AWARD
99 -- Eastern Red Cedar control - Package #1
- Notice Date
- 6/28/2016
- Notice Type
- Award Notice
- NAICS
- 561730
— Landscaping Services
- Contracting Office
- Department of the Army, U.S. Army Corps of Engineers, USACE District, Omaha, Attn: CENWO- CT, 1616 Capitol Ave, Omaha, Nebraska, 68102-4901, United States
- ZIP Code
- 68102-4901
- Archive Date
- 7/12/2016
- Point of Contact
- Monica Dwyer, Phone: 4026677873, Aleasha D. Peak, Phone: 4029952085
- E-Mail Address
-
monica.e.dwyer@usace.army.mil, aleasha.d.peak@usace.army.mil
(monica.e.dwyer@usace.army.mil, aleasha.d.peak@usace.army.mil)
- Small Business Set-Aside
- N/A
- Award Number
- W9128F-16-M-G007
- Award Date
- 6/27/2016
- Awardee
- YOST TREE CLEARANCE, LLC
- Award Amount
- 15,550.00
- Description
- Technical exhibits Eastern Red Cedar Tree Control for US Army Corps of Engineers; property located at North Alabama Bend PERFORMANCE WORK STATEMENT (PWS) Eastern Red Cedar Control at North Alabama Bend PART 1 GENERAL INFORMATION 1. GENERAL: This is a non-personnel services contract to provide eastern red cedar control. The Government shall not exercise any supervision or control over the contract service providers performing the services herein. Such contract service providers shall be accountable solely to the Contractor who, in turn is responsible to the Government. 1.1 Description of Services/Introduction: The Contractor shall provide all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and other items and non-personal services necessary to perform eastern red cedar control as defined in this Performance Work Statement except for those items specified as Government furnished property and services. The Contractor shall perform to the standards in this contract. 1.2 Background: The property, known as North Alabama Bend, was purchased by the U.S. Army Corps of Engineers in 2009 as part of the Missouri River Recovery Program. This program is designed, in part, to restore and enhance biological diversity and hydrological processes associated with the Missouri River. The 546 acre property is adjacent to the Missouri River with approximately 1.5 miles of riverfront. Approximately 55% of the property is wooded, 35% is open grassland, and the remaining 10% is a mixture of grassland and trees. Lower portions of the property were flooded in 2011, resulting in a mix of live and dead cedar trees. 1.3 Objectives: Our primary objective is to improve native woodland and grassland habitats by controlling eastern red cedar (Juniperus virginiana) trees that have invaded the property. Our secondary objective is to clear dead cedar trees after significant flooding in 2011. 1.4 Scope: The Contractor shall provide all labor, tools, transportation, materials, and equipment necessary to shred/mulch in place all eastern red cedar trees (living and dead) from a minimum of 14 acres (BASE- Required), and up to a maximum of 28 acres (BASE and OPTIONS). Eastern red cedar tree stumps shall not exceed two (2) inches above the natural ground surface and shall have no limbs or branches remaining. Mulch shall be spread throughout the work unit (not placed in piles). Mulch shall be scattered so that the depth does not exceed two (2) inches. No mulch larger than one-half cubic foot shall remain within the units. Because eastern red cedar removal is part of an overall effort to improve native habitat, the Contractor shall use low impact equipment (e.g. equipment with rubber tracks/tires and low ground pressure to minimize ground disturbance and compaction) to accomplish all cedar control activities. All tree shredding/mulching operations shall be conducted in a safe and professional manner. 1.5 Period of Performance: The Contractor shall not begin work activities until after "Notice of Award" and completion of the pre-work conference. The Contractor will have from August 15, 2016 until December 31, 2016 to complete eastern red cedar control activities in each of the work units. The time stated for completion includes final cleanup of the premises and removal of all Contractor equipment, materials, and supplies. It shall be the Contractor's responsibility to start and provide a continuous work operation from day to day, weather permitting, until completion of the contract. If adverse weather conditions or unforeseen circumstances prevent the completion of the contracted work within the allotted time frame, the Contractor shall be required to submit in writing to the POC, a request for contract time extension which must document the cause(s) for the contracted work not being completed on time. Lack of personnel, equipment, or other work priorities will not be acceptable reasons for allowing a contract time extension. Approval of any contract extension will be at the discretion of the Contracting Officer. 1.5.1 Recognized Holidays: The Contractor is not required to perform services on holidays. New Year's Day Labor Day Martin Luther King Jr.'s Birthday Columbus Day President's Day Veteran's Day Memorial Day Thanksgiving Day Independence Day Christmas Day 1.5.2 Hours of Operation: The Contractor is responsible for conducting business, between sunrise and sunset, Monday thru Sunday, except Federal holidays or when the Government facility is closed due to local or national emergencies, administrative closings, or similar Government directed facility closings. 1.6 General Information 1.6.1 Place of Performance: The work to be performed under this contract will occur at North Alabama Bend, located near Vermillion, South Dakota in Clay County. The property is accessed via the adjacent highway S 19. The POC and the Contractor will agree on staging areas within the property at the pre-work conference. 1.6.1.1 Access/Parking: To minimize the impacts to the land resources, the Contractor shall limit the number of vehicles utilized to access the work site on a daily basis. The number of vehicles and a parking spot near the work site shall be discussed and mutually agreed upon by the POC and Contractor at the pre-work conference. Contractor vehicles shall be parked in a manner so as to avoid interference with normal work activities, adjacent landowners, the recreating public, or municipal/government operations. 1.6.2 Quality Control: The quality of all work shall be the responsibility of the Contractor. The Contractor shall develop and maintain an effective quality control program to ensure services are performed in accordance with this PWS. The Contractor shall develop and implement procedures to identify, prevent, and ensure non-recurrence of defective services. The Contractor's quality control program is the means by which he assures himself that his work complies with the requirement of the contract. 1.6.3 Quality Assurance: The Government will evaluate the Contractor's performance under this agreement in accordance with Part 7 (Technical Exhibit 7.1) of this PWS. The evaluation is primarily focused on what the Government must do to ensure that the Contractor has performed in accordance with the performance standards. It defines how the performance standards will be applied, the frequency of surveillance, and the minimum acceptable defect rate(s). The COR or other Government Representative will be allowed to observe, photograph, and inspect all work activities conducted in completion of this PWS. The Contractor will not be paid for any work performed that is deemed defective by the COR. Any defective service(s) noted by the COR shall be corrected at no additional cost to the Government. The Contractor shall be responsible to perform only that work specified within the PWS, and shall receive no compensation for any work performed that is not specified within the PWS. No Government personnel will be allowed to assist the Contractor with actual spraying activities or supervision of the Contractor's personnel. 1.6.3.1 Periodic Compliance Inspections: The POC shall conduct periodic inspections of the work sites throughout the contract period to insure compliance with contract requirements. 1.6.3.2 Final Inspection(s): The Contractor shall notify the POC a minimum of 2 business days prior to the anticipated date of completion of each unit to schedule the final inspection. The Contractor shall not remove/relocate his equipment, materials, or supplies from the unit until completion of the final inspection and acceptance of the Contractor's work by the POC. The Contractor shall be required to attend the final inspection with the POC. 1.6.4 Type of Contract: The Government will award a firm fixed price contract. 1.6.5 Physical Security Requirements: At the close of each work period, government facilities shall be secured. 1.6.5.1 Key Control. The Contractor shall establish and implement methods of making sure all keys issued to the Contractor by the Government are not lost or misplaced and are not used by unauthorized persons. No keys issued to the Contractor by the Government shall be duplicated. The Contractor shall develop procedures covering key control that shall be included in the Quality Control Plan. Such procedures shall include turn-in of any issued keys by personnel who no longer require access to locked areas. The Contractor shall immediately report any occurrences of lost or duplicate keys to the Contracting Officer. 1.6.5.2.1 In the event keys, other than master keys, are lost or duplicated, the Contractor shall, upon direction of the Contracting Officer, re-key or replace the affected lock or locks; however, the Government, at its option, may replace the affected lock or locks or perform re-keying. When the replacement of locks or re-keying is performed by the Government, the total cost of re-keying or the replacement of the lock or locks shall be deducted from the monthly payment due the Contractor. In the event a master key is lost or duplicated, all locks and keys for that system shall be replaced by the Government and the total cost deducted from the monthly payment due the Contractor. 1.6.5.2.2 The Contractor shall prohibit the use of Government issued keys by any persons other than the Contractor's employees. The Contractor shall prohibit the opening of locked areas by Contractor employees to permit entrance of persons other than Contractor employees engaged in the performance of assigned work in those areas, or personnel authorized entrance by the POC. 1.6.6 Additional Requirements: The Contractor shall ensure that personnel involved in control operations have the technical knowledge and ability to properly perform the required work activities. 1.6.7 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 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 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 individual facility or installation change, the Government may require changes in Contractor security matters or processes. No background checks are required for this contract. 1.6.8. Special Qualifications: The Contractor must pre-screen Candidates using the E-verify Program (http://www.dhs.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 ensure the correct information is entered into the E-verify system. An initial list of verified/eligible Candidates must be provided to the COR 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. 1.6.9 Key Personnel: The Contractor shall give his personal supervision to the work or have a competent foreman or superintendent, satisfactory to the Contracting Officer, available at all times with authority to act for him on all contract matters relating to daily operation of this contract. The name of this person shall be designated in writing to the POC. This person shall be available between 8:00 a.m. to 3:30p.m., Monday thru Friday except Federal holidays or when the government facility is closed for administrative reasons. 1.6.10 Identification of Contractor Employees: Contractors and subcontractors are required to wear their company ID and may be required to wear Government supplied badges. 1.6.11 Technical Point of Contact (POC): The POC monitors all technical aspects of the agreement and assists in agreement administration. The POC is authorized to perform the following functions: assure that the Contractor performs the technical requirements of the agreement; perform inspections necessary in connection with agreement performance; maintain written and oral communications with the Contractor concerning technical aspects of the agreement; issue written interpretations of technical requirements, including Government drawings, designs, specifications; monitor Contractor's performance and notifies both the Contracting Officer and Contractor of any deficiencies; coordinate availability of Government furnished property; and provide site entry of Contractor personnel. The POC is not authorized to change any of the terms and conditions of the resulting order. The POC for this agreement is Linda Filo Gavins Point Project, P.O. Box 710, Yankton, SD 57078, phone (402) 667-2569. 1.6.12 Pre-Work Conference/Periodic Progress Meetings: The Contractor agrees to attend any post award conference convened by the contracting activity or contract administration office in accordance with Federal Acquisition Regulation Subpart 42.5. The Contracting Officer and other Government personnel, as appropriate, may meet periodically with the Contractor to review the Contractor's performance. At these meetings the Contracting Officer will apprise the Contractor of how the Government views the Contractor's performance and the Contractor will apprise the Government of problems, if any, being experienced. Appropriate action shall be taken to resolve outstanding issues. These meetings shall be at no additional cost to the Government. 1.6.12.1 Pre-Work Conference: The Contractor shall meet with the POC prior to commencement of the work to discuss and mutually agree on the performance requirements and administration of the contract. To schedule the pre-work conference, contact Linda Filo, Gavins Point Project, P.O. Box 710, Yankton, SD 57078, phone (402) 667-2569. 1.6.13 Safety: The Contractor or foreman shall have a cell phone on-site with them at all times during work activities. The local emergency phone number(s) will be furnished to the Contractor by the POC at the pre-work conference. 1.6.13.1 Required Safety Documents. In accordance with the U. S. Army Corps of Engineers Safety and Health Requirements Manual EM 385-1-1 (copies of this manual are available at the Project Office or online at http://www.publications.usace.army.mil/Portals/76/Publications/EngineerManuals/EM_385-1-1.pdf) the Contractor shall submit the following required documents at the pre-work conference: an accident prevention plan to be followed by all Contractor personnel during performance of the work and an activity hazard analysis. The POC will provide the Contractor with an activity analysis form. The documents shall be developed only after a careful analysis of the work involved and shall be tailored specifically to the conditions of this contract and shall address the following items: a) Responsible Individuals b) Indoctrination of New Employees c) "Tool Box" Safety Meetings d) Fire Prevention and Protection e) Housekeeping f) Mechanical Equipment Inspection g) First Aid and Medical Facilities h) Sanitation i) Personal Protective Equipment/Devices j) Accident Reporting 1.6.13.2 Other Safety Requirements. The Contractor shall provide the minimum on-site safety requirements as follows: a) All personnel are required to wear/use the manufacturer's recommended personal protective equipment/devices. b) The Contractor will provide at least one nonfreezing-type A-B-C fire extinguisher in each workshop and shed used for storage of materials at the work site. The extinguisher shall be placed in a location readily accessible to personnel. c) The Contractor will provide at least one nonfreezing-type A-B-C fire extinguisher in each vehicle and implement. The extinguisher shall be placed in a location readily accessible to personnel. d) The Contractor will provide and maintain a first aid kit commensurate with the size of the project with items necessary for first-aid treatment of all injuries. The Contractor will advise personnel of the location of first-aid kits. e) The local emergency phone number(s) will be furnished to the Contractor by the POC at the pre-construction meeting. The Contractor will post telephone numbers of nearest hospital or ambulance service and fire station in a conspicuous location. The Contractor will advise all personnel of locations and telephone numbers. 1.6.13.3 Fire Precautions. Site conditions during the timeframe in which the contracted work is to be completed are such that the potential for a grass fire exists. It is the Contractor's responsibility to minimize the potential for a grass fire by: 1) not smoking outside of a vehicle while working on-site, 2) insuring that all power saws are equipped with spark arrestor muffler systems, 3) insuring that all gasoline/diesel powered equipment (excluding passenger vehicles) are equipped with spark arrestor muffler systems, 4) insuring that power saws and all gasoline/diesel powered equipment are not refueled with warm or hot spark arrestors (running or not), and insuring that a nonfreezing-type A-B-C fire extinguisher commensurate with the size of the fire danger is present on all mechanized equipment and in very close proximity to power saw users. 1.6.14 Environmental Protection. The Contractor shall perform all work in such a manner as to minimize the polluting of air, water, or land, and shall, within reasonable limits, control noise and the disposal of solid waste materials, as well as other pollutants. 1.6.14.1 Protection of Resources. The Contractor shall not pollute streams, lakes or reservoirs with fuels, oils, bitumens, acids, or other harmful materials. The Contractor shall investigate and comply with all applicable Federal, State, County and Municipal laws concerning pollution of rivers and streams. 1.6.14.1.1 Spillage. Special measures shall be taken to prevent chemicals, fuels, oils, grease, bituminous materials, and waste washings from entering public waters. If any spillage occurs, the Contractor shall remove the material and restore the area to the original condition before being contaminated. If necessary, contaminated ground shall be excavated and disposed of as directed by the Contracting Officer, and replaced with suitable fill material, compacted and finished with topsoil and planted as required to reestablish vegetation all at the expense of the Contractor. 1.6.14.1.2 Disposal. Disposal of all materials shall be at the appropriate locations as directed by the POC. Disposal of any materials, wastes, effluent, trash, garbage, oil, grease, chemicals, etc., in areas adjacent to streams shall not be permitted. If any waste material is dumped in unauthorized areas, the Contractor shall remove the material and restore the area to the original condition before being disturbed. If necessary, contaminated ground shall be excavated and disposed of as directed by the Contracting Officer, and replaced with suitable fill material, compacted and finished with topsoil and planted as required to reestablish vegetation all at the expense of the Contractor. 1.6.14.2 Protection of Non-Target Species. The Contractor shall not deface, injure, remove, cut, or destroy non-target trees and shrubs. No ropes, cables, or guy wires shall be fastened to or attached to any existing nearby non-target trees or shrubs for anchorages. Care shall be exercised at all times by the Contractor to protect desirable (non-target) species, including ground cover, from damage while conducting eastern red cedar control activities. 1.6.14.3 Protection of Fish and Wildlife. The Contractor shall at all times perform work and take such steps required to minimize interference with or disturbance to fish and wildlife. The Contractor will not be permitted to alter water flows or otherwise disturb native habitat adjacent to the project area that, in the opinion of the Contracting Officer, are critical to fish or wildlife. 1.6.14.4 Preventing the Spread of Noxious Weeds. In order to prevent the spread of noxious weeds, the Contractor shall clean all equipment prior to entering Corps property. The equipment shall have no visible soil, roots, vegetative material, seeds, or other debris that could contain seeds. The Corps will visibly inspect equipment at the staging area. The Contractor shall give the POC at least 24 hours notice for equipment inspection(s). 1.6.15 Payment: Upon completion of the contracted work, the Contractor shall submit one invoice for payment. To minimize the potential for a delay in payment for services rendered, the invoice shall include the contract number and date along with the Contractor's name, billing address, and signature. Payment will be made within 30 days after completion, inspection, and acceptance of all contract work performed. The invoice shall include the Contractor's name and address exactly as it appears in Block 17a of SF Form 1449 and the contract number. Payment will be made via Electronic Funds Transfer (EFT). 1.6.16 Unsatisfactory Performance: The Contractor shall be notified by the Contracting Officer of incomplete or unsatisfactory service. Upon receipt of notification from the Contracting Officer of incomplete or unsatisfactory service, the Contractor will correct the unsatisfactory or incomplete services within the specified contract period at no additional cost to the Government. In the event services are not provided by the Contractor, the Government retains the option of performing scheduled services or hiring services to be performed at the expense of the Contractor. PART 2 DEFINITIONS & ACRONYMS 2. DEFINITIONS AND ACRONYMS: 2.1. DEFINITIONS: 2.1.1 CONTRACTOR. A supplier or vendor awarded a contract to provide specific supplies or service to the government. The term used in this contract refers to the prime. 2.1.2 CONTRACTING OFFICER. A person with authority to enter into, administer, and or terminate contracts, and make related determinations and findings on behalf of the government. Note: The only individual who can legally bind the government. 2.1.3 CONTRACTING OFFICER'S REPRESENTATIVE (COR). An employee of the U.S. Government appointed by the contracting officer to administer the contract. Such appointment shall be in writing and shall state the scope of authority and limitations. This individual has authority to provide technical direction to the Contractor as long as that direction is within the scope of the contract, does not constitute a change, and has no funding implications. This individual does NOT have authority to change the terms and conditions of the contract. 2.1.4 DEFECTIVE SERVICE. A service output that does not meet the standard of performance associated with the Performance Work Statement. 2.1.5 DELIVERABLE. Anything that can be physically delivered, but may include non-manufactured things such as meeting minutes or reports. 2.1.6 KEY PERSONNEL. Contractor personnel that are evaluated in a source selection process and that may be required to be used in the performance of a contract by the Key Personnel listed in the PWS. When key personnel are used as an evaluation factor in best value procurement, an offer can be rejected if it does not have a firm commitment from the persons that are listed in the proposal. 2.1.7 PHYSICAL SECURITY. Actions that prevent the loss or damage of Government property. 2.1.8 QUALITY ASSURANCE. The government procedures to verify that services being performed by the Contractor are performed according to acceptable standards. 2.1.9 QUALITY ASSURANCE Surveillance Plan (QASP). An organized written document specifying the surveillance methodology to be used for surveillance of contractor performance. 2.1.10 QUALITY CONTROL. All necessary measures taken by the Contractor to assure that the quality of an end product or service shall meet contract requirements. 2.1.11 SUBCONTRACTOR. One that enters into a contract with a prime contractor. The Government does not have privity of contract with the subcontractor. 2.1.12 WORK DAY. The number of hours per day the Contractor provides services in accordance with the contract. 2.1.13 WORK WEEK. Monday through Friday, unless specified otherwise. 2.2 ACRONYMS: ACOR Alternate Contracting Officer's Representative AFARS Army Federal Acquisition Regulation Supplement AR Army Regulation CCE Contracting Center of Excellence CFR Code of Federal Regulations CMR Contractor Manpower Reporting CONUS Continental United States (excludes Alaska and Hawaii) COR Contracting Officer Representative COTR Contracting Officer's Technical Representative COTS Commercial-Off-the-Shelf DA Department of the Army DD250 Department of Defense Form 250 (Receiving Report) DD254 Department of Defense Contract Security Requirement List DFARS Defense Federal Acquisition Regulation Supplement DMDC Defense Manpower Data Center DOD Department of Defense FAR Federal Acquisition Regulation FFP Firm Fixed Price HIPAA Health Insurance Portability and Accountability Act of 1996 KO Contracting Officer OCI Organizational Conflict of Interest OCONUS Outside Continental United States (includes Alaska and Hawaii) ODC Other Direct Costs PIPO Phase In/Phase Out POC Point of Contact PRS Performance Requirements Summary PWS Performance Work Statement QA Quality Assurance QAP Quality Assurance Program QASP Quality Assurance Surveillance Plan QC Quality Control QCP Quality Control Program TE Technical Exhibit USACE U.S. Army Corps of Engineers PART 3 GOVERNMENT FURNISHED PROPERTY, EQUIPMENT, AND SERVICES 3. GOVERNMENT FURNISHED ITEMS AND SERVICES: 3.1. Materials: The Government will provide additional copies of aerial photos as may be required for carrying out the work. PART 4 CONTRACTOR FURNISHED ITEMS AND SERVICES 4. CONTRACTOR FURNISHED ITEMS AND RESPONSIBILITIES: 4.1 General: The Contractor shall furnish all supplies, equipment, facilities and services required to perform work under this contract that are not listed under Section 3 of this PWS. 4.1.1 Equipment Storage: It is the Contractor's responsibility to secure his personal property during non-working hours. The Government will not be liable for lost, stolen, or vandalized property. PART 5 SPECIFIC TASKS 5. SPECIFIC TASKS: 5.1. Basic Services: The Contractor shall provide services to control eastern red cedar trees located within the designated work units. 5.1.1 Control of Eastern Red Cedar: The Contractor shall shred/mulch in place all eastern red cedar trees (living and dead) within the awarded work units. Eastern red cedar tree stumps shall not exceed two (2) inches above the natural ground surface and shall have no limbs or branches remaining. Mulch shall be spread throughout the work unit (not placed in piles). Mulch shall be scattered so that the depth does not exceed two (2) inches. No mulch larger than one-half cubic foot shall remain within the units. Because eastern red cedar control is part of an overall effort to improve native habitat, the Contractor shall use low impact equipment (e.g. equipment with rubber tracks/tires and low ground pressure to minimize ground disturbance and compaction) to accomplish all cedar control activities. The Contractor will control eastern red cedar without damaging non-target trees and shrubs. All tree shredding/mulching operations shall be conducted in a safe and professional manner. 5.2 Description of Work Units: Work units are on relatively flat ground, with occasional slopes. All work units experienced at least some flooding during 2011. As a result, the units contain a mix of living and dead cedar trees. The base area includes units A and B. Option items include units C-H. Much of the surrounding areas were cleared of cedars through a similar mulching contract in 2014. Site inspections are encouraged prior to offering bids and can be arranged by contacting the POC at (402) 667-2569. 5.2.1 Unit A- BASE (Approximately 10 acres). Unit A is a mixture of open cottonwood woodland and shrubland with a higher density of cedar trees. 5.2.2 Unit B- BASE (Approximately 4 acres). Unit B is a mixture of cottonwood woodland and shrubland with a higher density of cedar trees. 5.2.3 Unit C- OPTION 1 (Approximately 2 acres). Unit C is shrubland and woodland with a higher density of cedar trees. 5.2.4 Unit D- OPTION 2 (Approximately 3 acres). Unit D is shrubland and woodland with a higher density of cedar trees. 5.2.5 Unit E- OPTION 3 (Approximately 2 acres). Unit E is shrubland and woodland with a lower density of cedar trees. 5.2.6 Unit F- OPTION 4 (Approximately 3 acres). Unit F is shrubland and open woodland with a moderate density of cedar trees. 5.2.7 Unit G- OPTION 5 (Approximately 2 acres). Unit G is shrubland and woodland with a moderate density of cedar trees. 5.2.8 Unit H- OPTION 6 (Approximately 2 acres). Unit H is open woodland with a moderate density of cedar trees. PART 6 APPLICABLE PUBLICATIONS 6. APPLICABLE PUBLICATIONS (CURRENT EDITIONS) 6.1. The Contractor must abide by all applicable regulations, publications, manuals, and local policies and procedures. 6.1.1 The Contractor will comply with applicable sections (as listed in part 1.6.13.1) of the U. S. Army Corps of Engineers Safety and Health Requirements Manual EM 385-1-1 (copies of this manual are available at the Project Office or online at http://www.publications.usace.army.mil/Portals/76/Publications/EngineerManuals/EM_385-1-1.pdf). 6.1.2 The Contractor will comply with the Code of Federal Regulations, Title 36, Chapter III, Part 327, Rulesand Regulations Governing Public Use on Corps of Engineers Water Resource Development Projects Pamphlet EP 1165-2-316 (copies of this pamphlet are available at the Project Office or online at http://www.usace.army.mil/Portals/2/docs/EP1165-2-316.pdf). PART 7 TECHNICAL EXHIBIT LISTING 7. TECHNICAL EXHIBIT LIST: 7.1 Technical Exhibit 1 - Performance Requirements Summary 7.2 Technical Exhibit 2 - Deliverables Schedule 7.3 Technical Exhibit 3 - North Alabama Bend Project Location Map 7.4 Technical Exhibit 4 - North Alabama Bend Work Unit Map 7.5 Technical Exhibit 5 - Close Up of Work Units   TECHNICAL EXHIBIT 1 PERFORMANCE REQUIREMENTS SUMMARY The Contractor service requirements are summarized into performance objectives that relate directly to mission essential items. The performance threshold briefly describes the minimum acceptable levels of service required for each requirement. These thresholds are critical to mission success. Performance Objective Standard Performance Threshold Method of Surveillance PRS # 1. The Contractor shall provide eastern red cedar shredding/mulching services. The Contractor must provide services to the performance and safety standards outlined in this contract and to standards designated by the POC. Zero deviation from standard. Periodic compliance inspections. TECHNICAL EXHIBIT 2 DELIVERABLES SCHEDULE Deliverable Frequency Number of Copies Medium/Format Submit To Activity Hazard Analysis Once One (1) copy submitted to the POC at the pre-work conference. Paper (hard copy) or electronic copy of fillable PDF Form 385-1, which will be provided by the POC. USACE- Gavins Point Attn: Linda Filo, PO Box 710, Yankton, SD 57078 Linda.A.Filo@usace.army.mil Accident Prevention Plan Once One (1) copy submitted to the POC at the pre-work conference. Paper (hard copy) or electronic copy in PDF or MS Word. USACE- Gavins Point Attn: Linda Filo, PO Box 710, Yankton, SD 57078 Linda.A.Filo@usace.army.mil Certificate of Insurance Once One (1) copy submitted to the POC at the pre-work conference. Paper (hard copy) or electronic copy in PDF. USACE- Gavins Point Attn: Linda Filo, PO Box 710, Yankton, SD 57078 Linda.A.Filo@usace.army.mil
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA45/Awards/W9128F-16-M-G007.html)
- Record
- SN04164969-W 20160630/160628235231-e6475ccaa8bdf319e970f20088226fef (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |