 which the conductor passes (except for special grounding systems for intensive care units and other critical units shown). 2. Provide lugs in each box and enclosure for equipment grounding conductor termination. 3. Provide ground bars in panelboards, bolted to the housing, with sufficient lugs to terminate the equipment grounding conductors. I. Motors and Starters: Provide lugs in motor terminal box and starter housing or motor control center compartment to terminate equipment grounding conductors. J. Receptacles shall not be grounded through their mounting screws. Ground with a jumper from the receptacle green ground terminal to the device box ground screw and the branch circuit equipment grounding conductor. K. Ground lighting fixtures to the equipment grounding conductor of the wiring system when the green ground is provided; otherwise, ground the fixtures through the conduit systems. Fixtures connected with flexible conduit shall have a green ground wire included with the power wires from the fixture through the flexible conduit to the first outlet box. L. Fixed electrical appliances and equipment shall be provided with a ground lug for termination of the equipment grounding conductor. M. Raised Floors: Provide bonding of all raised floor components. N. Panelboard Bonding: The equipment grounding terminal buses of the normal and essential branch circuit panelboards serving the same individual patient vicinity shall be bonded together with an insulated continuous copper conductor not less than 16 mm² (10 AWG). These conductors shall be installed in rigid metal conduit. 3.5 CORROSION INHIBITORS When making ground and ground bonding connections, apply a corrosion inhibitor to all contact surfaces. Use corrosion inhibitor appropriate for protecting a connection between the metals used. 3.6 CONDUCTIVE PIPING A. Bond all conductive piping systems, interior and exterior, to the building to the grounding electrode system. Bonding connections shall be made as close as practical to the equipment ground bus. Grounding and Bonding for Electrical Systems Section 26 05 26 - Page 7 Master Page Number 313 of 323 VA-248-11-RP-0060 TBD James A Haley VA Hospital Replace Operating Room Area Roof Bldg 1(FCA D) Project No: 673-11-120 B. In operating rooms and at intensive care and coronary care type beds, bond the gases and suction piping, at the outlets, directly to the room or patient ground bus. 3.7 LIGHTNING PROTECTION SYSTEM Bond the lightning protection system to the electrical grounding electrode system. 3.8 ELECTRICAL ROOM GROUNDING Building Earth Ground Busbars: Provide ground busbar hardware at each electrical room and connect to pigtail extensions of the building grounding ring. 3.9 WIREWAY GROUNDING A. Ground and Bond Metallic Wireway Systems as follows: 1. Bond the metallic structures of wireway to provide 100 percent electrical continuity throughout the wireway system by connecting a 16 mm² (6 AWG) bonding jumper at all intermediate metallic enclosures and across all section junctions. 2. Install insulated 16 mm² (6 AWG) bonding jumpers between the wireway system bonded as required in paragraph 1 above, and the closest building ground at each end and approximately every 16 meters (50 feet). 3. Use insulated 16 mm² (6 AWG) bonding jumpers to ground or bond metallic wireway at each end at all intermediate metallic enclosures and cross all section junctions. 4. Use insulated 16 mm² (6 AWG) bonding jumpers to ground cable tray to columnmounted building ground plates (pads) at each end and approximately every 15 meters. 3.10 GROUND RESISTANCE A. Grounding system resistance to ground shall not exceed 5 ohms. Make necessary modifications or additions to the grounding electrode system for compliance without additional cost to the Government. Final tests shall assure that this requirement is met. B. Resistance of the grounding electrode system shall be measured using a four-terminal fall-of-potential method as defined in IEEE 81. Ground resistance measurements shall be made before the electrical distribution system is energized and shall be made in normally dry conditions not less than 48 hours after the last rainfall. Resistance measurements of separate grounding electrode systems shall be made before the systems are bonded Grounding and Bonding for Electrical Systems Section 26 05 26 - Page 8 Master Page Number 314 of 323 VA-248-11-RP-0060 TBD James A Haley VA Hospital Replace Operating Room Area Roof Bldg 1(FCA D) Project No: 673-11-120 together below grade. The combined resistance of separate systems may be used to meet the required resistance, but the specified number of electrodes must still be provided. C. Services at power company interface points shall comply with the power company ground resistance requirements. D. Below-grade connections shall be visually inspected by the Resident Engineer prior to backfilling. The Contractor shall notify the Resident Engineer 24 hours before the connections are ready for inspection. 3.11 GROUND ROD INSTALLATION A. Drive each rod vertically in the earth, not less than 3000 mm (10 feet) in depth. B. Where permanently concealed ground connections are required, make the connections by the exothermic process to form solid metal joints. Make accessible ground connections with mechanical pressure type ground connectors. C. Where rock prevents the driving of vertical ground rods, install angled ground rods or grounding electrodes in horizontal trenches to achieve the specified resistance. ---END--- Grounding and Bonding for Electrical Systems Section 26 05 26 - Page 9 Master Page Number 315 of 323 VA-248-11-RP-0060 TBD James A Haley VA Hospital Replace Operating Room Area Roof Bldg 1(FCA D) Project No: 673-11-120 SECTION 26 41 00 FACILITY LIGHTNING PROTECTION PART 1 - GENERAL 1.1 DESCRIPTION This section specifies the furnishing and installation of a complete master labeled lightning protection system, complying with NFPA 780, UL 96 and UL 96A. 1.2 RELATED WORK A. Section 26 05 11, REQUIREMENTS FOR ELECTRICAL INSTALLATIONS: General electrical requirements that are common to more than one section of Division 26. B. Section 26 05 26, GROUNDING AND BONDING FOR ELECTRICAL SYSTEMS: Requirements for personnel safety and to provide a low impedance path to ground for possible ground faults. 1.3 SUBMITTALS A. In accordance with Section 26 05 11, REQUIREMENTS FOR ELECTRICAL INSTALLATIONS, submit the following: B. Shop Drawings: 1. Isometric and plan views showing layout and connections to the required metal surfaces. 2. Show the methods of mounting the system to the adjacent construction. C. Qualifications: Submit proof that the installer of the lightning protection system has had suitable and adequate experience installing other lightning protection systems, and is capable of installing the system as recommended by the manufacturer of the equipment. D. Certification: Two weeks prior to final inspection, submit four copies of the following certifications to the Resident Engineer: 1. Certification that the lightning protection system has been properly installed and tested. 2. Certification that the lightning protection system has been inspected by a UL representative and has been approved by UL without variation. Facility Lighting Protection Section 26 41 00 - Page 1 Master Page Number 316 of 323 VA-248-11-RP-0060 TBD James A Haley VA Hospital Replace Operating Room Area Roof Bldg 1(FCA D) Project No: 673-11-120 1.4 APPLICABLE PUBLICATIONS A. Publications listed below (including amendments, addenda, revisions, supplements, and errata) form a part of this specification to the extent referenced. Publications are referenced in the text by designation only. B. National Fire Protection Association (NFPA): 70-08 ......................................National Electrical Code (NEC) 780-08 ....................................Standard for the Installation of Lightning Protection Systems C. Underwriters Laboratories, Inc. (UL): 96-00 ......................................Lightning Protection Components 96A-05 ...................................Installation Requirements for Lightning Protection Systems PART 2 - PRODUCTS 2.1 MATERIALS A. Attach master labels "A" or "B" to each item by its manufacturer as evidence that the materials have been manufactured in conformance with the UL Standards for master label lightning protection materials. B. In additional to conformance to UL 96, the component material requirements are as follows: 1. Conductors: Electrical grade copper. 2. Air terminals: Solid copper, not less than 9 mm (3/8 inch) diameter, with sharp nickel-plated points. 3. Ground rods: Copper clad steel, not less than 13 mm (1/2 inch) diameter by 2400 mm (8 feet) long. 4. Ground plates: Solid copper, not less than 2 mm (1/16 inch) thick. 5. Tubing: Stiff copper or brass. C. Anchors and fasteners: Bolt type which are most suitable for the specific anchor and fastener installations. PART 3 - EXECUTION 3.1 INSTALLATION A. Install the conductors as inconspicuously as practical and with the proper bends. Facility Lighting Protection Section 26 41 00 - Page 2 Master Page Number 317 of 323 VA-248-11-RP-0060 TBD James A Haley VA Hospital Replace Operating Room Area Roof Bldg 1(FCA D) Project No: 673-11-120 B. Install the vertical conductors within the concealed cavity of exterior walls. Run the conductors to the exterior at elevations below the finished grade and make the ground connections to the earth outside of the building or stack perimeter. C. Make connections of dissimilar metal with bimetallic type fittings to prevent electrolytic action. D. Use the exothermic welding type connections that form solid metal joints in the main vertical and horizontal conductors, and for connections that are not exposed in the finish work. E. Protect copper conductors with stiff copper or brass tubing, which enclose the conductors from the top to the bottom of the tubing, between 300 mm (one foot) below and 2100 mm (seven feet) above the finished grade. F. Sheath copper conductors, which pass over cast stone, cut stone, architectural concrete and masonry surfaces, with not less than a 2 mm (1/16 inch) thickness of lead to prevent staining of the exterior finish surfaces. G. For the earth connections, install ground rods and ground plates, and the conductor connections to them and the main water pipes in the presence of the Resident Engineer. For the conductors located outside of the building or stack, install the conductors not less than 600 mm (two feet) below the finished grade. H. For structural steel buildings, connect the steel framework of the buildings to the main water pipe near the water system entrance to the building. I. Connect exterior metal surfaces, located within 900 mm (three feet) of the lightning protection system conductors, to the lightning protection system conductors to prevent flashovers. J. Grounding: Test the ground resistance to earth by standard methods and conform to the ground resistance requirements specified in Section 26 05 26, GROUNDING AND BONDING FOR ELECTRICAL SYSTEMS. K. Where shown, use the structural steel framework or reinforcing steel as the main conductor: Facility Lighting Protection Section 26 41 00 - Page 3 Master Page Number 318 of 323 VA-248-11-RP-0060 TBD James A Haley VA Hospital Replace Operating Room Area Roof Bldg 1(FCA D) Project No: 673-11-120 1. Weld or bond the non-electrically-continuous sections together and make them electrically continuous. 2. Verify the electrical continuity by measuring the ground resistances to earth at the ground level, at the top of the building or stack, and at intermediate points with a sensitive ohmmeter. Compare the resistance readings. 3. Connect the air terminals together with an exterior conductor connected to the structural steel framework at not more than 18000 mm (60 foot) intervals. 4. Install ground connections to earth at not more than 18000 mm (60 foot) intervals around the perimeter of the building. 5. Weld or braze bonding plates, not less than 200 mm (eight inches) square, to cleaned sections of the steel and connect the conductors to the plates. 6. Do not pierce the structural steel in any manner. Connections to the structural steel shall conform to UL Publication No. 96A. L. For smoke stacks, the following additional requirements shall apply: 1. Extend air terminals from approximately 900 mm (three feet) below the top of the smoke stacks to approximately 900 mm (three feet) above the top of the stacks. 2. Securely seat and rivet the vertical conductors into bronze cable connectors. Cross-connect the vertical conductors at approximately the midpoint between the top and bottom of the smoke stacks. M. For obstruction lights, the following additional requirements shall apply: 1. Extend air terminals 300 mm (one foot) above the top of the light fixtures and securely clamp to the light fixture supports. 2. Install 600 volt class lightning arresters. Connect the arresters to the lightning circuit conductors at suitable locations, and ground and bond them to the lightning protection system. N. When the lightning protection systems have been installed, have the systems inspected by a UL representative. Obtain and install a UL numbered master label "C" for each of the lightning protection systems at the location directed by the UL representative and the Resident Engineer. Facility Lighting Protection Section 26 41 00 - Page 4 Master Page Number 319 of 323 VA-248-11-RP-0060 TBD James A Haley VA Hospital Replace Operating Room Area Roof Bldg 1(FCA D) Project No: 673-11-120 O. Where the drawings show the new lightning protection system connected to an existing lightning protection system without a UL master label, the new portion of the lightning system still requires inspection and labels as specified above for new work. ---END--- Facility Lighting Protection Section 26 41 00 - Page 5 Master Page Number 320 of 323 VA-248-11-RP-0060 TBD James A Haley VA Hospital Replace Operating Room Area Roof Bldg 1(FCA D) Project No: 673-11-120 Master Page Number 321 of 323 VA-248-11-RP-0060 TBD James A Haley VA Hospital Replace Operating Room Area Roof Bldg 1(FCA D) Project No: 673-11-120 Revised June 2010 HPM 138-24 Master Page Number 322 of 323 VA-248-11-RP-0060 TBD 4.31 LIST OF ATTACHMENTS -- CONSTRUCTION DRAWINGS (3), ENERGY STAR PROGRAM REQUIREMENTS FOR ROOF PRODUCTS (1) Drawing No. G1-001 CS-101 1-21 Energy Star Document Title Cover Sheet Building 1 Roof Plans Reference Drawing – Roof Plan Building No. 1 Program Requirements for Roof Products (9 pages) Master Page Number 323 of 323