SITE VISIT RECOMMENDED
Scope of Work
Area Pharmacy CCTV Project
Project PH24AO01H6
- Introduction/Background
The Indian Health Service (IHS) is implementing a safety requirement for pharmacies that cameras must be capable of identifying capsule/tablets/bottles being counted, removed, or restocked. This new requirement affects all IHS Phoenix Area pharmacies. Phoenix Area will meet this new requirement through installation of new or relocation of existing cameras at affected facilities. The pharmacies will also be receiving new access control devices and panic buttons as identified to increase security and safety.
- Summary of Requirements and Objectives
In accordance with this scope of work and attachments, the Contractor shall perform the work as described herein. All new cameras shall equal or greater in specifications to type A Honeywell Model HC30W45R2 and type B Honeywell Model HC30WF5R1. If a facility requires an additional network switch they shall be equal to or greater than EtherWan’s Model EX2662F. If a facility requires a new NVR it shall be sized according to the needs of the system and be a Honeywell MAXPRO series recorder. Panic buttons shall be WBOX technologies Model 0E-HBLCHDD3T and badge readers shall be HID Model pivCLASS R40. These new cameras, switches, and NVRs shall be added to the existing pharmacy system and not the building security system. Existing Ethernet and power cables can be reused if they meet manufacturer requirements for the new hardware. The contractor shall confirm the number and location of all items affected by this project. The locations in Attachment A for cameras are general locations only and to be used for identification with actual locations and viewing angles to be coordinated with pharmacy staff during installation.
The pharmacy systems access control system shall be compatible with the existing building access control system. The pharmacy CCTV system shall have a storage capacity of 45 days with the system set to record on motion only.
- Totals for all sites combined
- Install 88 new cameras type A
- Install 3 new cameras type B
- Install 18 new network switches
- Install 10 new NVRs
- Install 59 new badge readers
- Install 50 new access control doors
- Install 35 new panic buttons
- Chemehuevi Clinic
- Install 4 new cameras type A
- Install 1 new network switch
- Install 1 new NVR
- Install 1 new badge reader
- Install 1 new access control door
- Install 0 new panic buttons
- Elko Service Unit
- Install 4 new cameras type A
- Install 1 new network switch
- Install 1 new NVR
- Install 19 new Badge readers
- Install 15 new access control doors
- Install 0 new panic buttons
- Fort Yuma Health Care Center
- Install 13 new cameras type A
- Install 1 new network switch
- Install 1 new NVR
- Install 0 new Badge readers
- Install 0 new access control doors
- Install 0 new panic buttons
- Hopi Health Care Center
- Install 17 new cameras type A
- Install 1 new network switch
- Install 1 new NVR
- Install 6 new Badge readers
- Install 6 new access control doors
- Install 0 new panic buttons
- Irene Benn Health Clinic
- Install 4 new cameras type A
- Install 1 new network switch
- Install 1 new NVR
- Install 1 new Badge readers
- Install 1 new access control doors
- Install 0 new panic buttons
- Peach Springs Health Center
- Install 9 new cameras type A
- Install 1 new camera type B
- Install 1 new network switch
- Install 1 new NVR
- Install 4 new Badge readers
- Install 4 new access control doors
- Install 0 new panic buttons
- Phoenix Indian Medical Center
- Install 31 new cameras type A
- Install 2 new cameras type B
- Relocate 11 existing camera
- Relocate 1 existing panic button
- Install 10 new network switches
- Install 2 new NVRs
- Install 25 new Badge readers
- Install 25 new access control doors
- Install 20 new panic buttons
- Sherman Indian High School Clinic
- Install 3 new cameras type A
- Install 1 new network switch
- Install 1 new NVR
- Install 2 new Badge readers
- Install 2 new access control doors
- Install 0 new panic buttons
- Cibecue Health Center
- Install 0 new cameras type A
- Install 0 new network switch
- Install 0 new NVR
- Install 0 new Badge reader
- Install 0 new access control door
- Install 4 new panic buttons
- Whiteriver Indian Hospital
- Install 1 new cameras type A
- Install 0 new network switch
- Install 0 new NVR
- Install 0 new Badge readers
- Install 0 new access control doors
- Install 10 new panic buttons
- Supai Clinic
- Install 0 new cameras type A
- Install 0 new network switch
- Install 0 new NVR
- Install 0 new Badge reader
- Install 0 new access control door
- Install 1 new panic button
- Yavapai Apache Health Center
- Install 3 new cameras type A
- Install 1 new network switch
- Install 1 new NVR
- Install 1 new Badge reader
- Install 1 new access control door
- Install 0 new panic button
- CODES, STANDARDS AND GUIDELINES
- The Contractor is responsible for ensuring compliance with all federal, state, tribal, and local codes and design standards, latest editions.
- The Contractor shall adhere to the following code requirements for work performed, testing and inspections, including, but not limited to the following:
- Occupational Safety and Health Administration (OSHA)
- International Building Code (IBC, International Code Council - most current edition)
- National Electrical Code (NFPA 70 - most current edition)
- National Fire Protection Association Codes (NFPA 101 - most current edition)
- Building Industry Consulting Service Internal (BICSI) Commercial Building Telecommunications Cabling Standard (ANSI/EIA/TIA-568 most current edition)
- All hardware and Software shall comply with Phoenix Area Pharmacy Policy (Attachment E)
- If discrepancies are found between the scope of work and codes or standards as referenced in this scope of work, the codes or standards shall govern, unless noted otherwise.
- ADDITIONAL REQUIREMENTS
- Project Management
- The contractor shall attend a construction kick off meeting in person at each site one week before construction shall start at said site. The contractor shall bring key personnel to answer any questions the staff has about the work that will be performed. Prior to this meeting the contractor shall supply the COR with a completed Infection Control Risk Assessment Document (ICRA). See section G for more details.
- The Contractor shall hold weekly meetings to provide updates on the progress of the project and supply a 3-week look ahead schedule. This schedule shall detail the intended areas work will be performed. The contractor shall provide the COR the meeting minutes with in 48 hours of each meeting held.
- The Contractor shall develop a detailed project schedule. This schedule shall include key material lead-times and milestones of the project, including start and finish dates, as well as proposed work times. The Contractor shall submit this schedule for review and approval prior to work proceeding. The Contractor shall actively maintain and update the schedule as requested by the COR.
- The project shall be completed while each facility remains fully operational. Scheduling of work shall be in close coordination with COR. The building tenants shall have no unplanned functional disruptions resulting from the Contractor’s planning and execution of project work and requirements. The building shall remain operational during normal business hours. A minimum of 48-hour notice is required for any planned disruption to normal operations.
- Normal business hours for facilities are from 8:00am-5:00pm, Monday, though Friday. All work shall be performed during normal business hours except where noted below or where work is required to be performed to minimize impacts to operations. Requests to work outside normal business hours shall be submitted in writing to the COR not less than 48 hours in advance of the proposed after-hours work.
- Each camera, panic button, and badge reader shall be installed per pharmacy staff guidance. Once each is installed the contractor shall have an IHS appointed representative verify locations and sign off on provide work sheet (Attachment B verification sheet).
- The contractor shall work with the local staff to name each new device in the relevant control software.
- The contractor is responsible for filling out the information in Attachment B. The verification columns will have initials of the contractor’s representative and the designated IHS representative per site. The cells with Badge Reader in RED denote the door does not have existing electronic hardware.
- Key Personnel
- Certain experienced professional and/or technical personnel are essential for successful accomplishment of the work to be performed under this contract. Such personnel are defined as "Key Personnel" and are those persons whose resumes were submitted for evaluation of the proposal. The contractor agrees that such personnel shall not be removed from the contract work or replaced without compliance with the following:
- If one or more of the key personnel, for any reason, becomes or is expected to become unavailable for work under this contract for a continuous period exceeding 30 calendar days, or is expected to devote substantially less effort to the work than indicated in the proposal or initially anticipated, the contractor shall, subject to the concurrence of the Contracting Officer, promptly replace personnel with personnel of equal or greater ability and qualifications.
- All requests for approval of substitutions hereunder must be in writing at least 15 calendar days prior to the substitution, circumstances permitting, and provide a detailed explanation of the circumstances necessitating the proposed substitutions. The request must contain a resume for the proposed substitute with equal to or greater qualifications, and any other information requested by the Contracting Officer. The Contracting Officer shall promptly notify the contractor of approval or disapproval in writing.
- The following positions are identified as Key Personnel: (1) Project Manager, (2) Superintendent.
- Superintendent on Site
- Reference FAR 52.236-6 Superintendence by the Contractor. The contractor will ensure that the Project Superintendent is on site at all times work is being performed by the contractor or subcontractor(s). They shall directly oversee all apprentice and subcontractor work. The Project Superintendent is also responsible to ensure all labor and safety requirements are complied with; and ensure that the worksite is cleaned up at the end of each work day.
- All communications between the IHS and Contractor concerning the day-to-day workmanship on the project will be handled through the Project Superintendent
- Work shall be performed by a Honeywell Integrated security Platinum Partner.
- Contractor Daily Report
- The contractor shall prepare and file a “Contractor’s Daily Report”, for each scheduled work day of contract performance for this contract. The daily report should cover all work completed on the previous day.
- The daily reports shall be delivered not later than 10:00 AM the following business day via email for all work completed on the previous day to the Contracting Officer and the COR or other designated individuals identified by the Contracting Officer.
- Each daily report shall include prime Contractor and sub-contractor, at any tier, personnel on the project site, all work performed, equipment used on site, tests performed, weather conditions and all general activities for each day of scheduled work.
- Reports shall be chronologically numbered, dated and signed by the Contractor or the Project Manager. If no work was performed it must be noted on the daily report.
- Failure to submit the daily reports could result in payments being withheld until such time as all daily reports are current. A sample daily report is provided as Attachment F. Alternatively, the Contracting Officer’s Representative may approve use of the Contractor’s Daily Report form.
- System connectivity
- This project is working on Pharmacy systems that have special requirements. The Phoenix Area Pharmacy Policy (Attachment E) will detail additional requirements for this project.
- The connectivity of these camera systems with the Phoenix Area Office will be coordinated with the COR, Area Pharmacists and Area IT representatives.
- Demolition
- Demolition or removal of project components shall not occur until replacement components are on site unless approved by the COR. All demolition shall be coordinated with the COR to minimize the impact on the ongoing building operations.
- All locations that have had components demolished or removed shall be repaired or replaced to match surroundings. For example, ceiling tiles shall be replaced with matching tiles if a camera was removed and drywall shall be patched and painted to match existing walls.
- Existing Conditions and Coordination
- The Contractor shall fully inform himself regarding any and all peculiarities and limitations of the spaces available for the installation of all work and materials furnished and installed under the contract. Coordinate with all other trades, as well as with existing conditions, in advance of the work, including requirements for openings, recesses and chases in the walls, partitions, framing or openings and routing of piping, conduit, etc. relative to each to alleviate conflicts.
- Infection Control Risk Assessment (ICRA)
- Contractor shall be responsible for complete and strict compliance with each facility’s ICRA policy, reference Attachment C and D, including but not limited to the following:
- Attachment C will be used for all locations except for PIMC. Attachment D will be used for PIMC only.
- Prior to work proceeding, the Contractor shall submit an ICRA plan; sketches indicating Contractor planned ICRA provisions, including temporary boundaries, walk-off mats, negative air pressure zones, etc. and as applicable to the ICRA permit requirements.
- The Contractor shall strictly comply with the requirements of the ICRA plan. The Contractor shall re-submit ICRA as required by the COR until it is acceptable, at no additional cost to the Government.
- The Contractor shall have completed ICRA permit for each project area.
- The Contractor is responsible for all dust containment and fume elimination through the use of containments and negative air machines and/or air scrubbers.
- Provide protection from dirt and dust, returning all areas to the original condition after work is complete, including the removal and disposal of all ICRA related materials and equipment.
- Contractor must leave the worksite broom clean at the end of each shift and prior to moving to the next project area.
- Contractor shall maintain access to and from the building, allowing required egress and ingress by patients, visitors, and staff.
- Contractor shall install protective measures to contain dust and debris during construction to assure a safe and irritant free environment for building occupants or as required by the COR.
- Safety
- Contractor shall be responsible for complete and strict compliance with all Facility Safety Policies.
- All work will comply with Occupational Safety and Health Act – CFR1926
- Contractor shall supply all required worksite safety and personal protective equipment.
- Contractors will be required to submit and adhere to the following items including but not limited to the following items:
- Demonstrate compliance with FAR 52-236-13 (Accident Prevention). Each location shall have a site-specific safety plan that shall include an analysis of significant hazards to life, limb, and property inherent in contract work performance and a plan for controlling these hazards. Maintain this plan on site at all times.
- Contractor shall designate in writing the individual who is responsible for identifying and correcting safety hazards or violations on the job site.
- Superintendent contact information
- Emergency services contact information
- Location of emergency services
- Contractor shall provide temporary safety barriers, as necessary or required by the COR, to provide safety for workers, pedestrians, and vehicles during construction.
- Contractor shall remove and dispose of excess materials, debris, or waste at an approved off-site location in accordance with applicable Local, Tribal, State and Federal laws and regulations, and pay any related fees. Burning or burial of materials is not permitted. The contractor shall provide all required waste storage containers and coordinate their location on site with COR.
- Housekeeping will be accomplished on a daily basis. All debris and trash generated by this project will be disposed of properly in accordance with governing national, state and local environmental regulations.
- Inspections
- The Government reserves the right to inspect all aspects of work performed, including hiring a third party inspector to verify proper installation and operation.
- The Contractor is required to demonstrate full and complete operation of all work performed.
- Final acceptance will be based on an acceptable final inspection, including final verification testing of all material and workmanship.
- Final inspection will require on site verification of each item installed or removed as part of the contract. It will also include a demonstration that each component is working as intended.
- Should the contractor fail the final inspection, all corrections shall be made at no cost to the government.
- The contractor shall only tender for acceptance those items that conform to the requirements of this contract. The Government reserves the right to inspect or test any supplies or services that have been tendered for acceptance. The government may require repair or replacement of nonconforming supplies or nonconforming services at no increase in contract price. If repair/replacement will not correct the defects or is not possible, the government may seek an equitable price reduction or adequate consideration for acceptance of nonconforming supplies or services.
- All materials shall be approved by owner.
- All materials shall be installed per manufacturer’s instructions and all applicable codes, and good work practices.
- Deliveries
- All shipments of material, equipment and/or supplies to the project site shall be addressed to the contractor and not the Indian Health Service. Preservation, packaging and packing shall be in accordance with industry standard packaging appropriate for the item(s) involved. The Indian Health Service is not responsible in any manner for deliveries intended for the project that are not generated by the Indian Health Service.
- Equipment and materials provided by the contractor shall be new and, where appropriate, shall arrive on–site sealed in original manufacture’s containers. The government reserves the right to refuse any items deemed to not meet this requirement.
- Material shall be stored in an enclosed and dry area protected from damage and soiling. The contractor shall coordinate a suitable storage area with the COR.
- SUBMITTALS
- Provide submittals within fourteen (14) business days after receipt of contract award notification. Government review comments will be returned within ten (10) business days after receipt of submittals. Provide the following while referring to scope sections for detailed requirements of each submittal.
- Project schedule
- Material safety data sheets for all applicable materials
- Site specific safety plan
- Infection Control Risk Assessment plan
- All Equipment and Software for the project
- DOCUMENT DELIVERABLES
- Contractor shall provide the following within ten (10) working days of project completion and prior to final walkthrough. Submit draft versions of these items electronically (PDF). Once reviewed and approved, provide final versions of these items electronically (PDF) and submit to the COR. Contractor shall provide the following PRIOR TO FINAL PAYMENT.
- Register of each system including manufacturer, model and serial number.
- Warranty Certificates and 1 digital (PDF).
- Operation and Maintenance Manual –and 1 digital (PDF).
- Cheat sheet 1 hard copy for each site and 1 digital (PDF)
- As built drawings that reflect all current and new work shall be submitted to the government marked on Attachment A (CCTV layout).
- EXECUTION AND SCHEDULE
- The Government estimates that the period of performance of this contract will be 210 calendar days from the date of Notice to Proceed (NTP). The Contractor shall propose a detailed schedule that will detail the exact period of performance, including any lead-times required to successfully complete the project.
- Contractor is to work closely with the facilities management personnel to schedule work. Work will minimize impact on staff activities and privacy. Schedule the work at least 48 hours prior to activity performed on site. Facility is in operation 8:00 am to 5:00 pm Monday through Friday.
- WARRANTY
- Contractor shall warrant his work for 1 year from date of completion of work, including repairs and maintenance during the warranty period. The warranty period to commence upon formal acceptance by the Government.
- FINAL PAYMENT
Final Payment will not be authorized until all work is complete, the final inspection has been made and Warranty Documents for work completed has been submitted.
- TRAINING
Contractor shall provide operational training for COR-designated Pharmacy, security, and IT staff for all equipment and software systems installed. Each facility shall have a minimum of four (4) training hours provided (or as necessary) and broken down into training sessions as agreed upon by the Contractor and the Government. Training aids shall be provided by the contractor to include step by step instruction on how to perform common tasks to include items below.
- How to mask areas of the camera feeds.
- How to setup different views.
- How to enroll and remove badges from the access control system.
- Panic buttons
- Basic trouble shooting to follow before making a service call.
- TRIBAL EMPLOYMENT RIGHTS OFFICE (TERO)
- Any applicable TERO requirements shall be the responsibility of the contractor and must be included in the firm fixed price offered on the SF1442. Failure to include applicable TERO fees in the firm fixed price shall not constitute grounds for an equitable adjustment after award.
- Contractors shall contact TERO for information regarding Tribal policies and fees. Compliance with the tribal employment ordinance is required prior to starting work on any project performed on Tribal Land including payment of associated TERO fees/permits.
- Contractor shall obtain a business license, building permit and pay the required TERO Fees to the appropriate office of each Tribe. The general contractor and each subcontractor are required to obtain business licenses for each project.
- TERO Contacts:
- Colorado River Indian Tribes: http://www.crit-nsn.gov/ ; 928-669-1380/ 1390
- Hopi Tribe: https://www.hopi‐nsn.gov/ ; 928-734-3161
- Hualapai Tribe: http://hualapai‐nsn.gov/government/tribalcouncil/ ; 928-769-2216 x108
- White Mountain Apache Tribe of the Fort Apache Reservation: http://www.wmat.nsn.us/contact.html ; 928-338-1012.
- Elko/Te Moak Tribe: tmorris@elkovand.org ; 775-738-889.
- Service Unit Addresses
- Chemehuevi Clinic, 1970 Palo Verde Drive, Havasu Lake, CA 92363
- Elko, 515 Shoshone Circle, Elko, Nevada 89801
- Fort Yuma Health Center, 401 Picacho Road, Winterhaven, CA 92283
- Hopi Health Care Center, HWY 264, Mile Marker 388, Polacca, AZ 86042
- Irene Benn Health Clinic, 1 Lincoln St., Moapa, NV 89025
- Peach Springs Health Center, 943 Hualapai Way, Peach Springs, AZ 86434
- Phoenix Indian Medical Center, 4212 North 16th Street, Phoenix, AZ 85016
- Sherman Indian School Health Clinic, 9010 Magnolia Ave, Riverside, CA 92503
- Whiteriver Indian Hospital, 200 W Hospital Dr., Whiteriver, AZ 85941
- Cibecue Health Center, Cibecue, AZ 85911
- Supai Clinic, Supai, AZ 86435
- Yavapai Apache Health Center, 2400 Datsi St., Camp Verde, AZ 86322
- ATTACHMENTS
The following attachments are provided as reference documents:
Attachment A: CCTV Layout Locations
Attachment B: Equipment check list
Attachment C: ICRA Form (except PIMC)
Attachment D: ICRA Form (PIMC only)
Attachment E: Phoenix Area Pharmacy Policy
Attachment F: Contractor’s Daily Report