Power Line Tree Trimming123193

BASE CIVIL ENGINEER

MASSACHUSETTS AIR NATIONAL GUARD

971 SOUTH OUTER ROAD, BOX 22

OTIS AIR NATIONAL GUARD BASE

CAPE COD, MA 02542-1330

PROJECT NUMBER 123193

STATEMENT OF WORK

FOR

CONTRACT SERVICES

TO

POWER LINE TREE TRIMMING

AT

OTIS AIR NATIONAL GUARD BASE,

MASSACHUSETTS MILITARY RESERVATION,

CAPE COD MASSACHUSETTS

August 2015

FOR

UNITED STATES PROPERTY AND FISCAL OFFICER

MASSACHUSETTS NATIONAL GUARD

50 MAPLE STREET

MILFORD, MA 01757-3604

THROUGH

THE COMMONWEALTH OF MASSACHUSETTS

MILITARY DIVISION

JFHQ-MA

2 RANDOLPH RD

HANSCOM AFB, 01731

STATEMENT OF WORK

GENERAL REQUIREMENTS

SECTION 01000

1.0SCOPE OF WORK: Furnish all necessary equipment, labor, material and other support services to perform –-- 15 miles of Power Line Tree Trimming10 feet from the center line of the power lines or poles on either side, including all trees, shrubs and or vegetation above or below lines to allow for proper maintenance vehicles access.----As specified herein. These services shall be provided on a –contractual agreement- basis for the duration of this contract.

1.1HOURS OF OPERATION: Normal working hours for Otis ANG Base are 7:30 a.m. to 4:00 p.m., Monday through Friday excluding holidays. A list of official holidays will be given to the successful bidder at the pre-performance meeting. Should the Contractor desire to work other than normal hours, on weekends or holidays, they must request permission in writing from the Contracting Officer at least 72 hours in advance and obtain approval prior to the requested work time. Work requested outside normal work hours will be accomplished at no additional cost to the Government. Contractor is responsible all coordinating associated with their work efforts on the Base.

1.2QUALIFICATIONS: Contractor and /or his work Foreman must have been engaged in this type of business for at least 5 years prior to the date of their bid and shall have all appropriate licenses and/or certifications necessary to perform the work as outlined herein. Contractor shall provide the Contracting Officer and the BCE with a copy of said licensing and certifications prior to the commencement of any work under this contract.

1.3PERSONNEL RESTRICTIONS: Contractors personnel shall present a neat appearance at all times and be easily recognized. This may be accomplished by wearing distinctive clothing bearing the name of the company or by wearing appropriate badges, which contain the company and employee’s names.

1.3.1The Contractor shall not employ any person who is an employee of the United States or Commonwealth of Massachusetts Government, if said employment would create a conflict of interest. Nor shall the Contractor employ any person who is an employee of the Department of the Air Force, either military or civilian, unless such person seeks and receives approval in accordance with current Air Force Regulations.

1.3.2While the Quartermaster and the 102nd Intelligence Wing, MA ANG to not discourage their employment, the Contractor is cautioned that off-duty active military personnel hired under this contract may be subject to permanent change of station (PCS), change in duty hours, or deployment. Also that, Military Reservists and National Guardsmen may be subject to recall to active duty. The abrupt absence of these personnel could adversely affect the Contractor’s ability to perform.

1.4.GOVERNMENT INSPECTION: The Contracting Officer /BCE or his designated field representative will witness and/or inspect all aspects of the Contractor’s work to assess compliance with the Statement of Work and applicable codes. Should the Contractor’s work not be in compliance and/or rejected as a result of this inspection, said work shall bere-accomplished by the Contractor at the convenience of and at no additional cost to the Government.

1.5.QUALITY CONTROL: The Contractor shall appoint a Quality Control Manager (QC) and establish comprehensive Quality Control Program commensurate with specified job requirementsto assure the requirements of the contract are provided as specified.

1.6.PERFORMANCE EVALUATION MEETINGS/DISPUTES: The Contractor's Project Manager (PM) and/or Job Foreman/QCshall meet with the Quality Assurance Evaluator (QAE) or Contract Surveillance Monitor (SM) and the Contracting Officer (KO) as necessary during the contract to resolve all problems identified. The PM, KO, and QAE will sign the meeting minutes. Should direction be given by the Contracting Officer as a result of said meeting and should the Contractor disagree with the KO’s decision, he will, within seven (7) calendar days of the meeting date, state in writing to the KO any areas wherein there is non-concurrence.

1.7 ENVIRONMENTAL CONSIDERATIONS: The Contractor shall collect, transport,store, recycle, and dispose of all waste and recycling materials in accordance with all applicable laws and regulations of the Commonwealth of Massachusetts. The Contractor shall take every precaution to protect both land and water resources within the Base proper, on Cape Cod and throughout Massachusetts in general. Under no circumstances will waste or recycling byproduct be disposed of at other than the designated and/or an approved site for the specified byproduct. Should spillage of any kind occur, the Contractor must take immediate actions to contain said spillage and must immediately notify the Massachusetts Military Reservation (MMR) Fire Department by dialing x911 In addition, notification to the Contracting Officer's Representative (COR) and Environmental Management (102 MSG/EM), x4263 or x4671 shall be made within 60 minutes of the event. The Contractor shall comply with the applicable Federal, State and local laws and regulations concerning environmental pollution control and abatement, in effect on the bid date for this contract. All clean up and/or abatement and site restoration actions shall be at the direction of the Contracting Officer and at no additional cost to the Government.

1.8 SECURITY REQUIREMENTS: Otis ANG Base is a "closed" facility located on the Massachusetts Military Reservation (MMR). Entrance to the MMR and the Base is controlled and security is strictly enforced. To maintain security control the Wing Commander through 102d Security Forces has enacted the following requirements to comply with FAR 52.204-9 and HSPD-12 for Personal Identity Verification of Contractor Personnel. To achieve this, an NCIC (National Crime Information Center) background check will be accomplished on all contractor personnel prior to access to those facilities under jurisdiction of 102IW and Otis ANG Base. Contractor shall be required to furnish the identification of their personnel and that of their sub-contractors at the pre-performance meeting or no less than 5 business days prior to required access.

1.8.1 The BCE Construction Management (CM) Office, telephone (508) 968-4405 or 4724, will provide the successful bidder with an electronic copy of a Security Matrix, including directions, which is an excel spreadsheet, to be used to provide the necessary information described herein. The personal information shall be filled in on the security matrix as provided and shall be submitted via electronic media to the CM Office through the COR (Contracting Officers Representative) or POC identified. The Matrix includes instructions to complete, however must contain the following: Employer name, Employees name, Date of Birth and Citizenship, Country of Origin, Drivers License number and State of issue, Vehicle year, Type, Model, Vehicle Registration Plate number, make, model, year and State of issue.

1.8.2 All registration shall be accomplished through the BCE, Construction Management Office, (508-968-4405). Upon receipt of a completed matrix the Construction Representative (CR) will submit a request to Security Forces for processing. The CR will inform the Contractor when Base access has been approved and provide instructions on completing the badging process. Contractor shall ensure that all his employees, sub-contractors and their employees, and suppliers are registered for base entrance and that they shall remain within the designated "work site" as identified on drawings.

1.8.3 Compliance with the aforementioned requirements will minimize any delay in gaining access to the MMR, Otis ANG Base and the work site. Contractor is cautioned that the Government will not be held liable for any cost incurred due to delays encountered or for non-compliance or conformance with the aforementioned security requirements and procedures.

1.8.4. The Wing Commander has the authority to deny access to any individual deemed to be from unfriendly Nations or based on an unfavorable background check. Contractor will be notified immediately should either of these conditions exist.

1.9. SAFETY: All work shall be accomplished in accordance with applicable OSHA and AFOSH Standards. Contractor shall take all necessary precautions to ensure the work crew abides by industry safety standards in the performance of the work. Contractor’s personnel shall at minimum be give a Job Site briefing which includes but is not limited to; any and all environmental, fire, security and safety requirements specific to the performance of their job under this contract here at the Base. Contractor shall provide the KO and QAE with written documentation of this briefing. Additionally, the Contractor shall conform to any restrictions as may be outlined by the Base Safety Officer(508) 968-4007.

1.10. FIRE PROTECTION: The Contractor shall take all necessary precautions to ensure all operations are performed in a fire-safe manner. Daily cleanup plays an important role in ensuring fire safety. Contractor shall ensure the workers and work performed is completed in strict compliance with current State and Federal Codes and Regulations. In addition, he/she shall adhere to the requirements OTIS ANGB Instruction 32-2001, MMR Fire Prevention Policies while performing work throughout the MMR. This document is available through the MMR Fire Department or BCE representative. Reminder to all, “Burn Permits” are required for all welding and/or cutting. Fire Department needs to be involved with the coordination. Fire Prevention Office can be reached at (508) 968-7905, M-W-F 0830-1530 hours.

1.11. DAMAGE TO APPURTENANCES OR FINISHES: Building finishes or appurtenances soiled or damaged due to the Contractor's operations will be cleaned, repaired, replaced, or restored to a like condition prior to incidence. The restoration by whichever means shall be without cost to the Government. Misuse or abuse of Government property will be reason for default action under the terms of the contract.

1.12. SITE VISIT: All prospective bidders are encouraged to visit the site of work to familiarize themselves within the existing conditions and the scope of work. A site visit has been scheduled for 18 August 2015 at 10:00am. The POC for the site visit is LT Robin Montgomery. All contractors wishing to attend the site visit must contact LT Montgomery to announce their planned attendance.

Lt Montgomery:

Visitors will be required to sign the Bidders Register in Building 971. Bidders are cautioned that telephone or email arrangements must be madea minimum of 48 hours in advance to visit the job siteand that individual appoints will not be accommodated.

1.13.CONTINUED USE OF FACILITIES:

1.13.1. During this contract, the buildings and surrounding area will continue to be occupied. Work will be performed in an orderly manner with minimum disturbance and inconvenience to the occupants. The Contractor will confine his personnel to only those areas required in performing the work.

1.13.2. Contractor will inform the Base Civil Engineer sufficiently in advance of his proposed schedule so that the BCE can make arrangements to ensure prompt access to the work area.

1.13.3. The Contractor’s Work will regulate their work performance so as to cause a minimum of interference to activities of the Occupant and will maintain the buildings in an acceptable condition for occupancy at all times.

1.14.CONTRACT CHANGES:

1.14.1. The MA Air National Guard, through State Quartermaster and the Base Civil Engineer, reserves the right to modify the original contract by adding, subtracting, and/or substituting work elements within the scope of this contract. Any and all cost changes will be based on the unit pricing if provided with the Contractor’s Bid Proposal. All other request will be based on industry standards or like work already being performed.

1.14.2.Any and all changes to this contract shall be submitted through and approved by the Contracting Officer before they can be considered a part of this contract and/or before any payments can be issued to the Contractor

1.15.GOVERNMENT FURNISHED PROPERTY AND SERVICES:

1.15.1.GOVERNMENT FURNISHED MATERIALS: There are no Government furnished supplies or equipment for this contract.

1.16.STANDARD DEFINITIONS:

1.16.1.DEFECTIVE SERVICE: A unit of service that contains one or more defects or nonconformance with specified requirements.

1.16.2.PERFORMANCE REQUIREMENTS SUMMARY (PRS): Identifies the key performance indicators of the contract that will be evaluated by the Government to assure contract performance standards are met by the Contractor.

1.16.3.QUALITY ASSURANCE: Those actions taken by the Government to check services provided per the listing in the PRS to determine that they meet the requirements of the Performance Work Statement (PWS).

1.16.4.QUALITY ASSURANCE EVALUATOR: That Government person responsible for evaluating Contractor performance.

1.16.5.QUALITY CONTROL: Those actions taken by a Contractor to control the services provided so that they will meet the requirements of the PWS.

END OF SECTION

SC 0201-1