The RFP Database
New business relationships start here

Culvert Relining Patoka Lake


Kentucky, United States
Government : Military
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

discussed.
All contractors must be registered in the System for Award Management (www.SAM.gov) prior to award of a
contract. All proposed contractors are highly encouraged to review FAR Clause 52.232-33 Payments by Electronic
Funds Transfer - System for Award Management, which indicates "All payments by the Government under this
contract shall be made by electronic funds transfer (EFT)." Those not currently registered can obtain registration by
going to the website http://www.SAM.gov.
Starting 29 June 2018, vendors creating or updating their registration can have their registration activated prior to
the approval of the required notarized letter. However, the signed copy of the notarized letter must be sent to the
GSA Federal Service Desk (FSD) with 30 days of activation or the vendor risks no longer being active in SAM. If
you do not already have a Unique Identifier number, one can be obtained from Dun and Bradstreet by calling 1-800-
333- 0505. Refer to www.SAM.gov for information formerly found in CCR, EPLS, ORCA and FedReg. Please
begin the registration process immediately in order to avoid delay of the contract award should your firm be
selected.
PLEASE NOTE: SAM is completely free of charge for both registrants and users.
PRICE BREAKOUT SCHEDULE
LINE
ITEM
DESCRIPTION QTY UNIT UNIT COST COST
0001 Relining / 5-18" Cured In Place Pipe (CIPP), 1-30", 1-
28"x19" Oval
7 Job $ $
0002 Relining / 18" Cured In Place Pipe (CIPP) 3 Job $ $
0003 Relining / 24" Cured In Place Pipe (CIPP) 2 Job $ $
Total Amount for All Line Items $
NOTE: The Corps of Engineers reserves the right to cancel all or part of the work described in this Request for
Quote if costs exceed anticipated funding.
Section 00 20 00 - Instructions for Procurement
SCOPE OF WORK
STATEMENT OF WORK
Patoka Lake Culvert Relining
The project Location is:
Patoka Lake
4512 N. Cuzco Rd South
Dubois, IN. 47527
General Requirements
The scope of work includes removing all debris from existing culverts listed below. The contractor shall purchase
and furnish all labor, materials, tools and equipment necessary to reline existing culverts with Cured In Place Pipe
(CIPP) and/or any work needed to re-line existing culverts in specification listed below. Patoka Lake is located
approximately 15 east of Jasper, Indiana in Dubois county Indiana.
a. The contractor shall provide all equipment, materials, supplies, and labor to remove any and all
debris and/or any work needed to re-line existing culverts.
b. Access to the site and coordination for construction is through the Patoka Lake Corps of Engineers
(COE) office with Greg Carpenter, Project Manager, or Technical Point of Contact (TPOC) Tom
DeKemper at 812-678-3761. It is incumbent upon the contractor to visit the site and work out details
of equipment storage and staging of materials with the Project Manager, or TPOC.
c. The contractor is responsible for all clean up, debris removal, utility location, traffic and public
control, and the restoration of areas, facilities, or structures negatively impacted to its original
condition.
d. The contractor will provide approved signage, flagman and traffic control devices in accordance with
the applicable highway safety standards. All road closures must be pre-approved and coordinated
with the Patoka Lake Park Manager. For locations where no gate or barricade exists it is the
contractor's responsibility to provide an adequate barrier to protect the workers, the work, and the
public. The Contractor shall maintain the site and all other contractor controlled areas in such a
manner as to minimize the risk of theft, vandalism, injury, or accidents. The contractor shall comply
with site security regulations.
e. The contractor is responsible for all debris and material excavated from the work area. A disposal
site, pre-determined by the TPOC, for the debris and material will be provided on site.
f. The contractor will be required to restore areas disturbed by contractors actions to its original
condition. Any road surfaced damaged by contractors equipment may include repaving of road
surface to original condition. All disturbed areas shall be graded and leveled to promote proper
drainage, blended into the existing surrounding grades. Grassy areas shall be seeded and receive an
even application of 15-15-15 fertilizer at a rate of 10 lbs. per 1000 square feet. The area will be
seeded using Kentucky 31 Fescue seed, or an equivalent approved by the Park Manager, at a rate of
200 lbs. per acre. The seed shall be raked in, and mulched with straw at a rate of 150 lbs. per 1000
square feet. The straw shall be secured with nylon netting that is securely fastened to the ground to
hold the mulching material in place.
g. All measurements and quantities given are approximate. The contractor is responsible for final
measurements and calculations.
Line Item 0001:
The contractor will remove all debris, clean, and reline existing corrugated round steel culverts with Cured In Place
Pipe (CIPP) according to manufactures recommendations.
1) 1 ea. 18" x 48'
2) 2 ea. 18" x 44'
3) 1 ea. 18" x 30'
4) 1 ea. 18" x 52'
5) 1 ea. oval culvert 19" x 28" x 18'
6) 1 ea. 30" x 98'
NOTE: Reference attached files for CIPP Specifications (National Liner Specifications and UFGS-22 05
83.63/Unified Facilities Guide Specifications).
Line Item 0002. The contractor will remove, clean, and reline existing corrugated round steel culverts with Cured In
Place Pipe (CIPP) according to manufactures recommendations.
1) 1 ea. 18" x 44'
2) 1 ea. 18" x 56'
3) 1 ea. 18" x 79'
NOTE: Reference attached files for CIPP Specifications (National Liner Specifications and UFGS-22 05
83.63/Unified Facilities Guide Specifications).
Line Item 0003: The contractor will remove, clean, and reline existing corrugated round steel culverts with Cured
In Place Pipe (CIPP) according to manufactures recommendations.
1) 1 ea. 24" x 24'
2) 1 ea. 24" x 21'
NOTE: Reference attached files for CIPP Specifications (National Liner Specifications and UFGS-22 05
83.63/Unified Facilities Guide Specifications).
PATOKA DAM AND RESERVOIR CULVERT RELINING
TABLE OF CONTENTS
SPECIFICATIONS/DESCRIPTION
PAGE
1 Project Information
2 Performance Work Statement
3 Pre-Work Conference
4 Working Hours
5 Contract Start and Completion Dates
6 Contractor Submittals
7 Permits and Licenses
8 Identification of Contract Employees and Vehicles
9 Safety Requirements
10 Required Security Training and Planning
11 Accident Reporting
12 Damage Reports
13 Contractor Employees' Conduct and Competency
14 Damage or Loss of Contractor's Supplies and Property
15 Supervision
16 Environmental Program
17 Contract Discrepancy Report (CDR)
18 Meetings
19 Quality Control
20 Quality Assurance
21 Deficiencies
22 Interruptions to Systems
23 Government Furnished Materials and Equipment
24 Contractor Furnished Items
25 Safeguarding Government Property
26 Minimum Manpower Requirements
27 Minimum Personnel Qualifications
28 Cooperation with other Contractors, Lessees, and Volunteers
29 Reports
30 Applicable Publications
31 Warranty
32 Wage Rates
33 Definitions
34 Technical References
35 Index of Exhibits
SPECIFICATIONS/DESCRIPTION
1. Project Information.
Remove all debris, clean, and reline existing corrugated round steel culverts with Cured In Place Pipe (CIPP)
according to manufactures recommendations for Patoka Dam and Reservoir, Dubois, Indiana.
2. Performance Work Statement.
The contractor will furnish all personnel, equipment, supplies and materials necessary. Prices should include
mobilization & de-mobilization, fuel, labor, material and equipment to remove all debris, clean, and reline
existing corrugated round steel culverts with Cured In Place Pipe (CIPP) according to manufactures
recommendations at Patoka Dam and Reservoir located in Dubois County, Indiana. The contractor's work and
responsibility will include all planning, programming, administration, management, supervision,
communications and inspection necessary to assure that all work is conducted in accordance with the contract
requirements and all applicable Federal, State and Local laws and regulations.
3. Pre-Work Conference:
The contractor will be required to attend a pre-work conference prior to beginning work during which the
Contractor's plan of work, safety procedures, start date and other items in this contract will be discussed.
4. Working Hours.
a. Normal working hours, except as otherwise specified herein, will be Monday through Friday, 7:00 a.m.
to 3:45 p.m. Central Standard Time. Work inside Government buildings or other secured areas will be
performed during the above referenced work hours. Work that interferes with other ongoing functions at
the project will be scheduled around normal working hours, as specified by the Project Manager.
Holiday Work. The ten Federal holidays observed are:
New Year's Day (January 1st)
Martin Luther King Day (3rd Monday in January)
President's Day (3rd Monday in February)
Memorial Day (Last Monday in May)
Independence Day (July 4th)
Labor Day (1st Monday in September)
Columbus Day (2nd Monday in October)
Veterans Day (November 11th)
Thanksgiving Day (4th Thursday in November)
Christmas Day (December 25th)
When one of the above designated holidays falls on a Sunday, the following Monday is observed as a legal holiday.
When a legal holiday falls on a Saturday, the preceding Friday is observed as a holiday. Work will be scheduled
around the above listed Federal holidays except as specified herein or as approved by the TPOC.
b. Inclement Weather Work.
The Contractor will maintain the schedule of services regardless of inclement weather. Exceptions may be approved
by the TPOC when severe conditions make it impractical or dangerous to perform the work.
5. Contract Start and Completion Dates.
Work under this contract will begin within 10 calendar days and complete within 60 calendar days after receiving the
Notice to Proceed.
6. Contractor Submittals.
Unless otherwise specified, the Contractor will submit the following information to the TPOC prior to the pre-work
conference for this contract:
a. Quality Control Plan. A suggested outline for the Contractor's Quality Control Plan.
b. Contractor Quality Control Inspector. List of Quality Control Inspectors.
c. Contractor Representatives. List of names of Contractor Representatives.
d. Accident Prevention Plan (APP). A suggested outline for the Contractor's Accident Prevention Plan
Appendix A of EM 385-1-1 See Section C-1.9 for APP requirements. Exhibit D.
e. Emergency Contacts. A prioritized list, including phone numbers, of those persons (normally Contractor
Representatives) to call in case of emergencies.
f. Operators. A list of names of qualified equipment/vehicle operators, including experience, training and
qualification to operate specific equipment.
g. Certificate of Insurance.
h. Performance Bond. (where applicable)
i. Security Requirements.
7. Permits and Licenses.
The Contractor will obtain, at own expense, any required licenses, permits or certifications necessary to perform the
specified services. Required licenses, permits and certifications will be kept current during the period the work is
performed. The Contractor is also responsible for any and all costs associated with the training of Contractor
personnel to acquire and maintain valid licenses, permits or certifications necessary to perform the contract services
specified herein. The Contractor, Contractor personnel and any persons acting on behalf of the Contractor will
comply with all applicable Federal, State and local laws and regulations; including any subsequent changes to these
laws and regulations.
Minimum Personnel and Training Requirements. The Contractor will provide an adequate number of fully trained
and qualified personnel to perform the work specified herein. Contractor personnel will be properly trained to
perform their assigned work in a safe and effective manner. Training will include, but is not limited to instruction on
the proper and safe use and operation of Contractor equipment and any Contractor provided tools, supplies and
materials required to perform the specified services. Only properly trained and qualified employees will be used in
the performance of services specified herein. The Contractor will also assume responsibility for training or Orienting
Contractor personnel to perform the services specified in the contract. In the event the Contracting Officer or his/her
Authorized Representative determines that the Contractor does not have a qualified employee performing the
specified work, the Contractor will be required to provide qualified personnel, or subcontract the work to a person or
persons who are trained and qualified to perform the work. The Contractor acknowledges that the employment of
undocumented migrant workers to perform services under this contract will not be permitted.
8. Identification of Contract Employees and Vehicles.
All Contractor employees will be in good appearance while performing services. Employees must wear long pants,
shirt with no vulgar or obscene graphics with at least sleeves equivalent of a t-shirt, and durable work type shoes.
Vehicles and any motorized equipment utilized for transportation will be in good operating condition with no display of
obscene or vulgar material such as stickers, flags, or etc. Vehicles will be maintained in accordance with federal, state,
and local laws.
9. Safety Requirements.
a. General. Performance of all services will assure complete safety to public visitors, Contractor employees,
and all other persons in the area. The Contractor will comply with any pertinent requirements contained in
the Corps of Engineers Safety Manual (EM 385-1-1), current at the time of award and any subsequent
revisions to that document. Furthermore, the Contractor will comply with pertinent occupational safety and
health standards for general industry (29 CFR Part 1910) as required by the Occupational Safety and Health
Administration (OSHA). If the Contractor fails or refuses to promptly comply with safety and security
requirements as specified herein, the TPOC or any other project employee may stop all or part of the work
until satisfactory corrective action has been taken. No part of the time lost due to any such work stoppage
will be made subject to any claims for extension of time or for excess costs or damages sustained by the
Contractor. Also, the Contractor will not be paid for work not performed as a result of the stop order.
b. The Contractor will comply with the Occupational Safety and Health Act (OSHA), the Corps of
Engineers Manual, EM 385-1-1,
https://www.publications.usace.army.mil/Portals/76/Publications/EngineerManuals/EM_385-1-1.pdf or
latest version and as otherwise stated herein. Special attention will be given to the requirements for safety
meetings. The Contractor will inform the TPOC a minimum of 7 calendar days prior to a Contractor
monthly safety meeting, to permit a Government representative to attend.
c. Accident Prevention Plan (APP). The Contractor will prepare an Accident Prevention Plan to assure that
requirements of the safety program are provided as specified. This plan must be accepted by the
Contracting Officer prior to commencement of any work. One copy of the Accident Prevention Plan will be
provided to the Contracting Officer and the TPOC one week prior to the pre-work conference. The
Accident Prevention Plan must be in the outline and form prescribed in Appendix A of EM 385-1-1.
d. Activity Hazard Analysis (AHA). The Contractor will use Activity Hazard Analyses (AHA's) as one of
many tools to insure safe performance of work. It is the Contractor's responsibility to prepare the AHA.
Sample AHA's may be available at the project office for review and use by the Contractor to assist in the
development of site specific Activity Hazard Analyses prior to the Contractor performing the job. The
Contractor is encouraged to revise or add to these sample AHA's as necessary to address changing
conditions. Prior to performing jobs with inherent hazards, the Contractor will review, at a "Tool Box"
safety meeting, the approved AHA's with those employees who will perform that work each time the work
is ordered. The Government may request advanced notification of the time and date of the above AHA
"Tool Box" safety meeting for Contractor employees so that the Government may attend such reviews.
The Government will require the Contractor to prepare an AHA for any jobs for which an adequate AHA does not
already exist. A copy of this AHA will be submitted to the TPOC and must be accepted before the Contractor starts
the job. This copy of the AHA will become the property of the Government. Guidance is included, which will be
used by the Contractor as a guide for the preparation of required AHA's.
A copy of the approved AHA's will be available at all times to workers at each associated job site and a copy will be
provided to the Government.
e. Public Safety. The Contractor will ensure that reasonable precautions are taken to protect the public at all
times where work is being performed. The Contractor will immediately report to the TPOC any potential
hazards found by his employees on the project. The Accident Prevention Plan will include procedures to be
taken to provide for public safety. Additionally, the Contractor will not allow any persons, except
employees, into work areas that are not otherwise open to the public; nor will the Contractor transport in
Contractor work vehicles any persons, except employees, during times the Contractor is on the project
performing work under a contract.
f. Personal Protective Apparel and Equipment. Protective apparel and equipment, as identified in the AHA,
will be provided to eliminate or minimize hazards to personnel. As a minimum, each employee will wear a
short-sleeved shirt, long trousers, and appropriate footwear during all contract work. Face shields,
spectacles with side-shields, or goggles, and hearing protection will be worn by employees when required
by safety manual. Fire extinguisher(s) and first aid kit(s) meeting the Safety Manual standards will also be
provided and easily accessible to all employees.
g. Contractor Employees Certified in First Aid & CPR. The Contractor will schedule employees so the
appropriate numbers of certified personnel are on duty to administer First Aid and CPR as required by the
Safety Manual.
Copies of their certification will be provided in accordance with regulations. Two people per crew will be trained in
First Aid and CPR. Individuals working alone will be trained in First Aid.
Hazard Communication Program. The Contractor will be responsible for implementing a hazard communication
program for Contractor employees, as required by the Safety Manual. The Contractor will provide Material Safety Data
Sheets (MSDS) and/or Safety Data Sheets (SDS) for review by the TPOC prior to use of any hazardous substance on
the project and provide a plan for the proper handling, transportation, storage and usage of hazardous substances on the
project.
10. Required Security Training and Planning.
A. AT Level I Training. All contractor employees, to include subcontractor employees, requiring access to
Army installations, facilities, controlled access areas, or require network access, will complete AT Level I
awareness training within 30 calendar days after contract start date or effective date of incorporation of this
requirement into the contract, whichever is applicable.
Upon request, the contractor will submit certificates of completion for each affected contractor employee
and subcontractor employee, to the COR or to the contracting officer (if a COR is not assigned), within 5
calendar days after completion of training by all employees and subcontractor personnel. AT Level I
awareness training is available at the following website: http://jko.jten.mil/courses/atl1/launch.html; or it
can be provided by the RA ATO in presentation form which will be documented via memorandum.
B. Access and General Protection/Security Policy and Procedures. All contractor and all associated subcontractors
employees will comply with applicable installation, facility and area commander
installation/facility access and local security policies and procedures (provided by government
representative). The contractor will also provide all information required for background checks to meet
installation/facility 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 (FAR clause 52.204-9, Personal Identity Verification of Contractor
Personnel) 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 installation
or facility change, the Government may require changes in contractor security matters or processes.
C. Non CAC ID Card Access to a DOD Facility or Installation. Contractor and all associated sub-contractors
employees will comply with adjudication standards and procedures using the National Crime Information
Center Interstate Identification Index (NCIC-III) and Terrorist Screening Database (TSDB) (Army
Directive 2014-05 / AR 190-13), applicable installation, facility and area commander installation/facility
access and local security policies and procedures (provided by government representative, as NCIC and
TSDB are available), or, at OCONUS locations, in accordance with status of forces agreements and other
theater regulations.
D. Suspicious Activity Reporting Training (e.g. iWATCH, CorpsWatch, or See something, Say Something).
The contractor and all associated sub-contractors will receive a brief/training (provided by the RA) on the
local suspicious activity reporting program. This locally developed training will be used to inform
employees of the types of behavior to watch for and instruct employees to report suspicious activity to the
Project Manager, security representative or law enforcement entity. This training will be completed within
30 calendar days of contract award and within 30 calendar days of new employees commencing
performance with the results reported to the COR NLT 5 calendar days after the completion of the training.
E. OPSEC Training. All new contractor employees will complete Level I OPSEC Training within 30 calendar
days of their reporting for duty. Additionally, all contractor employees must complete annual OPSEC
awareness training. The contractor will submit certificates of completion for each affected contractor and
subcontractor employee, to the COR or to the contracting officer (if a COR is not assigned), within 5
calendar days after completion of training. OPSEC awareness training is available at the following
websites: https://www.iad.gov/ioss/ or http://www.cdse.edu/catalog/operations-security.html; or it can be
provided by the RA OPSEC Officer in presentation form which will be documented via memorandum.
F. Classified/Sensitive/Restricted Area Escort Requirements. All contract employees, including subcontractor
employees who are not in possession of the appropriate security clearance or access privileges, will be
escorted in areas where they may be exposed to classified and/or sensitive materials and/or sensitive or
restricted areas.
G. Pre-Screen Candidates/E-Verify Program. The Contractor must pre-screen Candidates using the E-verify
Program (http://www.uscis.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 enrollment 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 will become part of the official contract file.
Emergency Contacts. A prioritized list, including phone numbers, of those persons (normally Contractor
Representatives) to call in case of emergencies.
The contractor will supply the Technical POC (TPOC) with an Accident Prevention Plan (APP), Scaffolding Plan,
Control of Hazardous Energy Plan (LO/TO), and an Activity Hazard Analysis (AHA) prior to site work in
accordance with EM 385-1-1.
11. Accident Reporting.
The Contractor is responsible for reporting all accidents to the Project Manager immediately. Prompt action will be
taken to ensure immediate and appropriate medical treatment. The Contractor will maintain an accurate record of
any accidents in the manner and on the forms prescribed by the Project Manager. For property damage accidents
of $2,000 or more, the Contractor will complete and submit to the Project Manager a copy of ENG Form 3394.
The Contractor will maintain an OSHA 300 Log of On - The - Job injuries and first aid treatments.
The Contractor will also provide a monthly record of all exposure and accident experience incidental to the
performance of services under the contract. This reporting requirement includes exposure and accident experience of
both the Prime Contractor and any subcontractor(s). A Monthly Record of Work-Related Injuries/Illnesses &
Exposure form will be available from the Project Manager. The Monthly Record of Work-Related Injuries/Illnesses
& Exposure report will be provided to the Project Manager by the 5th working day of the month for the previous
month.
12. Damage Reports.
All instances where Government materials, supplies, property, and/or equipment are damaged will be reported
immediately to the Project Manager. When the damage was caused by contract employees, a written report of the
incident and extent of such damage will be submitted to the Project Manager, within 2 work days (less weekends
and holidays) of occurrence. For property damage accidents of $2,000 or more the Contractor will complete and
submit to the Project Manager a copy of ENG 3394.
13. Contractor Employees' Conduct and Competency.
All contract employees will conduct themselves in a proper and courteous manner at all times. Since the majority of
work is performed in the presence of the general public, the conduct of all employees is critical and will be closely
monitored. Contract employees will comply with all provisions of Title 36, Chapter III, Part 327, CFR and obey all
posted signs and regulations in the performance of the work under this contract. Being under the influence of or
consuming alcoholic beverages or controlled substances by the Contractor or employees while on duty is prohibited.
a. Employee Dismissal. The Contractor expressly agrees to dismiss any employee or subcontractor employee
whose continued employment is deemed by the Project Manager to be inconsistent with the best interests of the
public or the U.S. Army Corps of Engineers. The KO or the Project Manager may require the Contractor to
immediately remove from the work site any employee or subcontractor who is incompetent, endangers persons
or property, or whose physical or mental condition would impair their ability to satisfactorily perform the work.
Notification to the Contractor will be promptly made in writing if time and circumstances permit. Otherwise,
notification will be verbal and confirmed in writing as soon as possible. No removal will reduce the Contractor's
obligation to perform all work required under this contract nor be the basis for time extension. Immediate
replacement of the employee will be made.
14. Damage or Loss of Contractor's Supplies and Property.
The Contractor is responsible for taking the action necessary to protect Contractor supplies, materials and
equipment, and the personal property of Contractor employees from loss, damage or theft. The Government assumes
no responsibility for theft, damage, etc., of the above. The Government is not responsible for providing storage areas
or facilities for the storage of Contractor supplies, materials and equipment. With prior approval, the Project
Manager may provide a location for the temporary storage of large equipment to prevent the transportation of such
equipment to/from the work site while a particular service is being performed. However, the Government assumes
no liability for the loss or destruction of Contractor equipment while it is stored on Government property.
15. Supervision.
The TPOCs will be John Houk and David Wethington. The Contractor is responsible for providing on-site supervision
and quality control inspections of work performed under the contract. The level of supervision and inspections will
be sufficient to assure that services are performed in accordance with contractual requirements and all applicable
Federal, state and local laws and regulations. The Contractor or a Contractor Representative will personally
supervise the work, or be readily available by phone or other means of communication to respond to any contract
issue that may arise when work is in progress. The Contractor Representative(s) will conduct overall management
coordination and be the central point of contact with the Government for performance of all work under the
contract.
Contractor Representative will have full authority to contractually commit the Contractor for prompt action on all
matters pertaining to administration of this contract, and will be the on-site Contractor employee who is
responsible for safety.
In addition to Contractor Representative(s), the Contractor will also appoint Quality Control Inspectors (QCI)
who will perform the Contractor's Quality Control Program. QCI's will be responsible for implementing the
Contractor's Accident Prevention Plan. All QCI'S will have the authority to determine for the Contractor when
work is ready for Government inspection and to make decisions for the Contractor on re-performance when
necessary. A QCI will be appointed for each work crew. For work performed outside normal working hours, a
Contractor Representative or QCI will be present at the work site.
The TPOC and Government Inspectors will deal directly with the QCI's or Contractor Representatives, for
normal day-to-day administration of the contract provisions.
The names and telephone numbers of all individuals authorized to act on behalf of the Contractor as Contractor
Representatives will be submitted in writing to the TPOC before work is performed.
The Contractor will maintain copies of contract work requirements, specifications, Activity Hazard Analysis, etc.,
at each work site which relate to each person's work responsibilities, and will review them to insure employees
comprehension of a job prior to initiating work.
16. Environmental Program.
The Contractor will comply with Federal, State, and local laws, regulations and standards regarding
environmental protection. All environmental protection matters will be coordinated with the TPOC. Any of the
facilities operated by the Contractor may be inspected by the TPOC, or other Federal, State and local officials
without advance notice. Access for inspection will be granted upon request.
Citations against Government facilities operated by the Contractor for non-compliance with environmental
standards are a matter for resolution between the Government and the issuing office.
The Contractor will conduct all operations and maintenance activities in a manner to prevent contamination of
Government land and property. The Contractor will ensure all lubricants, petroleum products, paints, cleaning
materials, or any other hazardous substances are not spilled, leaked or disposed of on Government property and
are disposed of in accordance with environmental regulations. If spills or contamination occur, the Contractor
will be responsible for cleanup and any associated costs in accordance with Federal, State and Local Law. Such
spills will be reported to the TPOC immediately.
17. Contract Discrepancy Report (CDR).
A CDR is a formal document used by the Government to process defects in services. As initially issued to the
Contractor, the CDR describes the discrepancy or problem. The CDR will be discussed with the Contractor or his
representative when it is issued. The Contractor will provide his written response on the CDR form within 24
hours of issuance. The Contractor's response must:
Identify the cause and corrective action taken, and Identify Contractor action to prevent recurrence.
Upon finalization of the CDR, the Contractor and the TPOC must sign the form. The Contractor will be given a
copy of the completed form. Should the Contractor not concur with any decision, etc., the Contractor may so state,
in writing, and request a final decision by the Contracting Officer. The Contracting Officer monitors all CDR's
issued, and CDR's are the principle evidence used by the Contracting Officer in determining Government contract
actions such as termination or decision not to exercise options.
18. Meetings.
The Contractor is required to attend a pre-work meeting to be scheduled by the TPOC. The Contractor or his
authorized representative will report each Month with the schedule and location determined by the TPOC to discuss
contract work items. Specific topics of discussion at the Monthly meetings may include issuing inspections, quality
control, and upcoming work. If a CDR is issued, mutual effort will be made to resolve any and all problems
identified to preclude their recurrence. The TPOC may alter this reporting schedule, or change the reporting method,
time, or place if mutually agreeable between the TPOC and the Contractor.
A tour of the work site will be conducted following the discussions. It is recommended that the Contractor's on-site
representative or superintendent also attend this meeting. During the pre-work conference, the Contractor will also
provide any required submittals not previously submitted.
19. Quality Control.
The Contractor will have a Quality Control program to assure the requirements of the contract are provided as
specified. The primary purpose of Quality Control is to identify and correct deficiencies in the quality of services
performed before the level of performance is unacceptable.
The program will include, but not be limited to the following:
a. An inspection system covering all the services stated in the contract specifications.
b. A method of identifying and correcting deficiencies in the quality of services performed before the
level of performance is unacceptable.
c. A file of all inspections conducted by the Contractor and the corrective actions taken. These files will
be made available for inspection upon request by the TPOC.
d. A method of insuring that employees have full knowledge of work assignments and that appropriate
technical expertise is utilized with each work assignment.
e. A method of coordinating each work crew's activities with the TPOC and/or inspector.
The Contractor may use any or all portions of this plan to prepare a plan of his own. A signed plan, including
Contractor specific information, will be provided to the Contracting Officer and the TPOC, and accepted, prior to
the Pre-Work Conference. If changes to this program occur, updated copies will be provided to the Contracting
Officer and TPOC.
Failure to provide appropriate Quality Control may result in issuance of a CDR, and/or termination of the contract.
20. Quality Assurance.
The Government will monitor the Contractor's performance in each functional area under this contract and reserves
the rights to use whatever additional surveillance procedures are deemed appropriate. The Government will keep a
record of all complaints received by the public concerning Contractor performance. Upon receipt of a written
complaint by the public, the Government will attempt to verify the complaint and furnish the Contractor a copy of
the findings. Should the Government verification reveal a nonperformance by the Contractor, a CDR may be issued.
A Government employee will not be considered an Inspector unless he identifies himself as such to the Contractor,
the Contractor Representative, or Quality Control Inspector. No Inspector is authorized to change any provision of
the specifications without written authorization of the Contracting Officer nor will the presence or absence of an
inspector relieve the Contractor from any requirements of the Contract.
21. Deficiencies.
If the Contractor fails to perform, or if performance in any area is judged unsatisfactory by the TPOC, the
Government will take corrective action. If any of the services do not conform to contract requirements, the
Government may require the Contractor to perform the services again in conformity with contract requirements, at
no cost to the Government.
22. Interruptions to Systems.
Contractor will coordinate with TPOC so that the contractors work will not interrupt the projects mission. Any
authorized interruptions will be kept to an absolute minimum, and all repairs or replacements of equipment or
components will be accomplished in an expeditious and efficient manner.
23. Government Furnished Materials and Equipment.
Utilities: The Government will furnish available utilities to perform the specified work. The Contractor will make a
dedicated effort to conserve utilities and will comply with all Government regulations regarding energy
conservation.
Forms: All Department of Defense forms, required by the Government to be used under this contract, will be
provided by the Government during the contract period. The Government reserves the right to modify or supersede
these forms during the contract period.
Control: The Contractor will provide control to ensure Government furnished equipment, property, or items are
utilized only for contract purposes. The Contractor will not be provided with keys to the Control Tower, storage
buildings or storage compounds. Any work to be performed within these facilities must be performed during regular
working hours when Government employees are available to unlock these facilities for the Contractor.
Safety Manual. Prospective contractors may review a copy of the Safety and Health Requirements Manual EM 385-
1-1 at the Project Office. The Contractor can find a copy of Safety Manual EM 385-1-1 online at:
https://www.publications.usace.army.mil/Portals/76/Publications/EngineerManuals/EM_385-1-1.pdf
24. Contractor Furnished Items.
General: The contractor will furnish all personnel, equipment, fuel, tools, supplies and materials necessary. The
contractor's work and responsibility will include all planning, programming, administration, management,
supervision, communications and inspection necessary to assure that all work is conducted in accordance with the
contract requirements and all applicable Federal, State and Local laws and regulations.
Equipment: The Government requires, that the Contractor provide adequate equipment to perform the work required
within the specified time period. Also, all equipment used by the Contractor must meet safety requirements outlined
in EM 385-1-1.
Contractor Equipment and Supply Inspection. The apparent Contractor will make available for inspection all service
equipment, tools, and samples of supplies he proposes to use for work under this contract, along with proof of
ownership or lease agreement.
25. Safeguarding Government Property.
The Contractor will cooperate with Government personnel in safeguarding Government property. The Contractor
will be responsible for promptly reporting all acts of vandalism, larceny, or pilferage to Government property, and
malfunctioning Government equipment to the TPOC. The Contractor will establish security procedures and
safeguards that are compatible with the Government's existing procedures, to protect all equipment, materials,
supplies, tools, and other resources. The Contractor will cooperate with, and provide any assistance necessary to, the
Government during any audits, usage checks of expendable property, and inventories of nonexpendable property
under control of the Contractor. Any item of value found on the work sites will be placed into the custody of the
TPOC for return to the owner, if ownership can be established. The Contractor will inform the TPOC of any
information he or his employees receive about lost and/or found articles from the public.
26. Minimum Manpower Requirements.
The Contractor will provide an adequate number of fully qualified personnel to perform the work specified herein.
Personnel required to handle emergency situations will be available on call, 24 hours per day, 7 days per week. At least
50 percent of the cost of contract performance incurred for personnel will be expended for employees of the primary
contractor.
27. Minimum Personnel Qualifications.
Employees, technical personnel, and consultants will have the education, experience, or knowledge, as evidenced
by license, certificate, or diploma, etc., to provide a comprehensive understanding of the systems and components.
All employees will be subject to such Government or other applicable regulations that are applicable during the time
spent on Government property. If the TPOC decides the Contractor employee performing the specified work is
unqualified, the Contractor will immediately provide qualified personnel to accomplish the work.
28. Cooperation with other Contractors, Lessees, and Volunteers.
The Contractor will fully cooperate with such other Contractors, lessees, volunteers and Government employees.
The Contractor will not commit or permit any act which will interfere with the performance of work by another
Contractor, volunteer, lessee, or Government employee. The TPOC can alter the work schedules of the other
Contractor, lessee, Government employees, volunteer, or the Contractor to avoid possible conflicts.
Any such change (or failure to make such a change) by the TPOC will not be the basis for a claim by the Contractor.
29. Reports.
The Contractor shall, in an accurate and timely manner, prepare all reports, forms, permits etc., as required in this
contract. A partial list of these reports, forms, permits, etc., follows:
Supplies Furnished and Used Contractor
Portion of Any CDR
Quality Control Inspection
Checklists Worksheet (ENG Form 5007-R)
Vehicle Operational Record Form (CEORH Form 2813 Test)
Activity Hazard Analysis (AHA)
OPSEC Training
The contractor will report ALL contractor labor hours (including subcontractor labor hours) required for performance
of services provided under this contract via a secure data collection site. The contractor is required to completely fill in
all required data fields using the following web address: https://www.ecmra.mil/Default.aspx
30. Applicable Publications.
Performance of all services will assure complete safety to public visitors, Government employees, contractor
employees, and all other persons in the area. The contractor will comply with any pertinent requirements contained in
the Corps of Engineers Safety Manual (EM 385-1-1),
https://www.publications.usace.army.mil/Portals/76/Publications/EngineerManuals/EM_385-1-1.pdf current at the time of
award.
The Contractor will perform technical work in accordance with applicable publications. They include but are not
limited to:
MANUFACTURER'S RECOMMENDATIONS:
 Operating Manuals
 Repair Manuals
 Maintenance Manuals
INDUSTRIAL STANDARDS AND CODES (Latest Editions):
• Underwriter's Laboratories, Inc.
• National Electrical Code
• National Warm Air & Air Conditioning Association
• National Association of Fan Manufacturers
• National Fire Protection Association
• American Society of Heating, Air Conditioning &
Refrigeration Institute
• Sheet Metal Manufacturers
• Air Moving and Conditioning Association
• American Welding Society
• American National Standards Institute
• American Concrete Institute
• Portland Concrete Association
• Asphalt Institute
• American Institute of Steel Construction
• National Association of Architectural Metal
• Manufacturers Architectural Aluminum
Manufacturers Association
• The Aluminum Association
• American Society for Testing and Materials
• Flat Glass Marketing Association
• American Association of Nurserymen, Inc.
• OSHA Safety Standards
• Uniform Plumbing Code
• International Plumbing Code
• EM 385-1-1
• National Liner Specifications and UFGS-22 05
83.63/Unified Facilities Guide Specifications
W912QR19T0085
Page 17 of 139
31. Warranty:
The contractor warrants that work performed under this contract is free of defects. The contractor will provide a one
year warranty on the entire finish product to the TPOC upon completion, dated with the final acceptance date. The
contractor warrants that products and work performed under this contract is free of defects on materials and
workmanship for work performed by the contractor or supplier for a period of 1 year from the date the Government
takes possession. Any equipment, supply, or material that has a manufacture warranty will be provided to the TPOC
before or upon completion date.
32. Wage Rates:
Department of Labor wage rates apply to this work and are included. The contractor is required to provide payroll
documents for all work performed under this contract.
33. Definitions.
As used throughout this description/specification, the following terms will have the meaning set forth below:
Completion Date. All work must be completed by the completion date.
Contractor. The term Contractor refers to the prime Contractor, subcontractors, and all Contractor employee
and personnel. The prime contractor will be responsible for ensuring all subcontractors comply with the
provisions of this contract.
Contractor Quality Control Inspector (QCI). Person designated by the Contractor to perform the Contractor's
Quality Control program. A QCI will be responsible for implementing the Contractor Accident Prevention Plan,
and will have the authority to determine for the Contractor if work is ready for government inspection and make
decisions for the Contractor on re-performance.
Contractor Representative (CR). Individual(s) selected to represent the interests of the Contractor with
regards to all matters and activities involving this contract, and will be the onsite Contractor employee who is
responsible for safety.
Contracting Officer (KO). A person with the authority to enter into, administer, and/or terminate contracts for the
Government, and make related determinations and findings. The term includes certain authorized representatives of the
Contracting Officer.
Debris.
Technical Point of contact (TPOC). Person designated as the authorized representative of the Contracting Officer.
EM 385-1-1. Corps of Engineers Safety and Health Requirements Manual, located on the web at
https://www.publications.usace.army.mil/Portals/76/Publications/EngineerManuals/EM_385-1-1.pdf or latest
version. Click on Organization, then Safety and Occupational Health, then Publications.
Inspector. Individual designated by the TPOC to perform Quality Assurance.
Policing. The picking up of trash, debris, ashes, garbage, and miscellaneous waste, and disposing of the same in
accordance with contract specifications.
Quality Assurance. A method used by the Government to provide a measure of control over the quality of
services provided by the Contractor.
Quality Control. A method used by the Contractor to control the quality of services he/she provides for the
Government.
W912QR19T0085
Page 18 of 139
Project Manager. A uniformed individual designated responsibility for overseeing the general operation, and
administration of the project. i.e. Project Manager, Maintenance Leader.
Trash. A variety of unsalvageable waste material such as metal, glass, rags, tin cans, rubbish, plastic bottles, paper,
wrappings, containers, cartons, and similar material.
34. Technical References:
New/Repair Asphalt Construction Procedures
a. Grades shall be established by the contractor and the grade stakes shall be set to the desired section by the
contractor. In establishing the grades due allowances shall be made for existing improvements, proper drainage, and
good appearance.
b. Pay careful consideration to seasonal and weather limitations per Indiana standards. All debris, vegetation, or
other perishable materials shall be removed from the job site. Existing pavement areas specified to be replaced shall be
saw cut, excavated, and repaired full depth IAW UFC 3-270-01, Asphalt Maintenance and Repair, 15 Mar 2001. The
site to be paved shall be graded to the required section and all excess material removed from the location of the work.
All soft and yielding material and other portions of subgrade which will not compact readily when rolled or taped shall
be removed and replaced with suitable material, placed and compacted. The crushed limestone subbase (4"-#2, 4"-
DGA) shall be thoroughly compacted to not less than 95% with suitable equipment so as to have uniform density at
moisture contents of not less than standard optimum (AASHO-T98) The entire surface of the subbase after compaction
shall be hard, uniform, smooth, and true to grade and cross section.
c. On the prepared crushed limestone subbase (4"-#2, 4"-DGA) the asphalt base shall be laid in a single course
to a compacted thickness of 3.5 inches. Placing of the asphalt surface course shall follow and be laid in a single course
to a compacted thickness of 1.5 inches. The asphalt shall be spread and struck off with a paver. Any irregularities in the
surface of the pavement course shall be corrected directly behind the paver. Excess material forming high spots shall be
removed with a shovel or a lute. Indented areas shall be filled with hot mix and smoothed with a lute or the edge of a
shovel being pulled over the surface. Casting of mix over such areas shall not be permitted. If it is impractical to use a
paver or spread box in areas of 1000 sq.yd. or less asphalt base and surface courses may be spread and finished by
hand. Wood or steel forms, rigidly supported to assure correct grade and cross section, may be used. Placing by hand
shall be performed carefully to avoid segregation of the mix. Broadcasting of the material shall not be permitted. Any
lumps that do not break down readily shall be removed. Rolling shall start as soon as the hot mix material can be
compacted without displacement. Rolling shall continue until thoroughly compacted and all roller marks have
disappeared. In areas too small for the roller a vibrating plate compacter or hand tamper shall be used to achieve
thorough compaction. The surface of the completed work, when tested with a ten foot straightedge, shall not contain
irregularities in excess of ¼ inch.
d. A tack coat shall be applied on each layer as specified by INDOT Standard Specifications, current edition.
e. Transporting. The hot-mix asphalt shall be transported from the mixing plant to the site in clean, tight
vehicles. Deliveries shall be scheduled so that placing and compacting of mixture is uniform with minimum stopping
and starting of the paver. Adequate artificial lighting shall be provided for night placements. Hauling over freshly
placed material will not be permitted until the material has been compacted as specified, and allowed to cool to 140
degrees F. To deliver mix to the paver, the Contractor shall use a material transfer vehicle which shall be operated to
produce continuous forward motion of the paver.
f. Placing. The mix shall be placed and compacted at a temperature suitable for obtaining density, surface
smoothness, and other specified requirements. Upon arrival, the mixture shall be placed to the full width by an asphalt
paver; it shall be struck off in a uniform layer of such depth that, when the work is completed, it shall have the required
thickness and conform to the grade and contour indicated. The speed of the paver shall be regulated to eliminate
pulling and tearing of the asphalt mat. Unless otherwise permitted, placement of the mixture shall begin along the
centerline of a crowned section or on the high side of areas with a one-way slope.
W912QR19T0085
Page 19 of 139
The mixture shall be placed in consecutive adjacent strips having a minimum width of 10 feet. The longitudinal joint
in one course shall offset the longitudinal joint in the course immediately below by at least 1 foot; however, the joint in
the surface course shall be at the centerline of the pavement. Transverse joints in one course shall be offset by at least
10 feet from transverse joints in the previous course. Transverse joints in adjacent lanes shall be offset a minimum of
10 feet. On isolated areas where irregularities or unavoidable obstacles make the use of mechanical spreading and
finishing equipment impractical, the mixture may be spread and luted by hand tools.
g. Compaction of the mixture. After placing, the mixture shall be thoroughly and uniformly compacted by
rolling. The surface shall be compacted as soon as possible without causing displacement, cracking or shoving. The
sequence of rolling operations and the type of rollers used shall be at the discretion of the Contractor. The speed of the
roller shall, at all times, be sufficiently slow to avoid displacement of the hot mixture and be effective in compaction.
Any displacement occurring as a result of reversing the direction of the roller, or from any other cause, shall be
corrected at once. Sufficient rollers shall be furnished to handle the output of the plant. Rolling shall continue until the
surface is of uniform texture, true to grade and cross section, and the required field density is obtained. To prevent
adhesion of the mixture to the roller, the wheels shall be kept properly moistened but excessive water will not be
permitted. In areas not accessible to the roller, the mixture shall be thoroughly compacted with hand tampers. Any
mixture that becomes loose and broken, mixed with dirt, contains check-cracking, or is in any way defective shall be
removed full depth, replaced with fresh hot mixture and immediately compacted to conform to the surrounding area.
This work shall be done at the Contractor's expense. Skin patching will not be allowed.
h. Joints. The formation of joints shall be made ensuring a continuous bond between the courses and to obtain
the required density. All joints shall have the same texture as other sections of the course and meet the requirements
for smoothness and grade.
i. Transverse Joints. The roller shall not pass over the unprotected end of the freshly laid mixture, except when
necessary to from a transverse joint. When necessary to form a transverse joint, it shall be made by means of placing a
bulkhead or by tapering the course. The tapered edge shall be cut back to its full depth and width on a straight line to
expose a vertical face prior to placing material at the joint. The cutback material shall be removed from the project. In
both methods, al contact surfaces shall be given a light tack coat of asphalt material before placing any fresh mixture
against the joint.
j. Longitudinal Joints. Longitudinal joints which are irregular, damaged, uncompacted, cold (less than 175
degrees F at the time of placing adjacent lanes), or otherwise defective, shall be cut back a maximum of 2 inches from
the top of the course with a cutting wheel to expose a clean, sound vertical surface for the full depth of the course. All
cutback material shall be removed from the project. All contact surfaces shall be given a light tack coat of asphalt
material prior to placing any fresh mixture against the joint. The Contractor will be allowed to use an alternate method
if it can be demonstrated that density, smoothness, and texture can be met.
k. The contractor shall furnish, to the COR for test and analysis, representative samples of materials to be used in
the work including the mixture of asphalt. The contractor shall provide certification that material furnished is in
accordance with the contract. Sampling and testing shall be in accordance with the latest rev. of the American
Association of State Highway and Transportation Officials (AASHTO) or the ASTM standard procedures for sampling
and testing the materials being used in the project.
l. Material (DGA crushed limestone gravel) shall be added to road shoulders in the new/repaired pavement areas
per industry standards to ensure no steep drop-offs are present following construction.

Matthew R. Scharf, Contract Specialist, Phone 5023156185, Email Matthew.Scharf@usace.army.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP