Roof - Acro Construction

advertisement
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
Download