Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 29, 2010 FBO #3231
AWARD

F -- CUTTING AND REMOVAL OF CEDAR TREES FOR USACE, GAVINS POINT PROJECT POC: GALEN JONS 402-667-2543

Notice Date
9/27/2010
 
Notice Type
Award Notice
 
NAICS
561730 — Landscaping Services
 
Contracting Office
USACE District, Omaha, 1616 Capital Ave, Omaha, NE 68102-4901
 
ZIP Code
68102-4901
 
Solicitation Number
W9128F-10-Q-G040
 
Response Due
9/22/2010
 
Archive Date
11/21/2010
 
Point of Contact
MONICA DWYER, 402-667-7873
 
E-Mail Address
USACE District, Omaha
(monica.e.dwyer@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Award Number
W9128F-10-M-G040
 
Award Date
9/24/2010
 
Awardee
CENTRAL MISSOURI LANDWORX LLC (006284809)<br> 29335 CORNELIUS ST<br> WARSAW, MO 65355-6774
 
Award Amount
$18,441.60
 
Line Number
0001
 
Description
CEDAR CUTTING ON U.S. ARMY CORPS OF ENGINEERS PROPERTY Special Contract Requirements 1. Delivery of Services. This contract is for the cutting of eastern red cedar trees (living or dead) on designated unit(s) of federal property. The designated Contracting Officer (CO) for this contract is the Technical Support Chief, the Contracting Officers Representative (COR) is the Lake Manager, and the Point of Contact (POC) is the Natural Resource Specialist. The POC can be contacted at (402) 667-2543. 2. Location and Site Inspection. The work sites are on federal property managed by the U.S. Army Corps of Engineers, near Vermillion, South Dakota in Clay County. Site inspections can be arranged by contacting the POC at (402) 667-2543. 3. Government Furnished Property, Materials, Services. Aerial photos of the units available upon request. 4. Contractor Furnished Items/Services. The contractor shall furnish all equipment, labor, licenses, materials, permits, services, supplies, tools, vehicles, and supervision necessary to complete the contract. 5. Access/Parking. The property is accessed via an adjacent public road (SD Hwy. 19). The contractor is liable for any damage to adjacent private property such as, but not limited to, turf, roads, fences, etc. There are no access roads within the work area. 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-construction meeting. Contractor vehicles shall be parked in a manner so as to avoid interference with normal work activities, the recreating public, or municipal/government operations. 6. Storage Area. It is the contractors responsibility to secure his personal property during non-working hours. The government will not be liable for lost, stolen, or vandalized property. 7. 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 contractors 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. The contractor and all personnel shall have cell phones 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-construction meeting. 8. Pre-construction Meeting. Within five (5) business days after the date of receipt of the Notice of Award and prior to starting work activities, the contractor shall contact the POC to schedule a date and time to conduct the preconstruction meeting. At this meeting the contractor shall identify equipment to be used, submit an accident prevention plan, submit a work plan, and discuss any peculiarities of the contract requirements. 9. Commencement of Work. The contractor shall not begin work activities until after Notice of Award and completion of the pre-construction meeting. The contractor shall have one hundred and twenty (120) calendar days after the date of Notice of Award to complete each awarded unit. The time stated for completion of each unit includes final cleanup of the premises and removal of all contractor equipment, materials, and supplies. It shall be the contractors 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 120-day 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 COR. 10. Scope of Work. The contractor shall cut all eastern red cedar trees (living or dead) within the unit(s). Tree densities may average up to 150 trees per acre, with an average tree height of 10-15 feet with average maximum trunk diameters of approximately six inches. Stump height shall not exceed two (2) inches above the natural ground surface and shall have no limbs or branches remaining. All cut trees may be left where they fall, unless the contractor needs to move them for continued access to other trees. Trees may also be removed by the contractor at no additional cost to the Government. All work areas are on relatively flat ground, with occasional gentle slopes. Units 1 and 2 are high-density areas with up to 150 trees per acre. Units 3, 4 and 5 are medium density with up to 100 trees per acre. Units 6, 7, 8 and 9 are lower density areas with up to 50 trees per acre and surrounded by hardwoods. Site inspections are encouraged prior to offering bids and can be arranged by contacting the POC at (402) 667-2543. 11. Subcontracting. Subcontracting is not allowed. 12. Contractor Quality Control (CQC). The contractor shall provide and maintain an effective quality control program. The quality of all work shall be the responsibility of the contractor. 13. Periodic Compliance Inspections. The POC shall conduct periodic inspections of the work sites throughout the contract period to insure compliance with contract requirements. The POC will be allowed to observe and photograph all work activities conducted in completion of this contract. No government personnel will be allowed to assist the contractor in actual work operations or supervision of the contractor's personnel. The contractor is encouraged to attend such inspections. 14. Discrepancies/Corrective Action. The contractor shall, upon receipt of a notice in writing of any noncompliance with the foregoing provisions, take immediate corrective action. If the contractor fails or refuses to comply promptly, the Contracting Officer may issue an order stopping all or part of the work until satisfactory corrective action has been taken. No part of the time lost due to any such stop orders shall be made the subject of a claim for extension of time or for excess costs of damages by the contractor unless it was later determined that the contractor was in compliance. 15. Accident Prevention and Safety. In accordance with the U. S. Army Corps of Engineers Safety and Health Requirements Manual EM 385-1-1, the contractor shall submit at the pre-construction meeting an accident prevention plan to be followed by all contractor personnel during performance of the work. The plan 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 All personnel are required to wear/use the manufacturers recommended personal protective equipment/devices. The contractor shall provide the minimum on-site safety requirements as follows: a) 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. Place in a location readily accessible to personnel. b) The contractor will provide at least one nonfreezing-type A-B-C fire extinguisher in each vehicle and implement. Place in a location readily accessible to personnel. c) 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. d) Advise personnel of the location of first-aid kits. e) Post telephone numbers of nearest hospital or ambulance service and fire station in a conspicuous location. Advise all personnel of locations and telephone numbers. 16. 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. 16.1. Protection of Resources. The contractor shall not pollute streams, lakes or reservoirs with fuels, oils, bitumens, calcium chloride, acids, insecticides, herbicides 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. 16.1.1. Spillage. Special measures shall be taken to prevent chemicals, fuels, oils, grease, bituminous materials, waste washings, herbicides and insecticides, and concrete drainage 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. 16.1.2. 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. 16.2. Protection of Non-Target Trees and Shrubs. 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. 16.3. 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. 17. Bids. The bid prices for each unit shall be inclusive of all costs that might be incurred by the contractor during this contract such as, but not limited to, mobilization fee, fuel, labor, mileage, equipment, equipment rental fees, licenses, insurance, etc. The Government will award a contract resulting from this solicitation to the responsible offeror whose bid, conforming to the solicitation, will be most advantageous to the Government. Bid evaluation criteria will consist of bid prices only. The resulting contract may consist of the base unit plus any number of the optional units. 18. Final Inspection(s). The contractor shall notify the POC a minimum of 2-3 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 contractors work by the POC. The contractor shall be required to attend the final inspection with the POC. 19. 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 after satisfactory completion, inspection, and acceptance by the POC of all contract work performed, upon presentation to the Disbursing Officer of an invoice covering the services rendered. Payment will be made via Electronic Funds Transfer (EFT). 20. Attachments. The contractor will be furnished with such additional copies of the aerial photos as may be required for carrying out the work. Full-size copies of the aerial photos will be furnished without cost to the contractor upon request. The following attachments are hereby incorporated and made a part of this solicitation: Bid Sheet Evaluation Criteria #1 (Bid Prices) Unit 1 - cutting of eastern red cedar trees on approximately 27 acres (Base = 27 acres) $84.90 = $2292.30 Unit 2 - cutting of eastern red cedar trees in addition to the Base task (Option 1 = 38 acres)$84.90 = $3226.20 Unit 3 - cutting of eastern red cedar trees in addition to above tasks (Option 2 = 38 acres) $56.00 = 2128.00 Unit 4 - cutting of eastern red cedar trees in addition to above tasks (Option 3 = 47 acres) $56.60 = $2660.20 Unit 5 - cutting of eastern red cedar trees in addition to the Base task (Option 4 = 50 acres) $56.60 = $2830.00 Unit 6 - cutting of eastern red cedar trees in addition to above tasks (Option 5 = 38 acres)$42.50 = $1615.00 Unit 7 - cutting of eastern red cedar trees in addition to above tasks (Option 6 = 19 acres)$42.10 = $799.90 Unit 8 - cutting of eastern red cedar trees in addition to above tasks (Option 7 = 30 acres) $42.50 = $1275.00 Unit 9 - cutting of eastern red cedar trees in addition to above tasks (Option 8 = 38 acres) $42.50 = $1615.00
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA45/W9128F-10-Q-G040/listing.html)
 
Record
SN02298677-W 20100929/100927235359-ffc62e721f5d42266e765958b94a554f (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.