MODIFICATION
S -- Park Maintenance, Lake Sonoma, California
- Notice Date
- 9/13/2004
- Notice Type
- Modification
- NAICS
- 236210
— Industrial Building Construction
- Contracting Office
- USA Engineer District, San Francisco, ATTN: CESPN-CT, 333 Market Street, San Francisco, CA 94105-2195
- ZIP Code
- 94105-2195
- Solicitation Number
- W912P7-04-R-0008
- Response Due
- 9/20/2004
- Archive Date
- 11/19/2004
- Small Business Set-Aside
- Total Small Business
- Description
- STATEMENT OF WORK-RECREATION AREA MAINTENANCE 1. General: The performance of the services described in the specifications listed below will be in accordance with this Statement of Work. The contract will consist of a base year plus three option years. The contract performance period for the Base year will be from 01 Oct 2004 to 30 Sept 2005. Option year 1 will be from 01 Oct 2005 to 30 Sept 2006. Option year 2 will be from 01 Oct 2006 to 30 Sept 2007. Option year 3 will be from 01 Oct 2007 to 30 Sept 2008. Option Years are exercised at the discretio n of the Government. A. The work to be performed is within the boundaries of public areas. The Contractors attention is directed to the needs for extreme caution and care while driving and operating equipment. Safety requirements of EM-385-1-1 shall apply to all work. B. The Contractor will comply with all pertinent provisions of the Corps of Engineers Manual, EM 385-1-1, Safety and Health Requirements Manual, the California State Health Code, and County Codes. A copy of the Safety Manual is available at http://www.hq.usace.army.mil/soh/em385/current/current38511.htm. C. The Contractor will comply with all state and local traffic and boating laws. The contractor shall furnish a boat, motor, fuel and qualified boat operator for transportation to and from t he primitive campground areas and floating restroom facilities. U.S. Coast Guard approved Personal Floatation Devices must be worn during the completion of these service requirements. D. The Contractor will maintain an accurate record of, and will report to the Contracting Ranger all accidents resulting in death, injury, occupational disease, and damage to property, materials, supplies, and equipment incidental to work performed under this contract. E. All communications with any emergency services 911, e tc. will be recorded and reported to a Park Ranger or the Park Manager as soon as possible. Incident information is confidential. The Contractor will only discuss this information with the Park Rangers or law enforcement officers. UNDER NO CIRCUMSTANCES will the Contractor attempt to enforce any regulations or apprehend any violators. F. The Contractor shall report any needed repairs, malfunctions, damage, vandalism to Government property and potential safety hazards encountered while performing service s to a Park Ranger on the same day as discovered. Equipment malfunctions, if applicable, will also be reported. Damaged or inoperative facilities will be reported. If the damaged facilities pose an immediate danger to the public, the Contractor will not ify the Park Office or a Park Ranger as quickly as possible. Record this information in the daily log including the name of the Ranger it was reported to. G. It is required that the Contractor and his/her employees be at least 18 years of age. H. The Con tractor will not smoke in or around any restrooms, or any other government owned structure. I. Authorities: No person other than the Government Contracting Officer has the authority to make any changes to this contract action that impact cost or schedul e. Authority from the Contracting Officer to the contractor to make changes that impact cost or schedule will be in the form of an official, signed modification. J. The contractor is responsible for quality control on this contract. All unsatisfactory wo rk with be handled in accordance with FAR Clause 52.212-4. Inspections will be done using a random sampling method. All deficiencies will be documented using DA Form 5479-R, Contract Discrepancy Report. 2. Materials and Equipment A. The contractor shall install contractor furnished and Park Manager approved garbage can liners, rolled two-ply toilet paper for all of the toilet stalls in the mens and womens restrooms, multi-fold paper towels, toilet seat liners, hand soap park office and Visitor Center onl y, sanitary disposal box liners, and both liquid and solid enzyme treatments for the portable restrooms. B . Pine-oil or equivalent will be used as a cleanser/disinfectant and provided by the Contractor and approved by the Park Manager. If the Contractor uses a cleaning compound containing disinfectants and/or deodorants in lieu of applying these materials se parately, the Park Manager shall make prior approval and inspection. All cleaning agents shall be stored in their original containers. The manufacturers instructions shall be followed in mixing the proper strength solution for application. C. Approved commercial germicidal disinfectants shall be used. Disinfectants may be mixed with the cleaning solution if the manufacturers instructions on the disinfectant label do not prohibit it. D. Deodorant shall be a material packaged and marketed for use as a deodorizer. The manufacturers instructions shall be followed in mixing the proper strength for application. The deodorant may be mixed with the cleaning solution if the manufacturers instructions on the deodorants label do not prohibit it. Deodorizer bl ocks may be used if they do not clog drainage pipes in urinals or other plumbing fixtures. E. Commercial quality mops, brooms, scrub brushes, water buckets, yard brooms, rakes, ladders, and other needed cleaning equipment, in good, safe, usable condition , shall be provided by the Contractor. F. Contractor shall maintain proper storage and safety of all materials and all storage locations and pipe chases in a clean daily if needed and organized provided by the Government to the standards specified in EM-3 85-1-1, and all federal and state OSHA requirements. 3. Garbage Collection A. Recreation areas: Garbage collection will be accomplished in the following areas: Visitor Center Parking Lot, Warm Springs Recreation Area, Park Overlook, Southlake Trailhead , Bridge East Vista, Public Boat Ramp, Overflow Parking Lot/Picnic Area, Little Flat Parking Lot, Gray Pine Parking Lot, No Name Parking Lot, Lone Rock Flat Parking Lot/Picnic Area, Skaggs Springs Parking Lot, Yorty Creek Recreation Area, Liberty Glen Camp ground, Primitive Campgrounds, and Government Cove. NOTE: Total number of garbage cans will be maintained at a level no greater than 250 each including primitive campgrounds. The Contractor shall not use vehicles like sedans, station wagons, or vans for the purpose of hauling trash. B. Services Required 1 Garbage shall be placed in a 4-yard dumpster located at the Administration Area, Warm Springs Recreation Area, Yorty Creek Recreation Area and the Public Boat Ramp. The contactor shall only use the dump ster farthest from the Public Boat Ramp and approved by the Park Manager. 2 No refuse or garbage shall be allowed to remain in the cans after emptying. 3 The Contractor will use care to prevent damage to the container and lid. After emptying, the contai ner shall be placed where found and the lid set in place. 4 The Contractor shall be responsible for garbage or other refuse not placed in the can within a ten 10 foot radius from the can. 5 The Contractor will replace the liners in the cans when the line r is torn and no longer in a serviceable condition and when the can contains refuse with a foul smell. 6 The Contractor shall provide the method and means to completely prevent the scattering of papers or any refuse from the vehicle, while hauling or empt ying refuse. 7 Park Manager shall approve hauling method before work can start. 4. Litter Collection A. Recreation areas: Litter collection will be accomplished in the following areas: Visitor Center Parking Lot and lawn area, Warm Springs Recreation Area including lawn area, Park Overlook and road leading from the county road to the restroom, Southlake Trailhead, Bridge East Vista, Public Boat Ramp, Overflow Parking Lot, Little Flat Parking Lot, Gray Pine Parking Lot, No Name Parking Lot, Lone Rock Flat Parking Lot/Picnic Area, Skaggs Springs Parking Lot and down 100 feet of trail, Yorty Creek Recreation Area including the road from the start of Corps prop erty, Liberty Glen Campground including all roads and trails, and Primitive Campgrounds. B. Services Required 1 All areas will be clean and contain no more than 5 small items of litter per 900 square feet. A small item of litter is defined as a pack of cigarettes or smaller. Litter is comprehensively defined as all refuse and debris including trash, garbage, dead fish, fishing line, rubbish, cigarette butts, cans, bottles, and any waste left by the public. 2 Within Liberty Glen Campground, litter in an d around campsites out to a distance of 50 feet from the edges of the paved pads shall be picked up and removed. In those sites where the tent pads may be located more than 50 feet from the paved parking pads, an area 50 feet around the tents pads will al so be kept litter free. 3 All litter shall be picked-up and removed that is within fifty feet of the shoulder of all roads including the roadbed. 5. Sweeping of Public Boat Ramp and Yorty Creek Parking Lots & Ramp & all Roads in Liberty Glen Campground. A. Recreation areas: Sweeping will be accomplished in the following areas: Public Boat Ramp and Parking Lot Areas, Yorty Creek Recreation Area, boat ramp and parking lot, and all Liberty Glen roads including paved parking lot at Group D. B. Service Re quired 1 Sweeping shall be completed within one working day. 2 Each sweeping shall meet the Park Managers approval with no more than 5 small items within any 900 sq. ft. section. If sweeping fails to meet the Park Managers standards, it shall be re-swept until standards are met, at no cost to the Government. 6. Permanent Restrooms - Janitorial Service A. Recreation areas: Janitorial services for Permanent Restrooms shall be accomplished in the following areas: Warm Springs Recreation Area, 2, Park O verlook, 1, and Liberty Glen Campground, 6. Permanent restroom numbers indicate maximum numbers to be cleaned; each restroom building has a womens, a mens and a handicapped restroom area. B. Services required Daily: 1 Disinfect and wipe push plates on drinking fountain, wipe exterior of fountain. 2 Dry sweep interior floors of the restrooms, all walkway surrounding the restroom including walkway to dumpsters & road, and all pipe chase areas. 3 Clean, disinfect, and remove all water stains in and aroun d all toilets, urinals, showers and washbasins. 4 Clean all restroom partitions, including tops of toilet and shower stall walls, with cleanser and remove all marks by the public that are removable. 5 Maintain the equivalence of at least one full roll/pa ckage of toilet paper in each toilet stall. Toilet paper to be supplied by the contractor and shall be a minimum of two-ply. 6 Wet mops with cleanser and disinfect the floors of both restrooms. Floors of restrooms will be dry mopped to prevent residue a nd prevent water from remaining standing. 7 Hose down the entrance to the restrooms. Remove any excess water after job is complete. 8 Wipe down inside walls of restrooms with cleanser and clean all fixtures including but not limited to soap dishes, bench es, hand dryers, etc. 9 Pick up litter in a 50-foot perimeter surrounding the restrooms. 10 Remove all cobwebs from inside the mens, womens and pipe chase areas of the restrooms. 11 Clean all vents in the restroom. 12 Clean all windows, light covers to p to bottom and metal louvers above doorways. 13 Replace all burned out light bulbs of any type, the same day it is noticed but no longer than 24 hours. Monthly: 1 Clean restroom windows. 1 Scrub thoroughly all inside walls of the restrooms. Clean all shelves inside of all pipe chases. Miscellaneous Services Required at Specified Times During Contract: 1 All generated waste mop bucket water shall be disposed of at an approved location as determined by the Contracting Officers Representative, and E.R.G .O. guidelines. 2 Contractor is responsible for reporting any vandalism that is discovered to the Park Manager. If a restroom is closed for repairs, the Contra ctor will not be responsible for cleaning until the restroom is reopened. The Contractor shall not bill for services during this closure. 7. Campground Maintenance A. Recreation areas: Campground maintenance shall be accomplished in the following areas : Developed Campground - Liberty Glen 95 individual camps; 2 group camp - 10 sites. Primitive Campgrounds, 118 total sites - Quicksilver Camp, 11 sites, Island View Camp, 4 sites, Black Mountain Camp, 5 sites, Buck Pasture Camp, 13 sites, Old Sawmill Cam p, 9 sites, Madrone Point Camp, 6 sites, Lone Pine Camp, 7 sites, Bummer Peak, 2 sites, accessible by 4X4 vehicle only, Broken Bridge Camp, 6 sites, Falcons Nest Camp, 7 sites, Homestead Camp, 8 sites, Loggers Camp, 10 sites, Rustlers Camp, 8 sites, Thumb Camp, 13 sites, Skunk Camp, 12 sites. B. Campground service required 1 The Contractor shall clean and remove any and all food matter that might be left on picnic tables after use. Each table shall be left in the cleanest possible manner. 2 The Contract or shall clean and maintain all bar-b-que grills including the removal of all food or any other substances that may by on the grill at the time. The grill portion shall be left in such a condition as to be used for the preparation of food. 3 All the bar -b-que grills shall have the ashes removed and hauled away to approved site this is applicable at the boat-in primitive sites, contractor will be notified if ashes are found behind trees, under bushes, or in other non-approved areas. The Contractor shall insure that all ash removed is cold before removal is started. Any unburnt material found at the time of cleaning can remain to be reused, however, all ashes shall be removed. 8. Picnic Area Maintenance A. Recreation areas: Picnic area maintenance wi ll be accomplished in the following areas: Number represents maximum number of picnic sites. Warm Springs Recreation Area, 40 sites, Visitor Center, 10 sites, Yorty Creek, 17 sites, Lone Rock Trailhead, 3 sites, Park Overlook, 3 sites, and Over flow parki ng lot, 1 site. B. Services required 1 Clean and remove any and all food matter that might be left on picnic tables/ pads after use. This excludes those tables that are in use or occupied. Each table shall be left in the cleanest possible manner. All litter shall be picked up within 50 feet on the table. 2 Clean and maintain all bar-b-que grills including the removal of all food or other substances that might be on the grill. The grill portion shall be left in such condition as to be used for the pre paration of food. 3 All the bar-b-que grills shall have the ashes removed and hauled away off project. The Contractor shall insure that all ash removed is cold before removal is started. Any unburnt material found at the time of cleaning can remain to b e reused, however all ashes shall be removed. 4 Ensure all cement pads are completely free of dirt or other foreign objects. 9. Portable & Primitive Campground Restrooms - Janitorial Service: The Contractor will maintain daily activity logs for each re stroom serviced. These logs shall include dates of service and incidents involving Government property, and other entries that may be included as applicable. The logs will be provided by the Corps and shall be kept up-to-date. These logs are Government pr operty and will be stored and maintained in the pipe chase/storage rooms of each floating restroom so that they are available for inspection at all times Floating Restrooms only. A. Recreation Areas - Janitorial services for portable and primitive camp r estrooms will be accomplished in the following areas. Restroom numbers may vary. 1. Portable Restrooms Warm Springs Recreation Area, 4 portables, Southlake Trailhead, 1 portables, Boat Ramp, 8 portables, Overflow Parking Lot, 1 portables, Little Flat Par king Lot, 1 portables, Grey Pine Parking Lot, 1 portables, Lone Rock Flat Parking Lot/Picnic Area, 1 portables, Yorty Creek Recreation Area, 6 portables, and Li berty Glen Campground, 20 portables, 2 permanent bldg. vault toilets. 2. Primitive Campground Restrooms NOTE: The restrooms in the primitive camp areas are a waterless system. If the Contractor puts water or any other cleaning-solution into these holdi ng tanks, the decomposition action is terminated and the Contractor shall be responsible for the pumping out of the holding tank beyond normal service of the restrooms at the Contractors expense. Quicksilver Camp 4 restrooms, Island View Camp, 2 restrooms , Black Mountain Camp, 2 restrooms, Buck Pasture Camp, 6 restrooms, Old Sawmill Camp, 2 restrooms, Madrone Point Camp, 2 restrooms,1 permanent bldg. vault toilet, Lone Pine Camp, 2 restrooms, Bummer Peak, 1 restroom, Broken Bridge Camp, 2 restrooms, Falcon s Nest Camp, 2 restrooms, Homestead Camp, 2 restrooms, Loggers Camp, 2 restrooms, Rustlers Camp, 2 restrooms, Thumb Camp, 5 restrooms, Skunk Camp, 2 restrooms. 3. Floating Restrooms There are 2 floating restrooms located on the waters of Lake Sonoma. One is located on the Dry Creek Arm at Smith Creek and the other is located on the Warm Springs Arm near Rattlesnake Island. Checking tank volume - Prior to flushing the toilets, the volume of the vault must be checked using one of these two methods. When the tank shows ? or greater full, use both of the following methods: a. Check the indicator bars on the side of the pontoon at the water line. The bars are three horizontal lines, green at the bottom, yellow at the middle and red on top. When the waterline is at the yellow line this indicates the tank is ? full. The red line indicates that the tank is too full for the restroom to be used without being pumped first. The green line indicates the tank is empty or close to empty. B. Open the hatch of the main tan k and visually check the volume. Flush Service - Flush toilet holding tank into lower vault before it is two-thirds full. Monitor the lower holding vault and report to the Park Manager or his Designated Representative when lower vault is two-thirds full. HOLDING TANKS SHOULD NOT BE FLUSH WHEN LOWER VAULT IS TWO THIRDS FULL OR VAULT MAY OVERFLOW! After flushing holding tanks into lower vault, the Contractor must rinse and clean out any remaining material that is left in the tank. This too, must be flushed i nto the lower vault. After putting plug back in, proceed with filling tank with 25 gallons of water and 40 oz. of Knapp Portable Restroom Deodorant-Cleaner or equivalent approved by Park Manager. Mix chemical at a minimum of 8 oz. Per 5 gallons of water to control odors. Close all systems and flush toilets until circulation of water is properly maintained. Contact the Park Manager or his representative when main tank needs to be pumped. Corps Personnel will flush toilets each time it is necessary to pump th e lower holding tank. B. Services required - Daily: 1 Clean, and disinfect inside portable and floating restrooms. Once a week place two 2 enzyme packets in each portable tank. 2 Dry sweep and wet mop with cleanser and disinfect all interior floors of t he portable and floating restrooms. Floors will be mopped dry to prevent residue and prevent water from remaining standing. 3 Maintain the equivalence of at least one full roll of toilet paper in each portable floating restroom and toilet seat liners. T oilet paper to be supplied by the contractor and approved by the Park Manager. 4 Pick up any litter covering a 50-foot perimeter surrounding the portable restrooms. 5 Sweep restroom pads if applicable. 6 Eliminate all mildew, webs and insect nests. Mon thly: 1 Wipe down walls of inside and outside of all restrooms including ceiling. 10. Restroom Pumping Service Required - There are 36, Shasta Waterless Sanitation System restrooms in the 15 primitive camp areas. Each restroom has a 300-gallon capacit y and floating restroom has a 450-gallon holding tank. The Contractor shall be able to provide restroom pumping within 24 hours of the request of the Park Mana ger. After each pumping, the contractor will add liquid enzyme solution provided by the contractor and approved by the park manager to facilitate solid waste breakdown. 11. Vehicle/Vessel Washing and Waxing A. Service Required 1 The Contractor shall p rovide the labor to wash and wax Government vehicles. These vehicles include but not limited to cars, vans, small and large trucks and boats. 2 The Government will provide the location as well as all necessary cleaning and waxing supplies. 3 Vehicles wi ll be washed so that no dirt, bird droppings, tar, water spots or streaks remain on the vehicles painted surfaces or outside or inside of all windows. Extreme care will be taken to not scratch painted surface during washing. 4 The vehicles interior will be vacuumed and all vinyl and plastic interior surfaces will be wiped clean and treated with government-supplied treatment. No streaks or smudges will remain on any interior surfaces after cleaning. 5 Interior window surfaces will be cleaned with window washing solution and paper towels. No streaks or smudges will remain on the interior or exterior window surfaces after cleaning. 6 Waxing of vehicles will be performed immediately after a washing. The wax manufacturers instructions shall be followed ful ly. The vehicles tires shall be treated with Armor All, or a similar product, as part of the wash job. 12. Payment. a. Payment will be made monthly in arrears at the contract unit price for the services performed in accordance with the Pricing Schedu le. All unsatisfactory work with be handled in accordance with FAR Clause 52.212-4. b. Estimated Quantity Line Items: All Section B, Line Items with quantities are estimated-quantity Line Items. The quantities are estimated amounts and are not guarantee d amounts. The contractor will only be paid for work actually performed. At no time will the contractor exceed the estimated quantity on any estimated quantity Line Item. The contractor will establish a tracking system of actual quantities against the c ontracts estimated quantities for each estimated quantity Line Item and will maintain the tracking system up to date throughout the life of the contract. When the actual quantity of any Line Item reaches 75% of the estimated quantity on any estimated quan tity Line Item, the contractor will notify the Governments Contract Specialist and the Technical PoC in writing by fax or e-mail within two calendar days. Once the Government is notified that the actual quantity has reached 75% of the estimated quantity o n any Line Item and if the Government determines that the estimated quantity needs to be increased, the contractor will receive an official modification to the contract action signed by the Contracting Officer increasing the quantity and the amount obligat ed on the contract BEFORE the contractor will proceed to work over the existing estimated quantity. The modification will set the new estimated quantity that the contractor may not exceed without another modification. c. Submit one copy by the 3rd of ea ch month a monthly invoice to Park Manager, Lake Sonoma, 3333 Skaggs Springs Road, Geyserville CA 95441-9644 and one copy of monthly invoice to: USACE Finance Center, ATTN: CEFC-AO-P, 5270 Integrity Drive, Millington, TN 38054-5005. 13. Monthly Reportin g Requirements. a. The exposure hours man hours worked will be submitted before the 5th of each month to the Field Office Assistant at Park Headquarters Office. b. Daily Activity logs for the portable restrooms will be turned in each month with the billi ng. Only the logs for the floating restrooms will be stored in the pipe chases of each as the other primitive/portable restrooms do not have pipe chases.
- Place of Performance
- Address: USA Engineer District, San Francisco ATTN: CESPN-CT, 333 Market Street San Francisco CA
- Zip Code: 94105-2195
- Country: US
- Zip Code: 94105-2195
- Record
- SN00672134-W 20040915/040913213347 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |