Erosion Control Barren River Lake
Scope of Work Quarry Road Erosion Control Project U.S. Army Corps of Engineers Barren River Lake 11088 Finney Rd. Glasgow, KY 42141 TP-1.1 GENERAL a. Description. The contractor shall furnish all mate... Scope of Work Quarry Road Erosion Control Project U.S. Army Corps of Engineers Barren River Lake 11088 Finney Rd. Glasgow, KY 42141 TP-1.1 GENERAL a. Description. The contractor shall furnish all materials, supplies, tools, parts, equipment, transportation, labor, supervision, communication, and quality control to complete the work listed below, at the areas specified at Barren River Lake, located in Barren and Allen Counties, Kentucky. b. Work shall be provided in accordance with all Terms, Conditions, General, Specific and Technical Provision, Exhibits, Attachments, Drawings, etc. contained herein or incorporated by Reference. All distances and measurements given are approximate. Each interested contractor is urged to visit the job site to assess quantities, critical dimensions, and work conditions. All work will be done according to standard industry practices. Access to the work area is controlled and appointments to look at the site shall be coordinated with the Technical Representative. This includes all mandatory provisions of the Federal Acquisition Regulation (FAR), whether referenced or not, current at time of award. Technical Representative: Alan Ramey, Lead Ranger 270-646-2055 c. Contractor Responsibility. Contractor's work and responsibility shall include, but are not limited to supply of equipment/materials, all planning, programming, administration, management, supervision, and inspection required to assure all equipment/materials are acquired and work is conducted in accordance with the contract and all applicable laws, regulations, or directives. The Contractor shall ensure all work meets or exceeds specifications. The prime Contractor shall be responsible for ensuring all subcontractors comply with the provisions of this contract. d. Performance Required. Special consideration of the Contractor is directed to the fact that required accuracy, thoroughness, safety, and progress of this work are essential to the intended purpose. The contractor must be cognizant of the difficulties involved and of the contingencies which may arise, and must make certain that their personnel, equipment, transportation facilities and supply of materials are adequate at all times to ensure complete compliance with all provisions of these specifications. The work shall be done under professional supervision by competent employees. All contract work shall be in accordance with the submitted documents, and any additions, revisions or deletions must be approved by the Contracting Officer or his/her authorized representative. e. Completion of Work. Completion of work shall include acceptable performance of all aspects of this contract. f. Conditions. 1. Pre-Work Conference: The contractor will be required to attend a pre-work conference, scheduled at least one week prior to beginning work, where the Contractors plan of work, safety plan, security plan, start-up date, and other items included in this contract will be briefly discussed. The contractor will also be required to supply the necessary proof of liability insurance (copy of insurance forms) at that time. In addition, a copy of the Safety Data Sheet will be given to the government at this time and reviewed to ensure contractor compliance. This area is a secure area and the contractor will need to supply the government with a list of contractor personnel that will be working on-site. 2. Damages. The contractor shall be responsible for all damages to government or private property during the course of this contract. The contractor shall have appropriate insurance to cover liability and damages. 3. Hours and Days of Work. Work may be conducted between the hours of 6:30 a.m. and 7:00 p.m. Central Time, Monday through Friday (only during daylight hours). No work shall be performed outside of these times, on Saturdays or Sundays, or on federal Holidays, unless approved by the Technical Representative, or as otherwise noted below. 4. Payment Procedure/Additional Work. At no time should the contractor do additional work without prior authorization of the Contracting Officer, and no work shall be performed that will cause the Contractor to exceed the contract price. Work performed without a binding contract document authorizing such work shall result in the Contractor not being paid for that work performed. During the course of the contract, any additional work determined to be needed may be requested by the Technical Representative to the Contracting Officer for a Contract Modification. 5. Contract Start and Completion Dates. Work under this contract shall begin within 10 calendar days of Notice to Proceed (NTP) being issued and must be completed within 120 calendar days of Notice to Proceed. Additional time may be granted for inclement weather, when coordinated with and approved by the Technical Representative. This includes delay of work that may occur during excessive rainfall or wet periods. 6. Wage Rates: Department of Labor wage rates apply to this work and are included. The contractor is required to provide payroll documents for all work performed under this contract. 7. The Contractor shall, at all times prior to delivery, take care to protect and preserve all materials, supplies, and equipment of every description (including material and property which may be Government owned) and all work performed. All reasonable requests of the Contracting Officer or his/her authorized representative to enclose or specially protect such property shall be complied with. If so determined by the Contracting Officer, material, equipment, supplies, and work performed are not adequately protected by the Contractor, such property may be protected by the Government and the cost thereof may be charged to the Contractor or deducted from any payment due. 8. The Contractor will notify the Technical Representative or his/her authorized representative, upon commencement of work activities, and difficulties, interruption, or suspension of work, and when the required work has been completed. The Contractor shall update the Technical Representative, or their authorized representative, no less than once weekly on status of work being done. Work will commence when the funds are allocated and work orders have been received from the Contracting Officer or his/her authorized representative. TP-1.2 CONTRACTOR SUBMITTAL Unless otherwise specified, the Contractor shall submit the following information to the Technical Representative prior to the pre-work conference for this contract: a. Safety Plans. The Contractor shall submit, for acceptance by the Technical Representative, an accident prevention plan and Activity Hazard Analysis (AHA) in accordance with the requirements of the Corps of Engineer's Safety and Health Requirements Manual, EM385-1-1, hereinafter referred to as the Safety Manual, current at the time of award. b. Certification of Employees Qualified to Administer First Aid and CPR. The Contractor shall submit proof the appropriate number of employees, as required in the Safety Manual, are certified to administer First Aid and CPR. TP-1.3 SAFETY a. General Safety. The Contractor shall comply with the safety standards contained in Corps of Engineers Manual, EM 385-1-1, "Safety and Health Requirements Manual", current at the time of award, as well as all current provisions of the Occupational Safety and Health Act (OSHA). b. Safety Manual Requirements. The Contractor and employees shall comply with all pertinent sections of the Corps of Engineer's Safety and Health Requirements Manual, EM 385-1-1, current at the time of award, and any subsequent revisions. This manual is available at: http://www.publications.usace.army.mil/Portals/76/Publications/EngineerManuals/EM_385-1-1.pdf. The Contractor's safety plan must be submitted in writing and can be turned in at the same time as the pre-work conference. c. Personal Protective Apparel and Equipment. Protective apparel and equipment, as identified in the AHA (Activity Hazard Analysis), shall be provided to eliminate or minimize hazards to personnel. As a minimum, each employee shall wear a sleeved shirt, long trousers and safety-toe shoes or boots during all contract work. Hard hats, face shields, safety glasses with side-shields, or goggles, and hearing protection shall be worn by employees when required by safety manual. Fire extinguisher(s) and first aid kit(s) meeting the Safety Manual standards shall also be provided and easily accessible to all employees. d. Contractor Employees Certified in First Aid & CPR. The Contractor shall schedule employees so the appropriate numbers of certified personnel are on duty to administer First Aid and CPR as required by the Safety Manual. Copies of their certification shall be provided before work begins under this contract. TP-1.4 ACCIDENT REPORTING. The Contractor shall maintain accurate accident records and report accidents as prescribed by the Technical Representative. Accidents shall be reported within 24 hours of occurrence, and all serious accidents (those resulting in death or injury requiring medical attention or lost time) shall be reported immediately. TP-1.5 DAMAGE REPORTS. In all instances where Government property, equipment, natural features, landscape, or trees are damaged by contract employees, an immediate notification shall be made to the Technical Representative. A full report of the incident and extent of such damage shall be submitted to the Technical Representative within two working days of occurrence, excluding weekends and holidays. TP-1.6 CONTRACT EMPLOYEES. All contract employees shall conduct themselves in a proper and courteous manner at all times. Contract employees shall comply with all provisions of 36 C.F.R. § 327 2018 and obey all posted signs and regulations in the performance of the work under this contract. Being under the influence of or consuming alcoholic beverages or controlled substances by the Contractor or employees while on duty is prohibited. TP- 2.1 SPECIAL REQUIREMENTS: a. Security 1. Access and General Protection/Security Policy and Procedures. All contractor and all associated sub-contractors employees shall comply with applicable installation, facility and area commander installation/facility access and local security policies and procedures (provided by government representative). The contractor shall also provide all information required for background checks to meet installation/facility access requirements to be accomplished by installation Provost Marshal Office, Director of Emergency Services or Security Office. Contractor workforce must comply with all personal identity verification requirements (FAR clause 52.204-9, Personal Identity Verification of Contractor Personnel) as directed by DOD, HQDA and/or local policy. In addition to the changes otherwise authorized by the changes clause of this contract, should the Force Protection Condition (FPCON) at any installation or facility change, the Government may require changes in contractor security matters or processes. 2. Suspicious Activity Reporting Training (e.g. iWATCH, CorpsWatch, or See Something, Say Something). The contractor and all associated sub-contractors shall receive a brief/training (provided by the RA) on the local suspicious activity reporting program. This locally developed training will be used to inform employees of the types of behavior to watch for and instruct employees to report suspicious activity to the Technical Representative, security representative or law enforcement entity. This training shall be completed within 30 calendar days of contract award and within 30 calendar days of new employees commencing performance with the results reported to the Technical Representative NLT 5 calendar days after the completion of the training. 3. Pre-screen candidates using E-Verify Program. The Contractor must pre-screen Candidates using the E-verify Program (http://www.uscis.gov/e-verify) website to meet the established employment eligibility requirements. The Vendor must ensure that the Candidate has two valid forms of Government issued identification prior to enrollment to ensure the correct information is entered into the E-verify system. An initial list of verified/eligible Candidates must be provided to the Technical Representative no later than 3 business days after the initial contract award." *When contracts are with individuals, the individuals will be required to complete a Form I-9, Employment Eligibility Verification, with the designated Government representative. This Form will be provided to the Contracting Officer and shall become part of the official contract file. b. Payment: Payment will be made by Electronic Funds Transfer (EFT), upon acceptance of the completed work and providing final invoice and labor records. TP-3.1 GENERAL SPECIFICATIONS: a. CLIN 0001 (Base): Retaining Wall Block (Section 1), Steps above Sidewalk, and Rip Rap Overlay (Area 1) The work will consist of the following methods as specified herein for CLIN 0001 (Base): 1. Retaining Wall Block - Section 1: Remove approximately 240 linear feet (LF) of existing railroad ties above the existing sidewalk and above the asphalt access road as depicted on Exhibit 1. All ties will be disposed of per federal/state regulations for creosote-containing ties. Remove existing abandoned concrete drainage grate next to sidewalk (approximately 4' x 4'). Once ties have been removed, excavate and prepare a base per manufacturer's specifications for a pre-cast retaining wall block with textured face. Block will be set flush with existing sidewalk and constructed to a height so to secure 14" minimum of KY Class II channel liner that will be overlaid behind the block. Minimum weight of the block will be no less than 500 pound per block. Once block is set, an expansion joint compound will be applied along the wall where the seam meets the existing sidewalk. All site preparation and matching to existing grade will be the responsibility of the contractor. Digital contour data can be supplied to contractor after award to assist with the site development plan and associated site prep. 2. Steps above Sidewalk: Remove existing railroad tie steps above the existing sidewalk and replace with 4' wide concrete steps (approximate length of new steps is 10'). Steps should be poured to match run and rise of existing steps from parking lot. The new steps should terminate at the existing sidewalk at grade. An expansion joint compound will be applied along the steps where the seam meets the existing sidewalk and new retaining wall block. Once steps have cured, install 1.25" T6 Aluminum handrail with matching Aluminum Alloy 535 set-screw connections and matching bolt-down base. All new T6 aluminum handrail should match the height of the existing handrail. 3. RipRap Overlay (Area 1): Remove approximately 75 linear feet of railroad ties holding back existing riprap overlay and dispose of per federal/state regulations for creosote-containing ties. Once ties have been removed, place 14" minimum of KY Class II channel liner over the area depicted as "RipRap Overlay - Area 1" on Exhibit 1 (Area to be covered is approximately 4,640 square feet). b. CLIN 0002 (Option 1): Widen Existing Asphalt Road Note: Options may be exercised within 30 days from Notice to Proceed. Options will not extend the Period of Performance. 1. Widen Existing Asphalt Road: Remove approximately 85 linear feet of railroad ties holding back existing riprap overlay and dispose of per federal/state regulations for creosote-containing ties. Once ties have been removed, prepare base (specifications below) for the approximately 443 square feet of asphalt road. a. Cut as needed for preparation of the subgrade. Subgrade will be 6" of compacted DGA (dense grade aggregate) stone. Two (2) inches of compacted base asphalt and 1-1/2" of surface asphalt will be constructed on prepared subgrade. The new asphalt must match the grade and finished surface of the existing access road. b. Paved areas shall be so constructed that water will quickly drain from the surface and be conducted away from the area through approved systems. Transverse and/or longitudinal slopes of not less than 5/8 inch in 10 feet shall be provided. c. Successive layers of the pavement shall be offset from the edge of the underlying layer a distance equal to the course thickness of the lower layer. New Asphalt Construction Procedures 1. Grades shall be established by the contractor and the grade stakes shall be set to the desired section by the contractor. In establishing the grades, due allowances shall be made for existing improvements, proper drainage, and good appearance. Corps project personnel shall approve grades established. 2. Pay careful consideration to seasonal and weather limitations per industry standards. All debris, vegetation, or other perishable materials shall be removed from the job site. The site to be paved shall be graded to the required section and all excess material will be disposed of by the Contractor. All soft and yielding material and other portions of sub-grade which will not compact readily when rolled or tamped shall be removed and replaced with suitable material, placed and compacted. The sub-grade shall be thoroughly compacted with suitable equipment so as to have uniform density at moisture contents of not less than standard optimum (AASHTO-T98M/T98) The entire surface of the sub-grade after compaction shall be hard, uniform, smooth, and true to grade and cross section. 3. On the prepared sub-grade, the asphalt base shall be laid in a single course to a compacted thickness of 3 inches. Placing of the asphalt surface course shall follow and be laid in a single course to a compacted thickness of 1.5 inches. The asphalt shall be spread and struck off with a paver. Any irregularities in the surface of the pavement course shall be corrected directly behind the paver. Excess material forming high spots shall be removed with a shovel or a lute. Indented areas shall be filled with hot mix and smoothed with a lute or the edge of a shovel being pulled over the surface. Casting of mix over such areas shall not be permitted. If it is impractical to use a paver or spread box in areas of 1000 square yard or less asphalt base and surface courses may be spread and finished by hand. Wood or steel forms, rigidly supported to assure correct grade and cross section, may be used. Placing by hand shall be performed carefully to avoid segregation of the mix. Broadcasting of the material shall not be permitted. Any lumps that do not break down readily shall be removed. Rolling shall start as soon as the hot mix material can be compacted without displacement. Rolling shall continue until thoroughly compacted and all roller marks have disappeared. In areas too small for the roller, a vibrating plate compacter or hand tamper shall be used to achieve thorough compaction. The surface of the completed work, when tested with a ten foot straightedge, shall not contain irregularities in excess of ¼ inch. 4. A tack coat shall be applied on each layer. 5. Priming material for the sub-grade shall be of good quality according to industry standards. 6. Longitudinal joint spacing shall not exceed 12.5 feet. 7. Transverse joint spacing shall be at regular intervals of 20 feet. 8. All transverse construction joints shall have a depth equal to ¼ of the pavement thickness c. CLIN 0003 (Option 2): Retaining Wall Block - Section 2 Note: Options may be exercised within 30 days from Notice to Proceed. Options will not extend the Period of Performance. 1. Excavate and prepare a base per manufacturer's specifications for a pre-cast retaining wall block with textured face. Block will be set flush with new asphalt access road widening and constructed to a height so to secure existing KY Class II channel liner already in place. Minimum weight of the block will be no less than 500 pound per block. All site preparation and matching to existing grade will be the responsibility of the contractor. Digital contour data can be supplied to contractor after award to assist with the site development plan and associated site prep. d. CLIN 0004 (Option 3): Rip-Rap Overlay (Area 2) Note: Options may be exercised within 30 days from Notice to Proceed. Options will not extend the Period of Performance. 1. Rip-Rap Overlay (Area 2): Place 6" minimum of KY Class II channel liner over the area depicted as "Rip-Rap Overlay - Area 2" on Exhibit 1 (Area to be covered is approximately 4,714 square feet).
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »