William Harsha Lake Drift and Debris Removal
SCOPE OF WORK DESCRIPTION Site Visit: You are encouraged to attend a site visit at 1000 AM Eastern Time on 13 September 2019. These specifications cover the removal of drift and debris. Location of wo... SCOPE OF WORK DESCRIPTION Site Visit: You are encouraged to attend a site visit at 1000 AM Eastern Time on 13 September 2019. These specifications cover the removal of drift and debris. Location of work is at William H Harsha Lake: U.S. Army Corps of Engineers William H Harsha Lake 2185 Slade Road Batavia, OH 45103 BASE QUOTE: The contractor shall furnish all personnel, equipment, supplies and materials to remove drift and debris from the Dam, Emergency Spillway, and debris boom areas. Prices should include mobilization & de-mob, fuel, labor, materials, and equipment to complete the job. All materials removed from the government property shall be disposed of in accordance with state, local, and federal laws. The contractor's work and responsibility shall include all planning, programming, administration, management, supervision, communications, and inspection necessary to assure that all services are conducted in accordance with the contract requirements and all applicable Federal, State, and Local laws and regulations. The Prime Contractor is required to attend an on-site pre-work meeting to be scheduled within ten calendar days of Notice to Proceed or Award (determined by bonding requirement). The areas where the work will take place is only accessible during weekday business hours. It will be the contractor's responsibility to measure the exact amount of drift and debris to be removed. The contractor will remove and properly dispose of the existing drift and debris. It will be the contractor's responsibility for transporting the drift and debris to be removed. The intention of this contract is for the contractor to remove drift and debris from the Dam, Emergency Spillway, and debris boom areas at William H Harsha Lake. The contractor is responsible for all clean up, debris removal, traffic and public control and the restoration of areas, facilities, or structures negatively impacted to its original condition. The contractor will remove all demolition debris and left over construction debris to a site licensed to receive/recycle construction debris. SCOPE OF WORK General. The Contractor shall perform drift and debris removal services in accordance with these specifications. The area for drift and debris removal is approximately one thousand three hundred (1,300) feet long, including the entire upstream face, from the wood line on each end of the dam, length will vary with pool elevation. Drift and debris shall be removed from water's edge to top of the dam. Drift and Debris Removal The Contractor shall have full responsibility for disposal of refuse and debris collected hereunder, including tires, in accordance with approved Federal, State, and local standards. Transportation of refuse and debris shall be in a vehicle that complies with all State and Federal regulations. The Contractor will remove all drift, debris, trash and fallen trees at the site as listed above. Scope of Drift, Debris, and Trash Removal Services The Contractor will remove all drift one inch diameter and greater, fallen trees, stumps, branches and lumber as well as all floating debris and trash including but not limited to tires, bottles, cans and plastic. Hazardous or Toxic Waste If the Contractor encounters any containers (i.e. barrels, drums, etc.) suspected of containing, or having contained, hazardous or toxic substances, the contractor shall immediately notify the COR. The containers shall not be moved or disturbed by the contractor until the government confirms there is no hazardous or toxic substance involved. Once confirmation is received that the containers do not contain hazardous or toxic substances the contractor will be responsible for removing them as part of this contract. At no time will the Contractor be responsible for handling containers involving hazardous or toxic substances as part of this contract. Removal and Disposal of Drift and Debris The Contractor will work from the shore line and/or boat to remove material. All materials removed should be transported to an approved landfill or disposed by dumpster service provided by the contractor. Completion Time The Project Manager will notify the Contractor verbally or through written work schedules when to begin drift and debris removal. Upon notification, removal shall be completed within thirty (30) working days, unless delayed by inclement weather. The Project Manager, on a daily basis, determines extensions due to inclement weather conditions. The Contractor shall immediately notify the Project Manager of any equipment breakdowns that might prevent the completion of requested services within the specified time frames. However, the reporting of such situations shall not be construed as an excuse for not performing the specified services within required time periods. Recommended Equipment Ensure that adequate equipment is supplied to perform the specified contract duties. Suggested equipment includes a work vehicle 1/2 ton or larger, excavators (grabbing abilities), jon boat, ropes and or chains, chain saws, and various hand tools. All service/work to remove all drift and debris shall be performed during daylight hours between 0630-1500 (ET) on weekdays. Services on weekends or Federal holidays (list federal holidays) will not be permitted without management approval in advance. Work will be scheduled and coordinated with the Project staff to eliminate or minimize the impact of closure or restricted access caused by the contractors work on the general public. The Government is not responsible for providing storage areas or facilities for the storage of Contractor supplies, materials, and equipment. If completed services do not conform to contract requirements, the Government may require the Contractor correct the deficient services to bring them into conformity with the requirements. Correction of deficient services shall not entitle the Contractor to an increase of the unit price contained in the awarded contract. If the Contractor fails to promptly correct unsatisfactory services or fails to take necessary action to ensure future work is in compliance with the contract requirements, the Government may proceed with any rights or remedies detailed within the contract clauses and terms. The Government reserves the right to delay or stop work as needed to accommodate higher priorities. Time allowed for installation will be adjusted accordingly. Property Damage: The contractor shall use reasonable care to avoid damaging existing buildings, equipment, facilities, and structures during the performance of the specified work. If the Contractor, Contractor employees, or persons acting on behalf of the Contractor fail to use reasonable care and Government property is damaged, the contractor shall repair or replace the damaged property at no expense to the Government. Property damage caused by the Contractor or persons/employees acting on behalf of the Contractor shall be reported to the Contracting Specialist and the Park Manager on the day of occurrence or on the first working day following the occurrence. Insurance: The contractor shall, at their own expense, provide to the Park Manager and maintain during the entire performance of this contract the following: Insurance Type - General Liability (Bodily Injury and Property Damage Combined) Minimum Amounts of Liability $1,000,000. Each Occurrence $1,000,000 Aggregate. The contractor is required to provide a Certificate of Insurance to the Park Manager at the time of the pre-work conference. Safety Requirements: Performance of all services shall assure complete safety to public visitors, Government employees, Contractor employees, and all other persons in the worksite areas. At the conclusion of each work day, the Contractor will secure the site for safe public access. The Contractor shall comply with any pertinent requirements contained in the Corps of Engineers Safety Manual (EM 385-1-1), current at the time of award. Furthermore, the Contractor shall comply with pertinent occupational safety and health standards as required by the Occupational Safety and Health Administration (OSHA). The complete safety manual with appendices can be reviewed at the following Internet address: http://www.usace.army.mil/SafetyandOccupationalHealth/SafetyandHealthRequirementsManual.aspx . The Contractor shall provide Contractor personnel with any personal protective apparel and equipment required by the Safety Manual (EM 385-1-1) and, as necessary, eliminate or minimize hazards to personnel. As a minimum, each employee shall wear a hard hat, shirt (with sleeves), long trousers, fall protection harness with lanyard if required and protective shoes/boots (steel toed), and personal floatation devices when operating on or near boats during all contract work. Contractor employees shall utilize other safety equipment such as: hearing protection devices, work gloves, or protective glasses/goggles whenever required by the safety manual. Before the Pre-work conference, the contractor will be responsible to provide an approved Accident Prevention Plan, Activity Hazard Analysis Plan, Safety Plan, a Risk Assessment, and information about any scaffolding systems or aerial lifting devices to be used including model number, height, weight and capacity of lift. All scaffolding systems and aerial lifting devices must be in compliance with the Safety Manual (EM 385-1-1). The contractor is required to attend a pre-work conference, to be scheduled by the Park Manager, within 10 calendar days after the award of the contract and the Notice to Proceed. Security Requirements: Contractor and all associated sub-contractors employees shall comply with adjudication standards and procedures using the National Crime Information Center Interstate Identification Index (NCIC-III) and Terrorist Screening Database (TSDB) (Army Directive 2014-05 / AR 190-13), applicable installation, facility and area commander installation/facility access and local security policies and procedures (provided by government representative, as NCIC and TSDB are available), or, at OCONUS locations, in accordance with status of forces agreements and other theater regulations Work should commence within 21 calendar days of receipt of notice to proceed. Work will be completed within 30 calendar days of notice to proceed. All services will be completed as scheduled. 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 project manager, security representative or law enforcement entity. This training shall be completed within 10 calendar days of contract award and within 10 calendar days of new employees commencing performance with the results reported to the Park Manager NLT 5 calendar days after the completion of the training. 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 Park Manager no later than 3 business days after the initial contract award. Invoice Requirements: Contractor Invoice: The Contractor will provide an invoice upon the completion of the debris and drift removal work that includes the following information: Contractor's name and address Contract Number Invoice number and date Itemized listing of services of work performed An invoice contact person Signature of Contractor or Contractor's representative Shall be addressed to: William H Harsha Lake, U.S. Army Corps of Engineers Attn: David Johnstone 2185 Slade Road Batavia, OH 45103 Or emailed to: David.L.Johnstone@usace.army.mil
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »