SOLICITATION NOTICE
S -- Lawn-Care Services for Perry Project Office, Perry, KS
- Notice Date
- 1/20/2006
- 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-06-R-0019
- Response Due
- 2/3/2006
- Archive Date
- 4/4/2006
- Small Business Set-Aside
- Total Small Business
- Description
- Contractor shall have business office within 100 miles of Project office. Contractor must be CCR and ORCA certified. SCOPE OF WORK LAWN CARE SERVICES PERRY PROJECT 1. SCOPE OF CONTRACT: a. The services to be furnished under this contract shall consist of a pre-work conference and furnishing labor, materials and appropriate equipment to provide lawn care services necessary to maintain the areas surrounding the Perry Lake Information Cente r, 10419 Perry Park Dr., Perry, Kansas, Jefferson County as specified hereinafter. b. The following services are required: PERRY INFORMATION CENTER AREA Service Quantity Maximum Number of Service Period Mowing and Trimming See para. 5a thru e below 8.00 acres 25 Hand Weeding 400 sq. ft. 10 Fertilizing 100000 sq. ft. 2 NOTE: Quantities shown above are estimated. The Contractor shall be responsible for determining exact quantities and conditions affecting performance of this work. The Contractors duties and responsibilities shall be as follows: 2. PREWORK CONFERENCE: a. After award, but prior to commencement of work, the Contractor shall contact the Project Manager 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. b. Payment by Government VISA credit card is the preferred method of payment and can expedite the payment process. 3. DOCUMENTS AND CORRESPONDENCE & REQUIRED INSURANCE: After award, all documents and related correspondence must be routed through the Contracting Officers Representative, at the Project Office. In accordance with FAR Clause 52.228-5 Insurance-Work on a Government Installation, the Contractor shall obtain and maintain during the period of performance under the contract the following kinds, and minimum amounts, of insurance: Workmens Compensation &&&&&&&&&&&. Coverage complying with applicable State Statute Employers Liability &&&&&&&&&&&&&. Minimum amount $100,000 General Liability, Bodily Injury &&&&&&&&.. Minimum amount of $500,000 per occurrence Automobile Liability&&&&&&&&&&&&&. Minimum amount $200,000per person $500,000 per occurrence 4. WORKMANSHIP: a. In order to assure that the service required by this contract is performed in a strictly first-class manner, the Contractor shall designate, in writing, a responsible member of each work crew who shall serve as a contact for matters involving quality, performance or non-performance of the required work assigned to that crew. The employee(s) 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 necess ary to ensure that the work described herein is performed in accordance with these specifications. The Contractor shall furnish the above written designation to the Contracting Officers Representative at the Project no later than the first day of the cont ract. The designation shall include the name(s), address (es), and telephone number(s) of the individual(s) that he intends to assign to this work. The Contracting Officer reserves the right to disapprove any individual whom he considers to be incompetent to perform the work required. Such disapprovals will be given to the Contractor by writt en notice, and the Contracting Officers decision shall represent final decision. b. 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. Contractor personnel shall utilize tact, diplomacy and courtesy at all times during contact with the public. c. 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 contin ue the services as specified without interruption in the event of mechanical failure of his primary equipment. 5. The following services shall be accomplished: a. Mowing and Trimming (1) Exact limits of the area for which lawn care will be provided, height of grass cut, and other specific details shall be as directed by the Project Manager. Steep slopes in some areas may require the use of non-riding equipment. (2) Services will not be permitted when ground conditions exist that will result in the turf being rutted or being otherwise disturbed during mowing operations. Mowers shall be operated in such a manner as to protect against the sod being torn by equipme nt on turns. (3) All mowers (large and small) shall be compatible with each other in mowing height and appearance of cut grass. (4) Mower blades shall be replaced or sharpened often enough to produce a smooth, even cut, free from un-mowed strips or streaks. (5) Trimming around trees, shrubs, buildings, sidewalks and other inanimate objects shall be to the last blade of grass. (6) Extreme care shall be exercised when mowing and trimming around trees, bushes, shrubs, buildings, and other objects to insure that equipment does not come in contract with the object. All costs of repair or replacement in size and kind, resulting fro m damage by the Contractors equipment shall be borne by the Contractor. (7) Mulching, bagging or raking of grass clippings may be required for the lawn around the Information Center. After each mowing, there will be no evidence of clippings or clumps of grass on the lawn. It is up to the contractor to determine the procedu re to be used to achieve the required appearance. (8) Paper, twigs or other litter observed in the services area during mowing shall be removed. b. Hand Weeding Hand weeding in and around flower beds, ornamental plantings or other objects shall include removal by pulling or clipping of all weeds and undesired vegetation as directed by the Project Manager. Areas designated for weeding services sh all be kept clean and weed free. c. Edging Edging along sidewalks shall be consistent with standard commercial practices. d. Debris disposal Grass, leaves and other natural debris resulting from lawn care services will be disposed of as directed by the government. Litter and other trash shall be place in government-provided trash receptacles. e. Vegetation removal Weeds, grass and other vegetation growing in cracks or joints of paved sidewalks, drives and patios of serviced areas shall be pulled and disposed of as specified under Debris disposal (above). f. Immediately following trimming, the Contractor shall remove grass clippings or debris deposited as a result of mowing and trimming operations from all sidewalks, entrances into buildings, and building interiors. 6. PERFORMANCE: a. In the event that an area is missed, or if not serviced 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 representative. 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 Contractors performance that the required services may not be completed within the timeframes required herein, the Contracting Officer may require the Contractor to provide add itional labor and equipment at no additional cost to the Government. Such direction will be issued to insure that required services will be completed within the timeframes specified. c. All acreage is estimated. The Contractor shall be responsible for determining exact acreage and conditions affecting performance of this work. d. Any tree or shrub damaged from bumping or scraping will be reported to the Project Manager or his representative. The damaged item will be surveyed by project personnel. Trees or shrubs broken off will be replaced in kind at contractors expense . e. Any sign post, marker, etc. that is damaged or broken will be replaced in kind, in accordance with corps specifications, by the contractor prior to completion of the present mowing/trimming order. 7. LOST ARTICLES, VANDALISM, and 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, inst ances of facilities not operating properly, or facilities in need of repair shall be reported immediately to Project personnel. 8. PERIOD OF REQUIRED SERVICES: a. Services shall be performed in accordance with the following schedule, between the hours of 8 a.m. and 6 p.m. for the service period of 1 April through 30 September (and 1 October through 31 October if fall renewal option is exercised). Mowing will b e accomplished during the week prior to the following holiday weekends (Memorial Day, Labor Day and July 4th). This may result in mowings in addition to those scheduled and should be reflected in the bid. (1) Information Center (a) 1 April through 30 September and 1 through 31 October (if exercised) Wednesday of each week* *Days of service may be changed with prior approval of the Operations Manager. Work may also be completed on 2 consecutive days with prior approval of the Operations Manager b. All work shall be accomplished within the timeframes specified above. Services rendered outside of the time periods specified will not be compensated unless approved in writing by the Contracting Officer or his authorized representative. c. In the event adverse weather or ground conditions occur during scheduled services that would create unsafe working conditions or result in damage to vegetation or turf, the Contractor shall cease operations and contact project personnel. Work affected by adverse conditions shall be stopped, restarted, or rescheduled as directed by the Contracting Officer or his authorized representative. Rescheduled work shall be accomplished at a mutually agreed upon time, to the extent possible. 9. PAYMENT: a. PAYMENT WILL NOT BE MADE FOR WORK NOT PERFORMED. b. Invoice. Payment will be made, monthly, by the Disbursing Officer, U. S. Army Engineer District, Millington, Tenn., in accordance with the Prompt Payment Act (Public Law 100-496). Under the terms of this contract, invoices are to be submitted mon thly to the U. S. Army Corps of Engineers, Perry Lake Project office, 10419 Perry Park Drive, Perry, Kansas 66073. 10. SAFETY REQUIREMENTS: a. In order to provide safety controls for protection to the life and health of employees and other persons; for prevention of damage to property, materials, supplies and equipment; and for avoidance of work interruptions in the performance of this co ntract, the Contractor shall comply with all pertinent provisions of the Federal, State, and local regulations and shall take or cause to be taken such additional measures as the Contracting Officer may determine to be reasonable and necessary for the purpose. b. Contractor vehicles shall be equipped with 4-way flashers and turn signals in operating condition. Flashers shall be activated when vehicles are parked on or traveling slowly along roadways. c. Any injury, property damage, equipment malfunction or safety hazard observed by the Contractor shall be immediately reported to the Technical Point of Contact. d. Tractors and self-propelled mowers shall be equipped with rollover-protection in compliance with EM 385-1-1 dated 3 September 1996, flashers, turn signals and seatbelts. Seatbelts shall be worn and flashers activated at all times when equipment is in operation. The Contractors tractors and other slow-moving equipment shall be equipped with the slow-moving vehicle sign. All mowers and trimming equipment shall be equipped and maintained with safety chains, safety guards and shields to prevent acci dental damage or injury from objects thrown by mowers. Safety guards and shields shall be maintained in good condition and kept in place while mowing and trimming.
- Place of Performance
- Address: US Army Engineer District, Kansas City, Perry Project Office 10419 Perry Park Drive Perry KS
- Zip Code: 66073
- Country: US
- Zip Code: 66073
- Record
- SN00969919-W 20060122/060120212327 (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 |