Obed Wild and Scenic River Wartburg, TN STATEMENT OF WORK

Obed Wild and Scenic River
Wartburg, TN
STATEMENT OF WORK:
Overlay Jett Parking and Lilly Bridge Parking Areas
DATED:
August 7, 2015
NATIONAL PARK SERVICE
SOUTHEAST REGION
NORTH MAJOR ACQUISITION BUYING OFFICE
SOW Format
1. Background
2. Project Identifiers
3. Place of performance
4. Period of performance
5. Scope
6. Task
7. General Work Requirements
8. Management
9. Safety and Environmental Compliance
10. Insurance
11. Contractor Use of Site
12. Motor Vehicle and Traffic Regulations
13. Employee Badges and Parking
14. Non-Payment for Additional Work
15. Conflict of Interest
16. Quality Control
17. Quality Assurance
18. Contractor’s Proposal Package
19. Inspection
20. Government-Furnished Property, etc.
21. Security
22. Travel
23. Food Storage Guidelines
24. Project Personnel
2
1. BACKGROUND
Obed Wild and Scenic River is located in Wartburg, TN. The park consists of 45.2 miles of rivers and
streams in deep gorges on the Cumberland Plateau. Wartburg is the county seat of Morgan County,
population 17,500. Rural in character Wartburg is only 45 miles from Knoxville, TN, a metropolitan
area. Wartburg is located only 23 miles from the City of Oak Ridge, TN. The climate is moderate:
Summer temperatures average in the high 80’s and low 90’s with relatively high humidity. Winter
temperatures occasionally reach zero degrees.
2. PROJECT IDENTIFIERS:
PMIS Number: 205413
Project Title: “Overlay Jett Parking and Lilly Bridge Parking”
3. PLACE OF PERFORMANCE:
Rock Creek Campground, Catoosa Road, Wartburg, TN
Park Address: Obed Wild and Scenic River
208 Maiden Street
Wartburg, TN 37887
4. PERIOD OF PERFORMANCE:
Contractor shall have no more than 30 calendar days to finish the project once work begins, with the only
exceptions of bad weather or other unforeseen events beyond the contractor’s control.
5. SCOPE:
The National Park Service (NPS), Obed Wild and Scenic River will be contracting the 32,308 square feet
micro-surface overlay for Jett Parking and Lilly Bridge Parking Areas. Painting and striping of all
parking and lane surfaces are to be included in the project.
6. TASK:
General Specifications
The Contractor shall furnish all labor, equipment, material, supplies, signage, traffic control, and
other incidentals necessary to provide 1 to 1.5 inch Micro Surfacing at the Jett Parking and Lilly
Bridge Parking Areas.
Micro Surfacing shall consist of a mixture of an approved polymer-modified emulsified asphalt,
mineral aggregate, water, and specified additives, proportioned, mixed and uniformly spread
over a properly prepared asphalt surface.
3
A tac coat primer shall be used to adhere the new asphalt to existing asphalt. A butt joint shall
keep all areas level where the new asphalt meets the other surfaces. “Tapering down” the new
asphalt to less than 1 inch thick to meet the existing asphalt will not be acceptable. The
completed Micro Surfacing shall leave a homogeneous mat, adhere firmly to the prepared
surface, and have a skid-resistant surface texture throughout its service life.
Aggregate: The aggregate shall consist of manufactured granite crusher fines. The smooth
textured crusher fines shall have less than 1.25% water absorption. The aggregate shall be gray
in color and clean and free from organic matter, other deleterious substances and clay balls.
Oversized granular material and/or presence of clay balls will require the project to be stopped
and shall meet the following requirements. The aggregate shall be spread uniformly.
Areas receiving Micro Surfacing will be allowed to cure from one to three hours or
until the treated pavement will not be damaged by traffic. The Contractor will protect the area
with suitable barricades or markers for the full curing period. Areas which are damaged
within 24 hours of application of Micro Surfacing, or prior to moving to new work locations,
shall be repaired by the Contractor at their expense.
Surface Preparation: Immediately prior to applying the Micro Surfacing, the surface shall be
cleared of all loose material, oil spots, vegetation and other objectionable material. Any standard
cleaning method will be acceptable. If water is used, cracks shall be allowed to dry thoroughly
before Micro Surfacing. Manholes, valve boxes, drop inlets and other service entrances shall be
protected from the Micro Surfacing by a suitable method. The Project Manager shall approve the
surface preparation prior to surfacing.
Weather Limitations: Micro surfacing shall not be applied if either the pavement or air
temperature is below 50°F (10°C) and falling, but may be applied when both pavement and air
temperatures are above 45°F (7°C) and rising. No Micro Surfacing shall be applied when there is
the possibility of freezing temperatures at the project location within 24 hours after application.
The Micro Surfacing shall not be applied when weather conditions prolong opening to traffic
beyond a reasonable time.
Traffic Control: Suitable methods shall be used by the contractor to protect the Micro
Surfacing from damage from all types of vehicular traffic. Opening to traffic does not constitute
acceptance of the work. The Project Manager shall be notified of the methods to be used. In
areas that are subject to an increased rate of sharp-turning vehicles, additional time may be
required for a more complete cure of the Micro Surfacing mat to prevent damage. Slight tire
marks may be evident in these areas after opening but will diminish over time with rolling
traffic. If these areas are not severely rutted, they should be considered as normal characteristics
of a Micro Surfacing.
Clean Up: All areas, such as man-ways, gutters and intersections, shall have the Micro
Surfacing removed as specified by the Project Manager. The Contractor shall remove any debris
associated with the performance of the work on a daily basis.
4
Permanent road surface marking of the parking areas and road surface in the Rock Creek
Campground are to be included. Marking is to be uniform, clean, straight, and of proper color to
adhere to highway standards.
A walk-through site visit is encouraged prior to quote submittal.
7. GENERAL WORK REQUIREMENTS:
Work Hours: 7:00am to 4:30 pm
Monday through Friday, excluding federal holidays.
Contractor shall coordinate the on-site work schedule with the Contracting Officer and the Contracting
Officer Representative (COR) five days prior to the performance start date. The COR may be reached by
mobile phone during normal business hours. Work outside of normal business hours shall be
preapproved by the Contracting Officer and the COR. All work to be performed in accordance with NEC
and/or local building code. Provide a portable restroom facility for contract workers. The portable
restroom unit will be placed in a location preapproved by the NPS and will be maintained and
serviced by the contractor. All construction debris will be cleaned up and removed daily by the
contractor at the contractor's expense and the work area will remain orderly at all times.
8. MANAGEMENT:
The contractor shall manage the total work effort in accordance with effective and efficient management
principles and safe working practices to ensure on time completion of this contract.
9. SAFETY AND ENVIRONMENTAL COMPLIANCE:


The contractor shall comply with pertinent provisions of the Occupational Safety and Health Act
(OSHA), and state, local, safety, laws.
The contractor shall comply with pertinent Environmental Protection Agency laws and
regulations.
The OBRI safety officer has the authority to issue restraint or cease-and-desist orders to the
contractor when violations or unsafe acts are present and threaten Government and contractor
employees or damage to Government property.
The contractor shall immediately report to the Contracting Officer, COR and OBRI safety officer
all accidents resulting in employee injury or death or damage to property while performing this
contract.
10. INSURANCE:
The Contractor shall be insured in accordance with the State of Tennessee insurance regulations. The
government is not responsible for damage to Contractor’s equipment, vehicles, tools, or materials or their
employees and any personal property brought on site. The government will not accept any liability due to
Contractor employee negligence.

Workers Compensation- The contractor shall furnish proof of worker’s compensation insurance
to the Contracting Officer for those employees performing work related to this contract and shall
comply with the Workman’s Compensation Laws of the State of Tennessee.
5

Liability- Contractor shall maintain a level of insurance that will protect the Contractor and
Government from any claims as a result of bodily injury (including death) and property damage
which may arise from and during the performance of this contract, and shall submit proof of
insurance to the Contracting Officer.
11. CONTRACTOR USE OF SITE:
Contractor shall have limited use of the site for construction operations. Limit use of premises to areas
within the Contract limits indicated in the specifications. Do not disturb portions of the project site
beyond areas in which the work is indicated. Contractor will prevent damage to natural surroundings.
Damage to natural surroundings will be restored through NPS approved methods or repairing or
replanting, at no additional cost to the government.
12. MOTOR VEHICLE AND TRAFFIC REGULATIONS:
Contractor employees operating motor vehicles shall possess a valid driver's license. Driver and vehicle
permits, licenses, registrations and proof of insurance shall be maintained in the vehicle at all times and
made available upon request. Contractor employees shall comply with federal vehicle motor law
requiring seat belts be worn at all times. Contractor employees shall adhere to the posted speed limits.
Contractor employees are expected to comply with all OBRI regulations.
13. EMPLOYEES BADGES/PARKING. All contractor employees shall comply with parking
procedures published for OBRI. Contractor employees shall return any OBRI issued personal or vehicle
identification badges immediately upon termination of employment or completion of this contract.
14. NON-PAYMENT FOR ADDITIONAL WORK:
Any additional contractor performed services not specified in contract, either at its own volition or at the
request of an individual other than the appointed Contracting Officer, expect as may be explicitly
authorized in the contract, shall be performed at the financial risk of the Contractor. Only the appointed
Contracting Officer is authorized to bind the Government to a change in specifications, contract terms, or
conditions.
15. CONFLICT OF INTEREST:
The contractor shall not employ off-duty COR’s or other Government employees if such employment
would create a conflict of interest or be contrary to the policies contained in conflict-of-interest directives.
16. QUALITY CONTROL:
The contractor shall establish and maintain a Quality Control Plan (QCP) to ensure the work performed
conforms to the contract requirements. The Performance Requirements Summary establishes
performance standards that are the minimum requirements for acceptable performance of required
services. The contractor’s QCP shall address methods for remedying poor performance. The Contractor
shall develop QCP and submit with proposal package. The Contractor’s QCP includes:
 Required services identified in Performance Requirements Summary
 Contractor’s surveillance methodology
 Method and timeframe for responding to COR or customer complaints
 Progress meetings with Government stakeholders
6
17. QUALITY ASSURANCE:
The COR will monitor the contractor’s performance under this contract using the quality assurance
procedures specified in the Government’s Quality Assurance Surveillance Plan (QASP). The QASP may
be modified after contract award upon review and acceptance of the contractor’s QCP to ensure both
plans are mutually supportive. The purpose of the QASP is to ensure that the required services are
performed in accordance with the contract requirements. The plan ensures reliable and continued
operation by precluding unnecessary complaints and unacceptable performance. Government’s QASP
includes:
 Acceptance of the contractor’s quality control plan
 Random inspection of the contractors work
 Communicating customer complaints
 Progress meetings with the contractor
18. CONTRACTOR’S PROPOSAL PACKAGE:
The following deliverables are to be submitted with offer in response to RFQ.



Executed Request for Proposal Documents (SF 1442 and all SF30s)
Technical approach to perform required services (5 page limit)
Past Performance (5 page limit)
19. INSPECTION:
The Government will conduct inspection upon completion of required services. Final payment will be
processed upon confirming that all noted contractor performance deficiencies have been satisfactorily
corrected.
20. GOVERNMENT-FURNISHED PROPERTY, MATERIAL, EQUIPMENT, OR
INFORMATION (GFP, GFM, GFE, OR GFI):
None.
21. SECURITY:
Replacement of Contractor Employee for Security Reasons. The Government retains the right to request
removal of the contractor’s employee(s), regardless of prior clearances.
22. TRAVEL:
Contractor is encouraged to make a site visit prior to bidding the project.
23. FOOD STORAGE GUIDELINES:
All Contractor employees shall comply with OBRI food storage guidelines. All food items must be
stored in a hard sided vehicle or in a food storage locker and must never be left unattended. "Food"
includes any item with a scent, regardless of packaging. This may include items that you do not consider
food, such as canned goods, bottles, drinks, soaps, cosmetics, toiletries, trash, ice chests (even when
empty), and unwashed items used for preparing or eating meals.
7
24. PROJECT PERSONNEL:
Technical Representative: Wallace Linder
Phone 423-569-2404 ext 321
Email: [email protected]
Project Manager, COR: Johanna Wheeler
Phone: 423-569-9778
Email: [email protected]
Chief; Facility Management: Johanna Wheeler
Phone: 423-569-9778
Email: [email protected]
8