Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 07, 2007 FBO #1899
SOLICITATION NOTICE

F -- Hillsdale Lake Mowing Contract

Notice Date
2/5/2007
 
Notice Type
Solicitation Notice
 
NAICS
561730 — Landscaping Services
 
Contracting Office
US Army Engineer District, Kansas City, ATTN: CENWK-CT, 700 Federal Building 60l East 12th Street, Kansas City, MO 64106-2896
 
ZIP Code
64106-2896
 
Solicitation Number
W912DQ-07-T-0056
 
Response Due
2/23/2007
 
Archive Date
4/24/2007
 
Small Business Set-Aside
N/A
 
Description
SECTION B - Notice to Vendors and Bid Line Items 1. SUPPLIES OR SERVICES AND PRICES/COSTS (a) Vendors must offer on ALL items and entire quantities contained in the basic contract period and all renewal options to be considered for award. Offers received not complying with this requirement will be considered non-responsive and will be rejecte d. (b) Vendor's attention is directed to SECTION L, FAR 52.214-0010, CONTRACT AWARD - SEALED BIDDING and SECTION M, wherein are procedures, for EVALUATION OF OPTIONS and correction of ARITHMETIC DISCREPANCIES. (c) THIS IS A FLOOD CONTROL PROJECT. Occasional retention of floodwater may inundate portions of the public use areas, other areas, or access road thereto being serviced by this contract. In the event that inundation materially affects the scope of work , the Contractor will be requested to submit a pricing proposal covering the unserviceable or affected portion of the work in order that an equitable adjustment to the contract price can be negotiated and an adjustment made in accordance with the appropria te contract clause entitled, Changes. Payment for services NOT PERFORMED as a result of conditions stated above will be initially withheld until execution of an equitable adjustment can be made. (d) The Contractor shall furnish proof of required insurance, see Section H, in the form of a copy of the insurance policy, or a binder issued by the insurer. Proof of proper insurance shall be delivered to the Contracting Officer's Representative either at the pre-work conference, or prior to starting work on the first day of the service period. (e) Existing Wage Rates are attached. (See Section J) (f) SITE VISIT: Hillsdale Lake Office, U.S. Army Corps of Engineers, is located approximately 20 miles south of Olathe, Kansas. Telephone number (913) 783-4366. A site visit prior to bidding is highly recommended. (g) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, cost or price and other factors, specified elsewhere in this solic itation, considered. 2. CONTACT FOR CONTRACT ADMINISTRATION: Offerors are requested to designate a person to be contacted for prompt contract administration showing: NAME_________________________ TITLE_________________________ ADDRESS_____________________________________ ZIP_____________ TELEPHONE (___) ____________ 3. IMPORTANT INFORMATION TO VENDORS: If you are mailing your offer, mail it to Hillsdale Lake Office, 26000 W. 255th St., Paola, KS 66071, in a timely manner. ITEM DESCRIPTION QUANTITY U/I UNIT PRICE AMOUNT 0001 MOWING AND TRIMMING for Hillsdale Lake. BASIC Contract, fiscal year 2007 for the service period of 1 April 2007 through 30 September 2007. Services to be performed as stated in Section C. 001AA Dam/Dike  Mow & Trim 145 acres 3 MW ____ ____ 001AB Roadways/Open Areas  Mow & Trim 30 Acres 7 MW ____ ____ 001AC Guardrails - Mow & Trim 3.3 acre 3 MW ____ ____ 001AD Lagoon - Mow & Trim 1.8 Acre 3 MW ____ ____ TOTAL FOR FY 07 ___________ ITEM DESCRIPTION QUANTITY U/I UNIT PRICE AMOUNT 0002 MOWING AND TRIMMING for Hillsdale Lake. Renewal Option, fiscal year 2008 for the service period of 1 April 2008 through 30 September 200. 002AA Dam/Dike  Mow & Trim 145 acres 3 MW ____ ____ 002AB Roadways/Open Areas  Mow & Trim 30 Acres 7 MW ____ ____ 002AC Guardrails - Mow & Trim 3.3 acre 3 MW ____ ____ 002AD Lagoon - Mow & Trim 1.8 Acre 3 MW ____ ____ TOTAL FOR FY 08 ____ PART I - SECTION C PAGE C-2 The Contractor's duties and responsibilities shall be as follows: 1. PRE-WORK CONFERENCE: After award, but prior to commencement of work, the Contractor shall contact the Contr acting Officer's Representative to arrange a mutually agreeable time to meet at the Project Office for the purpose of discussing and developing a mutual understanding of the requirements and details of the work. 2. DOCUMENTS AND CORRESPONDENCE: a. After award, all documents and related correspondence shall be routed through the Contracting Officer's Representative at the Project Office. 3. ORDERING OF SERVICES: a. Mowing and trimming shall be as required, pursuant to individual orders issued by telephone and followed by confirmation in writing from the Contracting Officer or a designated Ordering Officer, to the Contractor or his responsible individual. The Co ntractor shall commence mowing within 48 consecutive hours after receipt of verbal telephone order or date specified in the order (whichever is later). The Contractor shall notify the Contracting Officer's Representative when he has completed a mowing, bu t before his equipment leaves the site, in case he needs to re-mow some areas. b. The Government reserves the right to order any single item/sub-item individually, or any combination of items/sub-items per order, up to and including all items. 4. WORKMANSHIP: a. In order to assure that the required services are performed in a strictly first-class manner, the Contractor shall designate, in writing, a responsible member of each work crew who shall serve as the contact for matters involving quality and performan ce or non-performance of the required work assigned to that crew. The employees designated in accordance with the above requirement shall be qualified and fully competent with full authority to act for, and on behalf of, the Contractor as necessary to ins ure that the work described herein is performed in accordance with these specifications. The Contractor shall furnish the above written designation to the Contracting Officer's Representative at the project no later than the first day of work. The design ation shall include the names, addresses, and telephone numbers of the responsible individuals. The Contracting Officer reserves the right to disapprove any individual whom he considers to be incompetent to perform the work required. Such disapprovals wi ll be given to the contractor by written notice, and the Contracting Officer's decision shall represent a final decision. b. During each mowing period, the Contractor or his responsible individual shall meet with the Contracting Officer's Representative at a mutually agreed upon time, to coordinate his work schedule in compliance with the specifications and to arrange a sat isfactory operating agreement. C-2 PART I - SECTION C PAGE C-3 c. After mowing, areas serviced under this contract shall present a neat, well-cared-for, evenly mowed appearance, free from any un-mowed strips or streaks. d. All contractor personnel shall be fully clothed, at all times, while performing these services. Fully clothed shall be deemed to mean that a shirt, or T-shirt, trousers and shoes shall be worn at all times. Clothing shall be clean and neat in appear ance. Ear protection and safety glasses shall be worn whenever equipment is running to protect the operators hearing and vision. e. Contractor personnel shall utilize tact, diplomacy and courtesy at all times during contact with the public. f. NOTE: Equipment breakdown shall not relieve the Contractor of the responsibility of performing the work as specified. It shall be the responsibility of the Contractor to assure that he has, or can obtain on short notice, sufficient backup equipment to continue the services as specified without interruption in the event of mechanical failure of his primary equipment. 5. MOWING AND TRIMMING: a. Mowing: All mowing shall be completed in an area and inspected prior to leaving the area. Mowing shall be accomplished to within but no closer than 24 inches ? 6 inches of the trunk of any tree, bush, or shrub; and to within but no closer than 12 inches ? 6 inches of any inanimate objects, such as walls, posts, signs, park equipment, or other such objects. Mowing will not be permitted when the ground is so wet that the mowing operations cause rutting or o therwise disturb existing turf. Tractors shall be operated in such a manner as to protect against the sod being torn by the tractor wheels on turns. b. Trimming: All trimming shall be accomplished either simultaneously, or immediately following mowing, and in all instances shall be completed no later than 48 consecutive hours after mowing, except that this paragraph shall not be construed to alter t he total time allowed as specified in Section J Trees or other objects shall not be bumped or scraped by mowers. Trimming will not be required closer than two (2) inches around the trucks of trees, bushes, or shrubs; however, trimming around buildings and inanimate objects shall be accomplished to the last blade of grass. c. All mowers (large and small) shall be compatible with each other in mowing height and appearance of cut grass. d. Height of cut and exact limits of mowing and trimming shall be as directed by the Contracting Officer or his designated representative at the project. e. All acreages are estimated. The Contractor shall be responsible for determining exact acreage and conditions affecting performance of this work. PART I - SECTION C PAGE C-4 6. PERFORMANCE: a. In the event that an area is missed, or is not mowed and trimmed as specified, the Contractor agrees to return and re-perform the unsatisfactory or missed services immediately upon receipt of notice from the Contracting Officer or his Authorized Repre sentative. b. All mowing and trimming equipment shall be of sufficient size and number to accomplish the required work in the time allowed. If it becomes apparent to the Government during the Contractor's performance that the required mowing and/or trimming servic es may not be completed within the timeframes specified, the Contracting Officer may require the Contractor to provide additional labor and equipment at no additional cost to the government. Such direction will be issued to insure that the mowing and/or t rimming services will be completed within the timeframes specified. 7. LOST ARTICLES, VANDALISM, FACILITIES MALFUNCTION: To assist the visiting public in reclaiming lost articles, all property left by visitors and found during contract operations shall be turned in to the Project Office. Any evidence of vandalism, insta nces of facilities not operating properly, or facilities in need of repair shall be reported immediately to Project personnel. NOTE: All applicable provisions of the foregoing work standard shall apply to this contract. In addition, the following additional requirements shall be applicable: a. The Contractor shall have sufficient manpower and equipment available on short notice to perform all services required by this contract, in 3 days prior to Memorial Day, Fourth of July, and Labor Day holidays, in the event weather or ground conditions prevent utilization of the full time specified in Section J for the performance of these services. b. The Contractor shall complete all ordered work in each area and notify the project office prior to moving to another area. c. Partial mowing and trimming, if ordered, shall consist of mowing and trimming at least 5 acres near the areas normally mowed, the exact limits to be agreed to by the Contractor and the Operations Manager, or their designated representatives, before th e mowing starts. The areas to be mowed do not have to be contiguous. d. Trimming in the area surrounding Tuttle Creek Cove sand beach shall be accomplished to the last blade of grass. C-4 SECTION E - Inspection and Acceptance E.1. 52.246-4. Inspection of Services--Fixed-Price (Feb 1992) (a). Definitio ns. Services, as used in this clause, includes services performed, workmanship, and material furnished or utilized in the performance of services. (b). The Contractor shall provide and maintain an inspection system acceptable to the Government covering the services under this contract. Complete records of all inspection work performed by the Contractor shall be maintained and made available to the G overnment during contract performance and for as long afterwards as the contract requires. (c). The Government has the right to inspect and test all services called for by the contract, to the extent practicable at all times and places during the term of the contract. The Government shall perform inspections and tests in a manner that will not unduly delay the work. (d). If the Government performs inspections or tests on the premises of the Contractor or a subcontractor, the Contractor shall furnish, and shall require subcontractors to furnish, without additional charge, all reasonable facilities and assistance for t he safe and convenient performance of these duties. (e). If any of the services do not conform with contract requirements, the Government may require the Contractor to perform the services again in conformity with contract requirements, at no increase in contract amount. When the defects in services canno t be corrected by reperformance, the Government may (1). Require the Contractor to take necessary action to ensure that future performance conforms to contract requirements and (2). Reduce the contract price to reflect the reduced value of the services performed. (f). If the Contractor fails to promptly perform the services again or to take the necessary action to ensure future performance in conformity with contract requirements, the Government may (1). By contract or otherwise, perform the services and charge to the Contractor any cost incurred by the Government that is directly related to the performance of such service or (2). Terminate the contract for default. PART I - SECTION F PAGE F-3 DELIVERIES AND PERFORMANCE 1. Effective Date of this Instrument (a). This Contract (or Purchase Order) shall be effective 1 May (or date of award, if later) and shall remain in full force and effect through 30 September. (b). Effective dates for full-year renewal options if included and exercised shall be from 1 Arpil through 30 September of the following year. 2. Period of Required Services a. Mowing (and trimming) services shall be as-ordered for the service period 1 April through 30 September, Monday through Friday, between the hours of 8 a.m. and 4:30 p.m. b. Work will not be permitted on Saturdays, Sundays, or holidays, and shall not beginning prior to 1 April, nor continue after 30 September, unless this restriction is specifically waived in writing by the Contracting Officer or his authorized representa tive. 3. All work shall be accomplished within the timeframes specified above. Services rendered outside the time periods specified will not be compensated unless specifically approved in writing by the Contracting Officer or his authorized representative. PART I - SECTION G PAGE G-1 Section G - Contract Administration Data 1. Payment a. Payment will be made by the Disbursing Officer, USACE Finance Center, Millington, Tennessee, in accordance with the Prompt Payment Act (Public Law 100-496). As stated in this law, the payment will be made 30 days after the date of invoice receipt in the correct office, or from the day of constructive acceptance, whichever of the two dates is last. The only time constructive acceptance will not be used as actual acceptance is if acceptance occurs before constructive acceptance. Constructive acceptanc e is deemed to occur on the 7th calendar day after delivery. Under the terms of this contract invoice s are to be submitted in quadruplicate to the: U.S. Army Corps of Engineers Hillsdale Lake Office 2600 W 255th St Paola, KS 66071 Telephone: 913-783-4366 2. Withholding: a. NOTE: Payment will not be made for work not performed. b. In the event of unsatisfactory performance of specified work, the Contractor may be directed to re-perform the unsatisfactory services at no additional cost to the Government. Failure of the Contractor to perform the work as specified, or to re-perfo rm work as directed, will result in withholding of payment for the portion(s) of the work not accomplished. Amounts to be withheld will be determined by prorating the amount of services satisfactorily performed against the amount of services required. 3. Performance by Third Party or Government Personnel: In addition to the above remedies for non-performance, the Government reserves the right to cause the specified work to be performed by a third party or Government forces and the cost incurred thereby will be levied against the Contractor. Any time Gover nment forces are used because of Contractor's nonperformance, the cost levied against the Contractor will include all direct costs associated with the performance of the specified work plus the loss of efficiency to the Government's productivity experience d by the Government where utilized Government forces are not otherwise available to perform their normal duties. Such inefficiencies are determined as the direct cost to the Government for substitution of the Government forces removed from their normal duties computed on an hourly basis at the applicable wage rate. Government forces will be used only when time is o f the essence and the interests of the Government would not be served by securing a third party to perform the specified work.
 
Place of Performance
Address: US Army Engineer District, Kansas City ATTN: CENWK-CT, 700 Federal Building 60l East 12th Street Kansas City MO
Zip Code: 64106-2896
Country: US
 
Record
SN01226041-W 20070207/070205222821 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.