The RFP Database
New business relationships start here

Radio Tower Disposal Brookville Lake


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

SCOPE OF WORK DESCRIPTION

Site Visit: You are encouraged to attend a site visit on 09/16/2019 at 1000 AM Local Time.


These specifications cover the removal and disposal of a Radio Tower. Location of work is at Brookville Lake:


U.S. Army Corps of Engineers
Brookville Lake
10064 Overlook Road
Brookville, Indiana 47012


• BASE QUOTE:


The Contractor shall furnish all labor, tools and equipment, supplies and materials necessary to remove and properly dispose of an existing radio tower. Prices should include mobilization & de-mob, fuel, labor, materials, and equipment to complete the job. All materials removed from the government property shall be disposed of in accordance with state, local, and federal laws. The Contractor's work and responsibility shall 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. The Prime Contractor is required to attend an on-site pre-work meeting to be scheduled within ten calendar days of Notice to Proceed or Award (determined by bonding requirement). The areas where the work will take place is only accessible during weekday business hours.


The intention of this contract is for the Contractor to remove and properly dispose of a Radio Tower located at Brookville Lake.


The Contractor is responsible for all clean up, debris removal, traffic and public control and the restoration of areas, facilities, or structures negatively impacted to its original condition. The Contractor will remove all demolition debris and left over construction debris to a site licensed to receive/recycle construction debris.


SCOPE OF WORK


1. General. The Contractor shall furnish all labor, tools and equipment, supplies and materials necessary to remove and properly dispose of an existing radio tower. All ladders, wires and other devices will be removed if necessary prior to disassembly of the tower. The contractor must disassemble in sections and place on a suitable trailer for disposal. The Contractor will dispose of any equipment or attachments on the tower. The concrete supports will not need removed. Care will be taken to ensure no damage is done to surrounding buildings, equipment or fences. It will be the contractor's responsibility to remove any items if necessary that could be damaged during removal, such as fences, utilities, generators, propane tanks, etc. All work will be completed as scheduled with the Project Manager.


It is the Contractor's responsibility to take measurements and calculate/estimate the dimension of the work site in preparation of their bid. The material will be removed from government property and disposed of in accordance with federal, state and local laws.


2. Site Cleanup. The Contractor shall remove all equipment, trash, debris and other materials from the site upon completion of work and disposed of in accordance with federal, state and local laws. Contractor is responsible for the restoration of grounds and property including but not limited to buildings, fences and pavement.


Completion Time Once the contract is awarded and a notice to proceed is issued by contracting office, a pre-work meeting will take place and then work can begin. Upon notification, removal shall be completed within thirty (30) working days, unless weather or circumstances beyond the control of either party occur requiring a delay in work. All work to remove and dispose of the Radio Tower shall be performed during daylight hours between 0630-1530 (ET) on weekdays. Work on weekends or Federal holidays (list federal holidays) will not be permitted without management approval in advance. Work will be scheduled and coordinated with the Project staff to eliminate or minimize the impact of closure or restricted access caused by the contractors work on the general public.


The Government is not responsible for providing storage areas or facilities for the storage of Contractor supplies, materials, and equipment.


If completed work do not conform to contract requirements, the Government may require the Contractor correct the deficient work to bring into conformity with the requirements. Correction of deficient work shall not entitle the Contractor to an increase of the unit price contained in the awarded contract. If the Contractor fails to promptly correct unsatisfactory work or fails to take necessary action to ensure future work is in compliance with the contract requirements, the Government may proceed with any rights or remedies detailed within the contract clauses and terms. The Government reserves the right to delay or stop work as needed to accommodate higher priorities. Time allowed for installation will be adjusted accordingly.


Property Damage:


The Contractor shall use reasonable care to avoid damaging existing buildings, equipment, facilities, and structures during the performance of the specified work. If the Contractor, Contractor employees, or persons acting on behalf of the Contractor fail to use reasonable care and Government property is damaged, the Contractor shall repair or replace the damaged property at no expense to the Government. Property damage caused by the Contractor or persons/employees acting on behalf of the Contractor shall be reported to the Contracting Specialist and the Project Manager on the day of occurrence or on the first working day following the occurrence.


Insurance:


The Contractor shall, at their own expense, provide to the Project Manager and maintain during the entire performance of this contract the following: Insurance Type - General Liability (Bodily Injury and Property Damage Combined) Minimum Amounts of Liability $1,000,000. Each Occurrence $1,000,000 Aggregate. The contractor is required to provide a Certificate of Insurance to the Project Manager at the time of the pre-work meeting.


Safety Requirements:


Performance of all work shall assure complete safety to public visitors, Government employees, Contractor employees, and all other persons in the worksite areas. At the conclusion of each work day, the Contractor will secure the site for safe public access. The Contractor shall comply with any pertinent requirements contained in the Corps of Engineers Safety Manual (EM 385-1-1), current at the time of award. Furthermore, the Contractor shall comply with pertinent occupational safety and health standards as required by the Occupational Safety and Health Administration (OSHA). The complete safety manual with appendices can be reviewed at the following Internet address: http://www.usace.army.mil/SafetyandOccupationalHealth/SafetyandHealthRequirementsManual.aspx .


The Contractor shall provide Contractor personnel with any personal protective apparel and equipment required by the Safety Manual (EM 385-1-1) and, as necessary, eliminate or minimize hazards to personnel. As a minimum, each employee shall wear a hard hat, shirt (with sleeves), long trousers, fall protection harness with lanyard if required and protective shoes/boots (steel toed) while performing contract work. Contractor employees shall utilize other safety equipment such as: hearing protection devices, work gloves, or protective glasses/goggles whenever required by the safety manual.


Before the Pre-work conference, the contractor will be responsible to provide an approved Accident Prevention Plan, Activity Hazard Analysis Plan, Safety Plan, a Risk Assessment, and information about any scaffolding systems or aerial lifting devices to be used including model number, height, weight and capacity of lift. All scaffolding systems and aerial lifting devices must be in compliance with the Safety Manual (EM 385-1-1). The contractor is required to attend a pre-work conference, to be scheduled by the Project Manager, within 10 calendar days after the award of the contract and the Notice to Proceed.


Security Requirements:


Contractor and all associated sub-contractors employees shall 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 Work should commence within 10 calendar days of receipt of notice to proceed. Work will be completed within 30 calendar days of notice to proceed. All work will be completed as scheduled.


The contractor and all associated sub-contractors shall 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 shall be completed within 10 calendar days of contract award and within 10 calendar days of new employees commencing performance with the results reported to the Project Manager NLT 5 calendar days after the completion of the training.


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 Project Manager no later than 3 business days after the initial contract award.


Invoice Requirements:


Contractor Invoice: The Contractor will provide an invoice upon the completion of the Radio Tower removal work that includes the following information:
• Contractor's name and address
• Contract Number
• Invoice number and date
• Itemized listing of work performed
• An invoice contact person
• Signature of Contractor or Contractor's representative
• Shall be addressed to:


Brookville Lake, U.S. Army Corps of Engineers
Attn: Stephanie Ison
10064 Overlook Road
Brookville, Indiana 47012
Or emailed to:
Stephanie.A.Ison@usace.army.mil


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

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP