SCOPE OF WORK - APWA Home



SCOPE OF WORK

FOR

UNIT PRICE CONTRACT FOR TREE DEBRIS REMOVAL

RELATED TO

ICE STORM – 2002

IN JOHNSON COUNTY, KANSAS

1. GENERAL

1. The purpose of this item of work is to provide tree/brush debris clearing and removal response assistance to Leawood, Kansas, which has been declared a state and federal disaster area because of the effects of an ice storm in January 2002.

2. SERVICES

1. General: The Contractor(s) shall provide for tree/brush debris removal and disposal form the area outlined on the attached map as described below.

Area 1: That area between Mission Road east to State Line Road, I-435 north to the northern City limits.

Area 2: The area from I-435 south to 151st Street, State Line Road west to western City limits.

2. The tree/brush debris will be taken to the site east of Mission road on Lee Boulevard adjacent to the Wastewater treatment plant. Trucks shall not use Lee Boulevard between 103rd and I-435. Debris will be ground up, chipped, or mulched at this site. If an additional site is needed, a site located on 114th Street north of Tomahawk Creek Parkway may be used at the direction of the City for disposal and processing.

3. The total amount of tree/brush debris to be removed under this scope of work is estimated to be 150,000 cubic yards. The City reserves the right to increase or decrease the quantity by as much as 50%.

4. Alternate Dump Sites: The Contractor can establish other temporary dumpsites or permanent disposal areas with approval of the City. At alternate dumpsites debris shall be disposed of in accordance with environmental regulations. If the Contractor provides an alternate dumpsite, environmental requirements may allow alternate disposal methods such as temporary cover for demolition landfill, or burning with a wind curtain. The Contractor is responsible for obtaining a burning permit. No adjustment in unit price will be considered due to the alternate locations.

5. The work shall consist of clearing and removing any and all “eligible” tree/brush debris (see section 4.0 for a definition of eligible debris), which has been stacked adjacent to City streets as directed by City Personnel and hauling the debris to the designated dump site for processing. Equipment should not be operated on lawns where grass may be damaged or the surface rutted. Debris may be pulled onto the pavement and pushed to make piles and loaded, or loaded directly with grapple type apparatus. Sufficient laborers shall be provided by Contractor to pick up remaining limbs not picked up by equipment

Work will include:

l) Examining tree/brush debris to determine whether or not tree/brush debris is eligible for pick-up

2) Picking up and loading the tree/brush debris and hauling it to an approved dumpsite or landfill.

a. The debris shall be transported from the pick-up site directly to the designated disposal site, or

b. An alternate site that has been approved by the City. The contractor is responsible meeting all environmental requirements for disposal at no additional cost to the City.

3) Restoring the dumpsite and

4) Restore all damaged/disturbed loading and hauling sites. Lawns damaged by Contractors equipment must be repaired by sodding or other approved method.

Ineligible debris will not be loaded, hauled, or dumped under this contract

6. Tree/Brush Debris removal for this item shall include all eligible tree/brush debris found adjacent to any city street stacked or piled by adjacent landowners within the area designated by the City. Also un-stacked limbs greater than 3” in diamater. The City may specify any eligible tree/brush debris within a city street which should not be removed, or which should be removed at a later time. The Contractor shall make as many passes through the designated area as required by the City. The Contractor shall not move from one designated work area to another designated work area without notification of the City. The Contractor shall not enter onto private property during the performance of this contract.

7. The Contractor shall conduct the work so as not to interfere with the disaster response and recovery activities of Federal, State, and local governments or agencies, or of any public utilities. Due to limitation in the number of City representatives to observe the work and provide documentation, only one pickup site and one disposal site can be used at any one time. There is no limitation on the number of trucks used for debris removal as long as one City representative can follow the operation and issue the necessary tickets.

8. The Owner reserves the right to inspect the site, verify quantities, and review operations at any time.

9. All work shall be accomplished in a safe manner in accordance with Federal, State, and local governments or agencies, or of any public utilities.

3. LOAD TICKETS

1. “Load Tickets” will be used for recording volumes of tree/brush debris removal. (See Enclosure)

2. Each ticket will contain the following information:

Ticket Number

Date

Contractor Name

Dump Arrival Time

Debris Quantity

3. Load Tickets will be issued by Owners representative at the loading site and verified by an Owners representative at the unloading site.

4. DEBRIS CLASIFICATION

1. Eligible Debris. Tree/Brush debris that is within the scope of this contract falls under this possible classification: Tree/Brush Debris. Debris that is classified as Household Hazardous Waste (HHW) is not to be transported by this contract.

2. Household Hazardous Waste (HHW). Household hazardous wastes, such as petroleum products, paint products, etc., and known or suspected hazardous materials, such as asbestos, lead-based paint, or electrical transformers shall be removed by others. Coordination for hazardous debris removal is the responsibility of others.

5. DUMPSITES AND DISPOSAL SITES

1. The Contractor shall use the owner provided dump sites specified in Section 2.2, but may elect to use other sites, subject to approval by the City as explained in Section 2.4.

2. The City’s representative at the City provided dumpsite shall coordinate all dumping and disposal operations at the site with the contractor. The City provided dumpsite is not open to the public. The Contractor shall be responsible for restoring the City provided dumpsite to its original condition.

3. The Owner makes no representations regarding the turn-around time at the dumpsites.

6. PERFORMANCE SHEDULE

1. The Contractor shall commence performance no later than 24 hours after the Notice to Proceed.

2. The Contractor shall, at provide a work plan before the Notice to Proceed is issued, showing where operations will begin and the general methodology which will be used to complete the tree/debris removal. The plan will be updated daily and provided to the City’s representative.

3. Maximum allowable time for the debris pickup will be 30 calendar days from the Notice to Proceed, unless the Owner initiates additions or deletions to the contract by written change orders. The contractor will have an additional 15 days to process the debris after the pickup is complete by grinding, chipping or mulching.

4. Both parties pursuant to applicable State and Federal law and the contract documents will equitably negotiate subsequent changes in completion time.

7. EQUIPMENT

1. All trucks and other equipment must be in compliance with all applicable Federal, State, and local rules and regulations. Any truck used to haul tree/brush debris must be capable of rapidly dumping its load without the assistance of other equipment; be equipped with a tailgate that will effectively contain the tree/brush debris during transport and permit the truck to be filled to capacity; and measured and marked for its load capacity. Tarps shall be used to cover loads of mulch hauled. Sideboards or other extensions to the bed are allowable provided they meet all applicable rules and regulations, cover the front and both sides, and are constructed in a manner to withstand severe operating conditions. The City representative must approve all requests for exceptions. Equipment will be inspected prior to its use by the City and Contractor and periodically throughout the operation.

2. Prior to commencing tree/brush debris removal operations, the Contractor shall present to the City representative a listing of all trucks or trailers that will be used for hauling tree/brush debris, for the purpose of determining hauling capacity. The hauling capacity will be based on the interior dimensions of the truck’s metal dump bed. Hauling capacity, in cubic yards, will be recorded and marked on each truck or trailer with permanent markings. Each truck or trailer will also be numbered for identification with a permanent marking.

3. Trucks or equipment, which are designated for use under this contract, shall not be used for any other work during the working hours of this contract. The Contractor shall not solicit work from private citizens or others to be performed in the designated work area during the period of this contract. Under no circumstances will the Contractor mix tree/brush debris hauled for others with tree/brush debris hauled under this contract.

4. Equipment used under this contract shall be rubber tired and sized properly to fit loading conditions. The Owner’s representative must approve excessive size equipment and non-rubber tired equipment.

8. REPORTING

1. The Contractor shall submit a report to the Owner’s representative during each day of the term of the contract. Each report shall contain, at a minimum, the following information:

Contractor’s Name

Contract Number

Crew

Location of work

Day of Report

Daily and cumulative totals of tree/brush debris removed, by category

2. Discrepancies between the daily report and the corresponding load tickets will be reconciled no later than the following day.

9. OTHER CONSIDERATIONS

1. The Contractor shall supervise and direct the work, using skillful labor and proper equipment for all tasks. Safety of the Contractor’s personnel and equipment is the responsibility of the Contractor. Additionally, the Contractor shall pay for all materials, personnel, taxes, and fees necessary to perform under the terms of this contract.

2. The Contractor must be duly licensed in accordance with the state’s statutory requirements to perform the work. The Contractor shall obtain all permits necessary to complete the work. The Contractor shall be responsible for determining what permits are necessary to perform under the contract. Copies of all permits shall be submitted to the City’s representative.

3. The Contractor shall be responsible for taking corrective action in response to any notices of violations issued as a result of the Contractors or any subcontractor’s actions or operations during the performance of this contract. Corrections for any such violations shall be at no additional cost to the City.

4. The Contractor shall be responsible for control of pedestrian and vehicular traffic in the work area. The Contractor shall provide all flag persons, signs, equipment, and other devices necessary to meet Federal, State, and local requirement. The traffic control personnel and equipment shall be in addition to the personnel and equipment required in other parts of this contract. Work shall be accomplished in a safe manner in accordance with Federal, State, and local requirements.

5. Contractor will be responsible for all repairs structures or facilities that are damaged during scope of work operations including but not limited to signs, light poles, gas meters, fire hydrants, and so forth.

6. Contractor will not close any thoroughfare streets without prior approval of the Owner’s representative. No thoroughfare streets shall be closed between the hours of 7:00 AM to 8:30 AM and between 4:00 PM to 6:00 PM.

7. The Contractor may work 7-days a week during daylight hours to complete the removal and processing of the debris.

10. MEASUREMENT

1. Measurement for tree/brush debris removed will be by the cubic yard as predetermined through truck bed measurement. Debris shall be firmed up in the bed by tamping with loading devices such as buckets or grapples. Trucks with less than full capacities will not be issued a load ticket unless approved by the Owner’s representative and an adjustment made in the quantity.

11. PAYMENT

1. Payment for the removal of tree/brush debris to include all costs associated with loading, hauling, dumping, processing and disposal will be paid for under the contract bid item for Removal and Disposal of Tree/Brush Debris.

2. Payment for mobilization and demobilization should be included in the unit price bid.

3. Payment for work completed may be invoiced on a weekly basis. Invoices will be based on verified quantities from the daily operational reports and valid load tickets.

4. All payments made under this contract will be in accordance with PAYMENTS clauses located in other sections of this contract.

12. OTHER CONTRACTS / SUBCONTRACTORS

1. Other contracts may have been issued.

2. The City reserves right to issue other contracts or direct other contractors to work within the area included in this contract.

3. Prior to contract award, the contractor shall submit a list of all subcontractors to the City.

13. ENCLOSURE/ATTACHMENTS

1. Bidding Schedule

................
................

In order to avoid copyright disputes, this page is only a partial summary.

Google Online Preview   Download