The RFP Database
New business relationships start here

Tree & Shrub Clearing


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

PERFORMANCE WORK STATEMENT (PWS)
Tree Clearing on Chalk Island & surrounding area
USACE, Gavins Point Project

1.0 General Information.


1.1 Background. The Gavins Point Project is a Multi-Purpose Civil Works Water Resources Development Project operated by the U.S. Army Corps of Engineers (USACE), Omaha District. The objective of this contract is to cut and remove all trees indicated within the designated work units. Trees and woody vegetation are required to be controlled as described in this PWS for dam and facility infrastructure integrity and for public safety purposes along roadways.


1.1.1 Place of Performance. The Gavins Point Project is located approximately five (5) miles west, and two (2) miles south of Yankton, South Dakota in Cedar County, Nebraska. The Gavins Point Project Administration Office is located at 55245 State Highway 121, Crofton, Nebraska. All work units under this contract are located in Cedar County, Nebraska.


1.2 Scope of Work. This is a non-personal services contract to provide control of trees, shrubs, and woody vegetation established on Chalk Island and along the roadway (Crest Rd.) from the Powerhouse to State Highway 121. Vegetative control will include the cutting of and removal of vegetation in accordance with contract specifications. Some areas will require the use of a chemical pesticide/herbicide application following the vegetation removal. Stumps from vegetation removed shall remain in place for erosion control purposes, however no stumps cut shall exceed a height of two (2") inches above the existing ground surface. The Government shall not exercise any supervision or control over the contract service providers performing the services herein. Such contract service providers shall be accountable solely to the contractor who, in turn is responsible to the Government. This is a fixed priced, performance based service contract where the government defines and measures desired outcomes, while contractor methods are generally not constrained or directed.


1.3 Period of Performance. The Contractor shall have from August 15, 2018 until October 31, 2018 to complete all services in accordance with contract specifications, after receiving notice of contract award. Once work commences by the Contractor, the Contractor shall have fifteen (15) business days to complete all required services under this contract. The time state for completion includes final cleanup of the premises and removal of all Contractor's equipment, materials and supplies. If adverse weather conditions or any other unforeseen circumstances prevent the completion of the contract work within the allotted time frame, the Contactor shall be required to document and submit in writing to the Contracting Officer a request for contract time extension which must document the cause(s) for the contracted work not being completed on time. Approval of any contract extension shall be at the discretion of the Contracting Officer.


1.4 Contractor Personnel


1.4.1 The contractor shall perform all work under this contract using his or her own forces except as provided in Paragraph 1.4.2 Subcontracting. Employees who perform this work shall be qualified persons on the contractor's own payroll.


1.4.1.1 All Contractor personnel involved with the application of chemical pesticides/herbicides shall possess and maintain a valid State of Nebraska Commercial Pesticide Applicator License with the appropriate pesticide certification classification(s) during the period(s) of performance of this contract.


1.4.1.2 The Contractor shall ensure that all personnel are skilled in and capable of performing the work under this contract. The Contractor shall ensure all personnel are trained and have working knowledge of the specific vehicles, equipment, supplies and chemicals they will use/operate and the tasks they are to perform. The Contractor shall ensure that all personnel shall have the ability to correctly identify all target species at all growth stages and be able to successfully avoid chemical spray contact or drift, or cutting/removal to non-target species. All Contractor personnel shall perform chemical pesticide/herbicide applications in accordance with label requirements in respect to weather and seasonal conditions.


1.4.1.3 Work areas under this contract are located on steep slopes and hillsides, therefore extreme caution and care shall be exercised by the Contractor and all Contractor personnel performing work under this contract. The Contractor shall be responsible for insuring proper use of any and all safety equipment necessary by all personnel to perform work under this agreement in a safe and responsible manner. The Contractor shall be responsible for furnishing any and all safety equipment and/or supplies under this contract that will be used by Contractor personnel.


1.4.2 Subcontracting. The contractor shall not subcontract any work without written approval of the Contracting Officer. Compliance with the provisions of this contract by subcontractors shall be the responsibility of the contractor.

1.5 Quality Control. The Contractor shall designate, in writing, an employee who shall serve as the contact for matters involving quality and performance or nonperformance of the required work stated in this PWS. The employee(s) shall be qualified and fully competent with full authority to act for, and on behalf of, the contractor as necessary to insure that the required work is performed in accordance with the standards contained herein. The contractor shall furnish the above written designation to the GR no later than the first day of work. The contractor shall include the name(s), address(s), and telephone number(s) of the responsible individual(s).


1.6 Quality Assurance.


1.6.1 The Government has the right to inspect all services called for by the contract, to the extent practicable at all times and places during the term of the contract. The Government shall perform inspections in a manner that will not delay the work.


1.6.2 If any of the services do not conform to contract requirements, the Government may require the contractor to perform the services in conformity with contract requirements and at no increase in cost. If the contract requirements are not met after a second attempt the government may (1) require the contractor to take necessary action to ensure that future performance conforms to contract requirements and (2) reduce the contract price to reflect the reduced value of the services performed.


1.6.2.1 Upon verification of a validated customer complaint or corrective action report, the Contracting Officer will notify the contractor that they are required to re-perform specific services. The contractor is required to re-perform services within a 24-hour notice from the Contracting Officer.


1.6.3 The Government may take action, if the contractor fails to perform the services again or to take the necessary action to ensure future performance is in conformity with the contract requirements. The Government may (1) by contract, or otherwise, perform the services and charge to the contractor any cost incurred by the government that related to the performance of such service or (2) terminate the contract in whole or in part


1.6.4 The Contractor is responsible to replace/repair any damage to government property due to negligence, at his or her own cost. The Government may take action, if the contractor fails to replace/repair any damage to government property. The Government may by contract, or otherwise, replace/repair damaged government property and charge to the contractor any cost incurred by the government to replace/repair any damage.


1.7 Hours of Operation. The contractor is responsible for conducting business between the hours of sunrise and sunset, Monday thru Friday, except Federal holidays or when the Government facility is closed due to local or national emergencies, administrative closings, or similar Government directed facility closings. The Contractor must maintain an adequate workforce for the uninterrupted performance of all tasks defined within this PWS when the Government facility is not closed for the above reasons. When hiring personnel, the Contractor shall keep in mind that the stability and continuity of the workforce are essential. Work may be permitted outside of regular business hours if approved by the GR in advance.
1.8 Pre-Work Meeting. Prior to commencing any activities, the contractor shall arrange a Pre-work Meeting with the Government Representative (GR). The Meeting shall discuss the work requirements, scheduling, submittal process, review of the Activity Hazard Analysis (AHA), and Abbreviated Accident Prevention Plan (AAP). At least one (1) week prior to commencing work, the Contractor shall coordinate their proposed work schedule with the COR.


1.9. Submittals. Prior to commencement of services, the Contractor shall submit the following documents to the Government Point of Contact for review and approval:
a. Activity Hazard Analysis (AHA);
b. Abbreviated Accident Prevention Plan (APP)
c. List of who will perform work on this contract;
d. Proof of Insurance for Contractors and Subcontractors
e. Photocopies of state-issued Commercial Pesticide Applicator License for all pesticide applicators.


1.10 Standards and Regulations. The Contractor shall perform to the standards in the contract and comply with all Local, State, and Federal Regulations during the services performed. The Contractor is responsible for ascertaining the extent to which these regulations affect the operations resulting from this contract. The Contractor shall comply will all applicable regulations. Applicable regulations include, but are not limited to the following:


a. Code of Federal Regulations (CFR), Title 36, Chapter III, Part 327, Rules and Regulations Governing Public Use on Corps of Engineers Water Resource Development Projects EP 1165-2-316 (http://www.publications.usace.army.mil/Portals/76/Publications/EngineerPamphlets/EP_1165-2-316.pdf?ver=2013-08-22-104526-670)
b. Engineering Manual (EM) 385-1-1 (USACE - Safety and Health Requirements Manual), dated November 2014; http://www.publications.usace.army.mil/Portals/76/Publications/EngineerManuals/EM_385-1-1.pdf
c. Occupational Safety and Health Standards (29 CFR 1910);
d. Federal Insecticide, Fungicide, and Rodenticide Act (FIFRA), https://www.epa.gov/enforcement/federal-insecticide-fungicide-and-rodenticide-act-fifra-and-federal-facilities;
e. National Pollutant Discharge Elimination System (NPDES), https://www.epa.gov/npdes.


1.10.1 Activity Hazard Analysis (AHA). The contractor shall prepare the AHA in accordance with Paragraph 01.A.14 or 01.A.15 of the EM 385-1-1. If using Paragraph 01.A.15, prepare the AHA IAW Figure 1-2.


Note: Contractors and other individual employer's typically use Job Safety Analyses (JSAs), Job Hazard Analyses (JHAs), or similar Risk Management assessment tools. The government considers equivalent to, and acceptable substitutes for, the USACE's AHA provided the data collected is the same as that required by the AHA, commensurate with the type of services the contractor is performing.


1.10.2 Abbreviated Accident Prevention Plan (APP). EM 385-1-1 in its entirety may be too complex for the type of work performed under these contracts; contractors may reference Appendix A, for abbreviated Accident Prevention Plan (APP). The contractor shall only need to submit items in Appendix A that are pertinent to the contract. The contractor shall use a qualified person to prepare the site-specific abbreviated Accident Prevention Plan (APP). The contractor shall prepare the APP in accordance with the format and requirements of the EM 385-1-1 and supplemented herein. The contractor shall sign and submit the APP for approval prior to the start of work onsite.

1.11 Physical Security. The Contractor shall be responsible for safeguarding all government facilities, property, and materials provided for contractor use. The contractor shall secure at all times all government facilities, property, and materials. Specific security conditions may change based on threats to national defense, and based on the risk of specific facilities to these threats. The contractor shall abide by these changing conditions at all times, as applicable.


1.12 Antiterrorism/Operation Security Requirements


1.12.1 Access and General Protection/Security Policy and Procedures. All contractor and all associated sub-contractors employees shall comply with applicable installation, facility and area commander installation/facility access and local security policies and procedures (provided by government representative). The contractor shall 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.


1.13 Pesticide Application Laws and Regulations. The Contractor shall comply with all Federal and State of Nebraska pesticide application laws and regulations, including all pesticide/herbicide label guidelines and manufacturer's recommendations. Only U.S. Environmental Protection Agency (EPA)-approved pesticides and herbicides authorized for use in the State of Nebraska may be used in this contract. The application of any restricted-use pesticides/herbicides is not permitted under this contract.


1.14 Insurance. The Contractor shall be fully insured against any potential damages or liabilities related to the work specified herein. The Contractor is responsible for any damage to Government and/or private/personal property such as, but not limited to: turf, roads, fences, signs, guardrails, vehicles, etc.


1.15 Environmental Protection. The Contractor shall perform all work in such a manner as to minimize the polluting of air, water, or land, and shall within reasonable limits control noise and properly dispose of solid waste materials and other pollutants.


1.15.1 Protection of Resources. The Contractor shall not pollute rivers, ponds, or other water bodies with fuels, oils, herbicides, or other harmful materials. The Contractor shall investigate and comply with all Federal, State and Municipal Laws and Regulations concerning pollution of rivers and streams.


1.15.2 Spillage. Special measures must be taken by the Contractor to prevent pesticides/herbicides, fuels, oils, and other chemicals from entering public waters. If any spillage occurs, the Contractor shall remove the material and restore the area to the original condition prior to contamination. If soil contamination occurs, the contaminated ground shall be excavated and disposed of as directed by the Contracting Officer, and replaced with suitable fill material, compacted and finished with topsoil and planted as required to reestablish vegetation all at the expense of the contractor.


1.15.2.1 Notification of Chemical Spills. The Contractor shall immediately notify the COR of any chemical or hazardous material spillage.


1.15.3 Disposal. Disposal of all materials shall be at appropriate, authorized and legal locations and removed off of Government Property. Disposal of any materials, wastes, effluent, trash, garbage, oil, grease, chemicals, etc., in areas adjacent to rivers and streams is not permitted. If any waste material is dumped in unauthorized areas, the Contractor shall remove the material and restore the area to the original condition prior to contamination. If necessary, contaminated ground shall be excavated and disposed of as directed by the Contracting Officer, and replaced with suitable fill material, compacted and finished with topsoil and planted as required to reestablish vegetation all at the expense of the contractor.


1.15.4 Protection of Non-Target Species. The Contractor shall not deface, injure, kill, or otherwise destroy non-target species, or any vegetation outside of the designated work units. Care shall be exercised at all times by the contractor to minimize damage to non-target species from the required work.


1.15.5 Prevention of spread of Noxious Weeds. The Contractor shall clean all equipment and vehicles prior to entering Government property. Equipment and vehicles shall have no visible soils, roots, vegetative material, seeds, or other debris that could potentially contain seeds.


1.16 Payment


1.16.1 The Government will make payment within thirty (30) days upon completion of all services, after the Government has inspected and accepted the services, and the Government has reviewed, approved, and processed the Contractor's invoice. The Contractor shall submit the invoice to the COR and/or any other person that has been designated in the contract to receive the invoice.


1.16.2 The contractor must provide the contractor's name, address, contract number, period of services completed (i.e., for the month of January or for the period of performance of January 1 through February 23), CLIN number and specific quantities of work performed (i.e., 1 Month, 40 days, 100 acres, etc.), and total requested, for an invoice to be considered proper. The contractor shall submit the invoice upon completion of all services to the COR, in accordance with the period of performance stated in the CLIN.


2.0 Definitions. The following definitions and descriptions apply wherever the word(s) or phrase(s) is/are stated in this PWS:

Acceptable Level of Performance (ALP): The maximum percent defective, the maximum number of defects per hundred units, or the number of defects in a lot considered satisfactory on the average. The allowable leeway or variance from a standard before the government will reject the specific service.


Contracting Officer's Representative (COR): means an individual designated and authorized in writing by the Contracting Officer to perform specific technical or administrative functions.


Performance-Based Contract (FAR 2.101): Structuring all aspects of an acquisition around the purpose of the work to be performed with the contract requirements set forth in clear, specific, and objective terms with measurable outcomes as opposed to either the manner by which the work is to be performed or broad and imprecise.


Performance Requirements Summary (PRS): The PRS shows contract requirements, the component requirements related to each contract requirement, the price of each work requirement as a percentage of the associated contract requirement (Fixed Price Contracts), the standard of performance, and the acceptable level of performance (ALP) for each work requirement.


Quality Assurance Surveillance Plan (QASP):  An organized written document used by the Government for quality assurance surveillance.  Document contains sampling/evaluation guides, checklists and the performance requirements summary (PRS).

3.0 Government Furnished Items and Services


3.1 General. The Government will not furnish any supplies, equipment, labor, facilities, materials, utilities, storage, or services required to perform work under this contract that are not listed under Section 3 of this PWS.


4.0 Contractor Furnished Items and Responsibilities


4.1 General. The Contractor shall furnish all supplies, equipment, labor, facilities, materials, utilities, storage, and services required to perform work under this contract that are not listed under Section 3 of this PWS.


4.2 Supplies. The Contractor shall furnish all supplies for successful completion of all contract specifications, including but not limited to: chemical pesticides/herbicides, pesticide application supplies, fuel, oil, chain, chainsaw supplies and first aid supplies, etc. to successfully complete the requirements of this contract.


4.2.1 Chemical Herbicide. The Contractor shall furnish a chemical herbicide adequate for proper chemical treatment for stumps following cutting operations. All chemical pesticides/herbicides shall be EPA-approved for use in the State of Nebraska. Restricted-use pesticides are not authorized to be used under this contract.


4.3 Equipment. The Contractor shall furnish all necessary equipment, including but not limited to: vehicles, spraying equipment, handsaws, chainsaws, pole saws, spraying equipment, fall-protection/safety equipment, etc. to successfully complete the requirements of this contract.


4.4 Materials. The Contractor shall furnish all necessary materials including, but not limited to: insurance, permits, licenses, work plan, accident prevention plan, quality control, pesticide application records (PARs), invoices, etc. to successfully complete the requirements of this contract.


4.5 Utilities. The Contractor shall furnish all necessary utilities, including, but not limited to: Contractor's own water source for tank-mixing purposes, etc. to successfully complete the requirements of this contract.


4.6 Storage. The Contractor shall furnish all necessary storage for all Contractor-furnished equipment, supplies, and materials. The Government shall not be liable for damage, theft, or vandalism of contractor-furnished equipment, supplies, and materials.


5.0 Specific Tasks


5.1 Basic Services. The Contractor shall provide services for successful control and removal of all target vegetation without damaging and/or killing non-target vegetation within the designated areas on project lands as specified within this PWS. Chemical pesticide/herbicide application rates and mixtures shall be to ensure the target species is successfully killed. All trees, limbs, branches, and related debris shall be removed from Government property upon completion of vegetative removal. The designated work units shall have successful vegetation control as directed and in accordance with the contract specifications. To minimize the impacts to land resources, public visitors and project operations, the Contractor shall limit the number of vehicles used to access the work sites. The number of vehicles, routes to work units, and parking of vehicles shall be directed by the GR at the pre-work conference.


5.2 Work Unit Descriptions and Requirements. The following describes each unit in approximate size, general conditions, and the target vegetation species for vegetative control, as described in each section.


5.2.1 Unit 1 - Chalk Island - approx. 0.75 acres +/-. This area includes the sloped areas on the west and east slopes of Chalk Island, located between the Gavins Point Project Powerhouse and the spillway bridge deck. This includes all areas from the mowed turf at top of the island to the base of the island where the turf area begins near the cement walls surrounding the island. The western portion is between the guard rails and the cement walls above Lewis and Clark Lake. Most trees and shrubs range from 1-8" inches in diameter with a few over 10". This unit is sloped with steep terrain, with loose rock and footings, with some cliff ledges present, above typically swift-moving and turbulent water below. All work operations in this area shall be completed in a safe and responsible manner at all times and exercise extreme caution near slopes, hillsides and above the water by the Contractor and all contractor personnel. Many of the areas within this work unit are not accessible by vehicles (including off-road vehicles such as ATV's) and will require hand-cutting/trimming and chemical pesticide/herbicide applications by use of hand-operated spraying equipment in many instances.


5.2.1.1 The Contractor shall cut down and remove all trees/shrubs/woody vegetation located in Unit 1, with the exception of the existing sumac and grassy vegetation. Trees/shrubs/woody vegetation shall be cut in a manner so that no stumps exceed more than two inches (2") above than the existing ground surface, and no limbs or branches shall remain. All existing sumac shall remain on slopes and not be cut or chemically treated. All other non-target vegetation (all non-woody vegetation) shall remain (sumac should remain and not be cut or treated, however all woody vegetation growing within sumac including cedar trees and other trees shall be cut and treated).


5.2.1.2 The Contractor shall chemically treat each cut tree/shrub/woody vegetation stump within unit 1 with the chemical herbicide, no more than one (1) hour following cutting of the tree/shrub/woody vegetation in order to successfully kill the target species. All stumps shall be marked with dye to mark each tree stump upon each chemical treatment. Coniferous trees such as Eastern Red Cedar shall not be chemically treated after being cut.


5.2.2 Unit 2 - South/West Roadside between Power Plant and Picnic Area - approx. 1,805 linear ft. by 18 linear ft. This area includes the south and west slopes along the roadway. All trees, shrubs, and woody vegetation shall be cut-down, from the asphalt road surface road stripe to five (5') linear feet from the road stripe, and all trees, shrubs, and woody vegetation shall be cut-down from the slope base to twelve (12') linear feet from the start of the upward slope. Stumps shall remain, but no stumps shall exceed a height of more than two (2") inches higher than the existing ground surface, with no branches or limbs remaining. See Technical Exhibit 3 for a diagram showing these specifications. The trees, shrubs, and woody vegetation vary in size with most present ranting from 1-8" in diameter, with few exceeding 10" in diameter. The Contractor shall chemically treat each cut tree/shrub/woody vegetation stump within unit 2 with the chemical herbicide, no more than one (1) hour following cutting of the tree/shrub/woody vegetation in order to successfully kill the target species. All stumps shall be marked with blue dye to mark each tree stump upon each chemical treatment. Coniferous trees such as Eastern Red Cedar shall not be chemically treated after being cut.


5.2.3 Removal/Disposal of Trees, limbs and related debris from Government Property. It is the responsibility of the Contractor properly dispose of all trees, limbs, branches, and any other vegetative debris or material of off of Government property - and secure a proper disposal location. The Contractor is permitted to chip and/or mulch any trees, limbs or related debris on Government property, however all chipped/mulched material shall be removed from Government property. All materials shall be transported and disposed of in accordance with all applicable laws and regulations.


5.2.4 Pesticide/Herbicide Applications. A Pesticide Application Record (PAR) must be completed daily on-site for each chemical pesticide/herbicide application and submitted to the GR no more than ten (10) days following the application and prior to submittal of invoice for payment. The Contractor shall identify weather conditions before commencing with any chemical pesticide/herbicide applications, and continue to monitor weather conditions throughout the course of the application. Manufacturer's label direction and warnings relative to temperature, wind, or other weather conditions shall be strictly adhered to. The Contractor shall immediately stop application of chemical herbicide if weather conditions may adversely impact the application and commence operations when weather conditions are favorable. Chemical herbicide applications shall not take place when precipitation is expected before the herbicide formulation is rainfast. If treatment is followed by rain before the application is rainfast as specified on the chemical's label, the area shall be retreated at the Contractor's expense. Care shall be exercised at all times by the contractor to protect desirable (non-target) vegetation from damage from wind drift or other means.


5.3 Inspection and Acceptance of Contractor Performance. The Contractor shall notify the GR a minimum of 48-hours prior to completion of work within each work unit to conduct the final inspection. The Contractor shall be required to meet with the GR at the final inspection on-site within each work unit to ensure the services have been provided successfully to the contract and all contract specifications have been achieved. The Contractor shall not remove his/her equipment, materials and supplies from the designated work unit until directed by the GR following final inspection of the work unit. The Government will not accept an invoice for payment from the Contractor until all work activities have been completed in all units and after successful final inspection.


6.0 Performance Requirements Summary. The contractor service requirements are summarized into performance objectives that relate directly to mission essential items. The performance threshold briefly describes the minimum acceptable levels of service required for each requirement. These thresholds are critical to mission success.


Performance Objective Standard Performance Threshold Method of Surveillance
PRS # 1.
The Contractor shall successfully cut and remove all target vegetation and properly dispose of all vegetation and related debris. The contractor shall provide for tree cutting services in accordance with the PWS, specifically Section 5.
Zero deviation from standard. Direct Observation. 100% Inspection.
PRS # 2
The contractor shall successfully chemically treat all tree stumps indicated with an approved chemical herbicide. The contractor shall provide for chemical treatment in accordance with the PWS, specifically Section 5, and avoid chemical drift or application of chemical to non-target species. The Contractor shall achieve a minimum kill-rate of 90% of all target vegetation following chemical application. Direct Observation. 100% Inspection.
PRS # 3
The contractor shall submit a completed Pesticide Application Report (PAR), upon completion each chemical treatment within 10 days of application. The contractor shall provide a complete and accurate PAR in accordance with the PWS. Zero deviation from standard Direct Observation. 100% Inspection.


7.0 Separate Attachments


7.1 Work Unit 1 - Chalk Island


7.2 Work Unit 2 - South Slope


7.3 Gavins Point Location Map



 


TECHNICAL EXHIBIT 1


TRIMMING SPECIFICATION DIAGRAMS FOR ALONG ROADWAYS
UNIT 2


 




TECHNICAL EXHIBIT 2
PESTICDE APPLICATION RECORD (PAR)


DISTRICT __Omaha___ Date: ___________________


LOCATION _______________________ PROJECT __Gavins Point Project___


U.S. ARMY CORPS OF ENGINEERS Address: _PO Box 710___________
PEST CONTROL PROGRAM City: _Yankton, SD 57078_____
POST-APPLICATION DOCUMENTATION FORM Phone: _(402) 667-7873_________


CONTRACTOR ______________________ APPLICATOR _________________________
Address: _____________________________ Address: ______________________________
City: _____________________________ City: ______________________________
Phone: _____________________________ Phone: ______________________________
TARGET PEST _ ________________________________ ___________
Date of Application Time of Application Air Temp Relative Humidity Cloud Cover Wind Speed Wind Direction Acreage Treated



:


DESCRIPTION OF TREATED AREA ____________________________________________________
____________________________________________________________________________________
PESTICIDE INFORMATION
PESTICIDE (TRADE NAME) ___________________________________________________________
FORM APPLIED _____________________________________________________________________
ACTIVE INGREDIENTS _______________________________________________________________
____________________________________________________________________________________
EPA REGISTRATION NUMBER ________________________________________________________
EPA CLASSIFICATION _______________________________________________________________
APPLICATION INFORMATION
HOW THE PESTICIDE WAS MIXED ____________________________________________________
APPLICATION RATE _________________________________________________________________
AMOUNT APPLIED __________________________________________________________________
APPLICATION EQUIPMENT USED _____________________________________________________
DISPOSAL INFORMATION
DISPOSAL DATE _____________________________________________________________________
METHOD ____________________________________________________________________________
LOCATION __________________________________________________________________________


 


Monica Dwyer, Purchasing Agent, Phone 4026677873, Fax 4026672537, Email monica.e.dwyer@usace.army.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP