Statement of Work Tree Planting Services 202 Parkway, Montgomery County
|
|
- Lenard Green
- 6 years ago
- Views:
Transcription
1 Statement of Work Tree Planting Services 202 Parkway, Montgomery County SPECIAL PROVISIONS Governing Specifications Service Requirements Purchase Order Validity Period Option to Renew Option to Extend Estimated Quantities Subcontracting Contract Representative Work Zone Traffic Control Requirements (WZTC) Work Schedule and Work Schedule Requirements Evaluation of Work Property Damage Pre-Service Meeting Invoice and Billing Instructions Spill Plan & Spill Kit Strategic Environmental Management Program (SEMP) PAY ITEMS: Item 1: Tree Planting Item 2: Period of Plant Establishment ATTACHMENTS Attachment 1, Contractor Information Form Attachment 2, Confirmation of Service Form, OS-501 Attachment 3, Roadside Activity Report, M-609 Attachment 4, Landscape Planting Plan, Route 6202 Section 711, Sheets 1-3 Attachment 5, Bracing and Planting Details (RC-91M), Sheets 1-2 Attachment 6, Period of Plant Establishment Specification Attachment 7, Sample Plant Establishment and Replacement Schedule Revision of 12/13/2016 1
2 SPECIAL PROVISIONS GOVERNING SPECIFICATIONS The purpose of this Invitation for Bid (IFB) is to procure a Contractor to perform Tree Planting Services along the 202 Parkway in Montgomery County for the Pennsylvania Department of Transportation (hereinafter referred to as PennDOT). These services are to be performed in accordance with this Statement of Work and PennDOT Publication 23 Maintenance Manual, Chapter 13. A copy of PennDOT Publication 23 can be found at: To access program requirements on the website, select 'Forms, Pubs, & Maps'. Then click on the Search button and type in 'Pub 23' in search field, and select the magnifying glass. In the event there is a conflict among the documents comprising this Contract, the Commonwealth and the Contractor agree on the following order of precedence: the Contract; the IFB; and the Contractor's Bid in Response to the IFB. Prior to the bid, all questions shall be directed to the Purchaser. The District s project manager for this contract will be the District Roadside Specialist Supervisor (DRSS) or designee. SERVICE REQUIREMENTS This work is the furnishing of all material, equipment, personnel, liability insurance, safety equipment and best operational practices necessary for efficient tree planting services under this contract. In addition, the Contractor shall furnish all material, equipment, personnel, liability insurance, safety equipment and best operational practices necessary for the successful completion of the 12-month Period of Plant Establishment (See Attachment 6). Work is to be performed along the 202 Parkway in Montgomery County in PennDOT District 6-0 (the District). The services provided shall be consistent with standard operating procedures and applicable Federal, State, Local laws, rules, and regulations for the protection of public health and the environment, including following OSHA safety requirements. PURCHASE ORDER VALIDITY PERIOD The initial validity period will be two (2) years. OPTION TO EXTEND The Department reserves the right to extend a purchase order for up to three (3) months upon the same terms and conditions. ESTIMATED QUANTITIES All quantities are estimated and the Department reserves the right to increase or decrease these quantities based upon need. SUBCONTRACTING Subcontracting is not permitted under this contract. CONTRACT REPRESENTATIVE The Contractor shall assign one of its employees to serve as the Contract Representative. The Contractor's Contract Representative will be the Contractor s sole contact person designated to interact Revision of 12/13/2016 2
3 and communicate with the Department on all contract-related activities and issues. The assigned Contractor Representative must be proficient in the English language. The Contractor shall provide the Department with its Contract Representative's contact information including name, title, cell phone number, and address. The Contractor's Contract Representative shall have the authority to make all contract-related decisions. The Contractor shall notify the Department immediately, in writing, of any change involving the individual serving in this position. The Contractor must complete and submit the attached Contractor Information Form (Attachment 1) to the PennDOT Purchasing Agent within 3 business days of notice of apparent low bidder status. WORK ZONE TRAFFIC CONTROL REQUIREMENTS (WZTC) The costs of Maintenance and Protection of Traffic as required by Publication 213 for performing work on two-lane and/or two-way highways is considered incidental and will not be paid for separately. A copy of PennDOT Publication 213 can be found at: To access program requirements on the website, select 'Forms, Pubs, & Maps'; In the 'Document Type' field, using the drop down menu, select 'Publication'; In the 'Topic' field, using the drop down menu, select 'Maintenance and Operations'; Select the 'Filter' button; Scroll down to 'Pub 213' and select the link to the document. Conduct Maintenance and Protection of Traffic in accordance with the current version of Publication 213. Provide all traffic control setups, shadow vehicles, signage, warning lights, flags, flashing lights, and any other work zone traffic control equipment required by Publication 213 necessary to ensure the safety of the traveling public and minimize interference with the normal flow of traffic. Contractor shall not close any lanes of travel without prior coordination with the DRSS. With the exception of emergency work, no work will be permitted from 6:00 AM to 9:00 AM or from 3:00 PM to 6:00 PM without written consent of the DRSS. WORK SCHEDULE AND WORK SCHEDULE REQUIREMENTS The crew foreperson must make a call-in (working/not working) to the DRSS or designee each day; this report is to be made by 6:30 AM. At the end of each working day, a call-out must be made to the DRSS or designee each day by 3:30 PM. In all cases, if the DRSS is not available, the Contractor must send the DRSS and designee an to communicate work status and location. Each daily call-in must include notification if Work Zone Traffic Control (WZTC) measures will be used during the day. If the WZTC requirement changes from what was reported in the daily call-in, the DRSS and designee must be notified immediately by . Unless otherwise directed by the DRSS or designee, a work shift may begin no earlier than sunrise and end no later than sunset, provided sufficient daylight and/or weather conditions exist to allow for the safe completion of work activities. During times of inclement weather or special events, the DRSS or designee may postpone work until a more suitable time. If requested and/or it is deemed to be in the best interest of PennDOT, the DRSS may allow a revised work schedule. EVALUATION OF WORK The work of the Contractor is subject to inspection by PennDOT at any time. Revision of 12/13/2016 3
4 Unannounced inspections of tree planting operations may be performed by the DRSS or a designee. Deficiencies found during an inspection shall be corrected, at no cost to PennDOT, before the tree planting operation resumes. The DRSS will have the authority to stop work being performed under this contract at any time and for any reason. PROPERTY DAMAGE The contractor shall repair or replace any PennDOT property, or private property, damaged during both the initial planting, and also during work activities associated with the Period of Plant Establishment operations, at no additional cost to PennDOT. Contractor must address verification of damage immediately upon notification. If liable for repairs or replacements, Contractor must initiate remedy work immediately. The DRSS shall be copied on all damage investigation & repair/replacement correspondence. PRE-SERVICE MEETING The DRSS will contact the Contractor to schedule a Pre-Service Meeting after the purchase order is issued. The Pre-Service Meeting will be held at the PennDOT District 6-0 Office at 7000 Geerdes Blvd., King of Prussia, PA The contractor will have seven (7) calendar days to be ready to start work after the Pre-Service Meeting is held. INVOICE AND BILLING INSTRUCTIONS The Contractor shall complete a Roadside Activity Report (Form M-609; See Attachment 3) at the completion of each day s work. The schedule for submission of the M-609 will be established during the pre-service meeting. For Item 1, "Tree Planting of Hybrid Eastern Red Cedar", a completed Confirmation of Services Form (Form OS-501; See Attachment 2), as well as all related M-609 s shall be submitted by the Contractor to the DRSS, for review and verification, upon completion of work. For Item 2, Period of Plant Establishment, quarterly submission (every three months) of a Confirmation of Services Form (Form OS-501; See Attachment 2) is required. The Contractor shall submit a completed Confirmation of Services Form with three individual month s M-609 forms, which shall correspond to the work proposed on the Plant Establishment and Replacement Schedule. The OS-501 Form shall be itemized, include sufficient detail, and coordinate with the line items on the Purchase Order. Untimely or incomplete submissions of Form OS-501 and required supporting documentation (including M-609s) may delay processing of a proper invoice as required by the Payment section of the Terms and Conditions. PennDOT reserves the right, throughout the life of the contract, to make changes to Forms M-609 and/or OS-501, including their instructions, content, and all other requirements. The Contractor shall submit a commercial invoice to the address shown on the first page of the Purchase Order. The Contractor's invoice must reflect the items and descriptions shown on the Purchase Order and include the purchase order number, item numbers, unit prices, date of service, a description of the work performed, and all other information as required by the Terms and Conditions. SPILL PLAN & SPILL KIT Contractor must submit a Spill Plan to the DRSS at the Pre-Service Meeting. The plan shall detail the steps that will be taken to contain any and all fluids and material that may accidentally be discharged by any of the equipment. In addition, the plan shall provide direction to the crew on the cleanup and disposal Revision of 12/13/2016 4
5 process of any/all leaked contaminants or material. If an environmental remediation company will be utilized, the name of the company and contact must be supplied. Contractor must equip each crew with a Spill Kit. The Contractor's Spill Kit(s) must be presented to the DRSS at the Equipment Inspection. The Spill Kit must be capable of containing any and all fluids and material that may accidentally be discharged by any of the Contractor's equipment to prevent the discharge from entering any inlets or water ways. Contractor will check the spill kit on a monthly basis throughout the term of the contract to insure it is complete and functional. Both the Spill Plan and the Spill Kit shall be kept in one work vehicle assigned to this contract at all times. STRATEGIC ENVIRONMENTAL MANAGEMENT PROGRAM (SEMP) PennDOT has implemented a Strategic Environmental Management Program (SEMP) which complies with the ISO 14001:2004 standard. As part of SEMP, the Commonwealth of Pennsylvania has established a Green Plan Policy that can be found at: To access program requirements on the website: Type in 'SEMP' in search field, and select the magnifying glass. Then select Pollution Prevention' and review site. The Green Plan Policy is designed protect the environment, conserve resources and comply with environmental laws and regulations. The Contractor shall ensure that its personnel are aware of the Commonwealth of Pennsylvania s commitment to protecting the environment, are properly trained about the environmental impacts of their work and are competent (through appropriate work experience, job training or classroom education) to perform the work that they do. PAY ITEMS Item 1: Tree Planting of Hybrid Eastern Red Cedar DESCRIPTION: This work is the furnishing of all material, equipment, personnel, liability insurance, safety equipment and best operational practices necessary for efficient necessary tree planting services under this contract. Trees shall be installed according to the "Landscape Planting Plan, Route 6202, Section 711, Sheets 1-3 (Attachment 4), and Bracing and Planting Details RC-91M, Sheets 1-2 (Attachment 5). Tree planting locations shall be staked out in the field by the DRSS prior to planting; no planting shall take place until written approval has been given by the DRSS or designee. PennDOT reserves the right to make minor field adjustments to planting locations in any area on the north side of the road, within the limits shown on the landscape plan (Attachment 4). Overgrown weeds and brush that have occurred in the proposed planting areas since construction was completed will be removed by PennDOT prior to planting. With the exception of the eight (8) trees shown on Sheet 1 of STA 200, all trees will be planted in areas that were cleared, grubbed, graded and seeded during the original construction project (See revised Attachment 4). The eight (8) trees in question will be planted in a location that was undisturbed by the construction project. Commented [AD1]: Planting clarification #1 Commented [AD2]: Planting clarification #2 Commented [AD3]: Commented [AD4]: Commented [AD5]: Planting clarification #3 Commented [AD6]: Planting clarification #4 Revision of 12/13/2016 5
6 All plant material, soil supplements, mulch and other required material shall be furnished and installed in accordance with Publication 408, Section 808, Plants Planting and Transplanting. PAY ITEM, UNIT OF MEASURE: Each Item 2: Period of Plant Establishment DESCRIPTION: This work is the furnishing of all material, equipment, personnel, liability insurance, safety equipment and best operational practices necessary for the successful completion of the 12-month Period of Plant Establishment (See Attachment 6). Contractor shall submit a Plant Establishment and Replacement Schedule (See Attachment 7) to the DRSS at the Pre service Meeting, which shall include, but not be limited to: monthly schedule, specific work items planned, and anticipated date of completion. Tree installation work shall not begin until the DRSS notifies the Contractor of the acceptance of the Plant Establishment and Replacement Schedule in writing. Upon completion, the Contractor shall notify the DRSS and request a final inspection. Within 5 days notice of the final inspection request, the DRSS shall complete a final inspection. If the project is accepted by the DRSS, the Contractor will be notified within 2 days of the final inspection in writing, and the twelve (12) month Period of Plant Establishment shall begin. If the project is not accepted by the DRSS, the Contractor will be notified within 2 days of the final inspection in writing, and a list of deficient items will be identified. Upon receipt, the Contractor shall provide a corrective action plan and schedule to address deficiencies within one (1) week. Payment for this item shall be made in quarterly (every three months) payments, which shall correspond to the date of project acceptance, and the tentative final date of Period of Plant establishment completion. PAY ITEM, UNIT OF MEASURE: Monthly Revision of 12/13/2016 6
Statement of Work Trash Pick up and Removal for Delaware County Revision of TABLE OF CONTENTS
Statement of Work Trash Pick up and Removal for Delaware County Revision of 05-04-2016 TABLE OF CONTENTS 1. General Information A. Purpose and Overview B. Inspection 2. Scope of Work A. Description B.
More informationStatement of Work Trash Pick up and Removal for Delaware County Version 6, July 16, 2015 TABLE OF CONTENTS
Statement of Work Trash Pick up and Removal for Delaware County Version 6, July 16, 2015 TABLE OF CONTENTS 1. General Information A. Purpose and Overview B. Inspection 2. Scope of Work A. Description B.
More informationModular Unit Rental Route 309 Stockpile, PennDOT Montgomery County Maintenance Statement of Work
GOVERNING SPECIFICATIONS The purpose of this Invitation for Bid (IFB) is to procure a rented Modular Unit for the Pennsylvania Department of Transportation (hereinafter referred to as PennDOT) Montgomery
More informationPennsylvania Department of Transportation District 8-0 Rest Area Site G Specifications for Landscaping and Lawn Maintenance
Revised 2/15 Pennsylvania Department of Transportation District 8-0 Rest Area Site G Specifications for Landscaping and Lawn Maintenance 1. DESCRIPTION The contractor shall furnish all equipment, personnel
More informationElectrical System, Maintenance and Repair Services For the PennDOT District 6-0 Office and Lab Buildings Statement of Work
Provisions - Governing Specifications - Publication 408 Requirements - Contract Validity Period - Option To Extend - Estimated Quantities - Experience Requirements - Subcontracting - Work Performance Requirement
More informationPennsylvania Department of Transportation District 8-0 Rest Area Sites 45 and 46 Specifications for Landscaping and Grounds Maintenance
Revised 2/18 Pennsylvania Department of Transportation District 8-0 Rest Area Sites 45 and 46 Specifications for Landscaping and Grounds Maintenance 1. DESCRIPTION The contractor shall furnish all equipment,
More informationMowing Solicitations Addendum 2 Attachment 1: Questions & Answers
1. Q: What are the specific reasons PennDOT prohibits using subcontractors for this work? A: This is within PennDOT s discretion. 2. Q: Are costs incurred by the contractor s utilization of Work Zone Traffic
More informationAPPENDIX A STATEMENT OF WORK SCRAP RUBBER/TIRE REMOVAL AND RECYCLING SERVICES
APPENDIX A STATEMENT OF WORK SCRAP RUBBER/TIRE REMOVAL AND RECYCLING SERVICES 1. CONTRACT SCOPE/OVERVIEW: This Contract (identified here and in the other documents as the Contract ) will cover the requirements
More informationADDENDUM NO. 3. Item 3 NOTICE OF OPPORTUNITY - REPLACE in its entirety with the attached ***REVISED 08/03/2018
Construction Contracts Administration, Procurement Contracts & Materials Management (PCMM) Oregon State University 644 SW 13 th Ave. Corvallis, Oregon 97333 P 541-737-4261 F 541-737-5546 oregonstate.edu
More informationTEXAS DEPARTMENT OF TRANSPORTATION COLLECTION AND REMOVAL OF COMPOSTABLE MATERIALS YARD AND FOOD WASTE
TEXAS DEPARTMENT OF TRANSPORTATION SPECIFICATION NO. COLLECTION AND REMOVAL OF COMPOSTABLE MATERIALS YARD AND FOOD WASTE PUBLICATION This specification is a product of the Texas Department of Transportation
More informationTEXAS DEPARTMENT OF TRANSPORTATION
TEXAS DEPARTMENT OF TRANSPORTATION SPECIFICATION NO. PREVENTIVE MAINTENANCE AND REPAIR SERVICES FOR APOGEE BUILDING AUTOMATION MANAGEMENT SYSTEM PUBLICATION This specification is a product of the Texas
More informationInvitation for Bid - Standard Office Furniture / Task Chair
Invitation for Bid - Bid#2016-09-001 Instructions to Bidders 1. General Information Rice University is issuing this Invitation for Bid (IFB) for the procurement of goods and/or trade services as described
More informationWater Pollution Control for Work in Sensitive Areas
Water Pollution Control for Work in Sensitive Areas 10-1. WATER POLLUTION CONTROL The Contractor is advised that failure to fully comply with the provisions of this Section, and all requirements listed
More informationBID BLACKTOP RESURFACING
PO Box 159 Wascott, WI 54890 BID BLACKTOP RESURFACING - 2015 General Information for Bidders Sealed bids must be received by 12:00 Noon, Monday, June 29, 2015, at the Wascott Town Hall as stated in the
More informationWarren State Hospital, Statement of Work Electrical Distribution Infrared Inspection ANTICIPATED PERIOD OF CONTRACT
ANTICIPATED PERIOD OF CONTRACT The anticipated term of contract: October 1, 2016 (or upon full execution of contract; whichever is later) through June 30, 2021. The Inspection Service and Reports will
More informationOUTAGAMIE COUNTY REQUEST FOR BID FOR HAULING SERVICE OF RECYCLABLE PLASTIC BALES FOR THE DEPARTMENT OF RECYCLING & SOLID WASTE
OUTAGAMIE COUNTY REQUEST FOR BID FOR HAULING SERVICE OF RECYCLABLE PLASTIC BALES FOR THE DEPARTMENT OF RECYCLING & SOLID WASTE Due Date: August 3, 2017 1.0 Overview The Outagamie County Department of Recycling
More informationCITY OF FULTON, MISSOURI INVITATION FOR BID
CITY OF FULTON, MISSOURI INVITATION FOR BID MAIL BIDS TO: CITY OF FULTON C/O Courtney Crowson, City Clerk P.O. BOX 130 FULTON, MO 65251-0130 HAND DELIVER TO City Clerks Office: 18 EAST 4 TH. STREET EXPRESS
More informationPROJECT MANUAL for Phantom Canyon Tunnel Repair Project. Location On Fremont County Road miles North of Intersection US Highway 50 with FCR 67
August 28, 2018 PROJECT MANUAL for Phantom Canyon Tunnel Repair Project Location On Fremont County Road 67 7.5 miles North of Intersection US Highway 50 with FCR 67 Fremont County, Colorado OWNER: Fremont
More informationCITY OF GOODLETTSVILLE STREET SWEEPING SPECIFICATIONS
CITY OF GOODLETTSVILLE STREET SWEEPING SPECIFICATIONS Whereas the City of Goodlettsville, hereinafter called City, desires to obtain the service of a private contractor for cleaning and sweeping certain
More informationTEXAS DEPARTMENT OF TRANSPORTATION STATEWIDE RAILROAD FLAGGING SERVICES
TEXAS DEPARTMENT OF TRANSPORTATION STATEWIDE RAILROAD FLAGGING SERVICES SPECIFICATION NO. PUBLICATION This specification is a product of the Texas Department of Transportation (TxDOT). This specification
More informationSPECIFICATIONS FOR ROOF SYSTEM MAINTENANCE AND REPAIR CONTRACT
COMMONWEALTH OF PENNSYLVANIA DEPARTMENT OF TRANSPORTATION SPECIFICATIONS FOR ROOF SYSTEM MAINTENANCE AND REPAIR CONTRACT AT ENGINEERING DISTRICT 8-0 and 8-5 (Countywide) 2140 HERR STREET HARRISBURG PA
More informationSPECIFICATIONS PART 1
HIGH DENSITY FILING SYSTEMS & EQUIPMENT Page 1 SPECIFICATIONS PART 1 CONTRACT SCOPE/OVERVIEW: Any contract resulting from this Commonwealth Bid Invitation Number will cover the requirements of all Commonwealth
More information1. Revision to page 170
ADDENDUM No. 2 IFB No.V-1208A Design, Build, Operate and Maintain a new turnkey CNG Fueling Station. Date: January 7, 2015 To Prospective Bidders: The purpose of this addendum is to clarify answers in
More informationNOTIFICATION OF ADDENDUM ADDENDUM NO. 2 DATED 9/11/2017
NOTIFICATION OF ADDENDUM ADDENDUM NO. 2 DATED 9/11/2017 Control 6287-61-001 Project RMC - 628761001 Highway IH0035 County WEBB Ladies/Gentlemen: Attached please find an addendum on the above captioned
More informationPW # 2-18 TENDER FOR SUPPLY & APPLY CRUSHED GRANITE
Tender Number: PW #2-18 Sealed Tenders will be clearly marked and received by: Corporation of the Township of Ryerson 28 Midlothian Road Burk s Falls, Ontario P0A 1C0 (705) 382-3232 Closing Date: THURSDAY
More informationRegulatory Guide 2.19
Regulatory Guide 2.19 Issuance Date: December 1, 2011 Guide for Submission of Documents and Fees by Low Level Radioactive Waste Shippers and Transporters I. INTRODUCTION A. Approval Process Radiation Safety
More informationSECTION 9000 MAINTENANCE SERVICES
SECTION 9000 MAINTENANCE SERVICES 9000 MAINTENANCE SERVICES... 1 9001 LEGISLATIVE AUTHORITY... 1 9002 GENERAL MAINTENANCE... 1 9003 PEDESTRIAN OVERPASSES... 1 9003.1 GENERAL MAINTENANCE... 1 9003.2 WINTER
More informationADDENDUM 1. Repair and Maintenance of Landfill Gas Chiller System. Return date: Bid must be received no later than 2:00 PM, Monday, June 25, 2018
ADDENDUM 1 Date: June 13, 2018 Bid No.: Title: 18-11/AL Repair and Maintenance of Landfill Gas Chiller System Return date: Bid must be received no later than 2:00 PM, Monday, June 25, 2018 This Addendum
More informationMOBILE FOOD VENDOR LICENSE APPLICATION
MOBILE FOOD VENDOR LICENSE APPLICATION BUSINESS NAME AS DISPLAYED ON THE VEHICLE OR CART: Write the name and address of the location where the food truck/cart is kept overnight: APPLICANT INFORMATION:
More informationAPPENDIX A TECHNICAL SPECIFICATIONS FORM ITN FACILITIES REPAIR AND MAINTENANCE OF GENERATORS
SCOPE OF WORK It is intent of JEA to to obtain a qualified Contractor to perform the scheduled and emergency repair and maintenance of over 506 generators throughout the JEA service territory in the following
More informationBID INSTRUCTIONS. Montour County Courthouse Retaining Wall Repair Project
BID INSTRUCTIONS Montour County Courthouse Retaining Wall Repair Project The Montour County Commissioners are receiving bids for the Courthouse Retaining Wall Repair Project. The parking lot is located
More informationSPECIFICATION LAUNDRY CHEMICAL DISPENSING SYSTEMS SOLICITATION NO Revised
SPECIFICATION LAUNDRY CHEMICAL DISPENSING SYSTEMS SOLICITATION NO. 6100034941 Revised 6-20-16 SCOPE: The Commonwealth of Pennsylvania, Department of General Services (DGS) is issuing this Invitation for
More informationINVITATION TO BID FOR CONSTRUCTION OF A MID-BLOCK PEDESTRIAN CROSSING Gateway85 Gwinnett CID May 25, 2018
INVITATION TO BID FOR CONSTRUCTION OF A MID-BLOCK PEDESTRIAN CROSSING Gateway85 Gwinnett CID Bid Due to the CID by: June 8, 2018, 2:00 PM EDT Background: The Gateway85 Community Improvement District (CID)
More informationWUPRPM Regulations and Procedures Effective: November 11, 2005 R. Purchasing and Financial Obligations Revision Date: July 1, 2015.
Table of Contents 1. Purpose... 3 2. Definitions... 3 3. Limits and Thresholds... 4 4. Competitive Bidding... 4 5. Request for Quotation/Request for Proposal... 5 6. Bid Information... 5 7. Bid Bonds...
More informationTEXAS DEPARTMENT OF TRANSPORTATION GENERAL SERVICES DIVISION ON-SITE MOBILE MAINTENANCE AND REPAIR SERVICE PUBLICATION
TEXAS DEPARTMENT OF TRANSPORTATION GENERAL SERVICES DIVISION ON-SITE MOBILE MAINTENANCE AND REPAIR SERVICE PUBLICATION * This specification is a product of the Texas Department of Transportation (TxDOT).
More informationStatement of Work For Mowing of Secondary Roadways Version 8, April 22, 2015 TABLE OF CONTENTS
Statement of Work For Mowing of Secondary Roadways Version 8, April 22, 2015 TABLE OF CONTENTS 1. General Information A. Purpose and Overview B. Inspection 2. Scope of Work A. Description B. Type, Location,
More informationPUBLIC WORKS COMMISSION 2018 STREET EXCAVATION PERMIT PROCEDURE
PUBLIC WORKS COMMISSION 2018 STREET EXCAVATION PERMIT PROCEDURE GENERAL Final restoration of areas within the public right-of-way associated with Street Excavation Permits shall be completed as determined
More informationTEXAS DEPARTMENT OF TRANSPORTATION GENERAL SERVICES DIVISION REMOVAL OF RECYCLABLE MATERIALS SCRAP PAPER, ALUMINUM CANS, AND PLASTIC BOTTLES
TEXAS DEPARTMENT OF TRANSPORTATION GENERAL SERVICES DIVISION SPECIFICATION NO. * REMOVAL OF RECYCLABLE MATERIALS SCRAP PAPER, ALUMINUM CANS, AND PLASTIC BOTTLES PUBLICATION This specification is a product
More informationREQUEST FOR PROPOSALS AUDIT
REQUEST FOR PROPOSALS 2017-18 AUDIT PROFESSIONAL AUDIT SERVICES ANNUAL FINANCIAL STATEMENT PROPOSAL DEADLINE DATE Tuesday, February 6, 2018 at 3:00pm SUBMIT PROPOSAL TO: Ahmad Sheikholeslami Chief Business
More informationSTATE CATCH BASIN CLEANING BID
ROBERT J. ROSA, CHAIR 11318 MAIN STREET JAMES BOWERS, VICE CHAIR P. O. BOX 68 TED MICK, MEMBER HONOR, MI 49640-0068 MATT SKEELS, MANAGER (231) 325-3051 (231) 325-2767 FAX Your Local Road Professionals
More informationInnovation and Expansion Project
Innovation and Expansion Project Invitation for Bid (IFB) 6100037453 Statement of Work Project Name: Department: Date: March 2016 Innovation and Expansion Project - Students with Disabilities Transition
More informationREQUEST FOR PROPOSAL Refrigerators Delivery, Setup, Pickup and Disposal
REQUEST FOR PROPOSAL Refrigerators Delivery, Setup, Pickup and Disposal Multi-Purpose Community Action (MPCAA), a nonprofit corporation and special district of the Commonwealth of Kentucky, in accordance
More information901 STORMWATER POLLUTION MANAGEMENT SECTION 901 STORMWATER POLLUTION MANAGEMENT
SECTION 901 STORMWATER POLLUTION MANAGEMENT 901.1 DESCRIPTION Design, implement, inspect and maintain appropriate best management practices to minimize or eliminate erosion, sediment and other pollutants
More informationDEPARTMENT OF PROCUREMENT SERVICES CITY OF CHICAGO. January 2, 2018 ADDENDUM NO. 1 FOR
DEPARTMENT OF PROCUREMENT SERVICES CITY OF CHICAGO January 2, 2018 ADDENDUM NO. 1 FOR Median and Boulevard Landscape Maintenance and Services North Region This document contains: Specification No. 220844
More information2.1 The Contractor shall furnish and maintain this system for measuring and delivering realtime messages for the work zone.
Work Zone Intelligent Transportation System NJSP-15-32 1.0 General. The Work Zone Intelligent Transportation System (WZITS) shall be a portable, real-time, automated, solar powered system that calculates
More informationITN-DOT-15/ PM EXHIBIT A SCOPE OF SERVICES D4 RAPID INCIDENT SCENE CLEARANCE (RISC)
EXHIBIT A SCOPE OF SERVICES RAPID INCIDENT SCENE CLEARANCE (RISC) FOR DISTRICT FOUR 1. PROJECT OBJECTIVE 1.1 In an effort to provide the traveling public of the State of Florida a cost effective, high
More informationINVITATION FOR BID (IFB):
DATE: May 8, 2018 ADDENDUM NO. 1 INVITATION FOR BID (IFB): B180022132 RPD Furnish & Install Ballistic Glass Lobby Counters IFB #B180022132 WAS ISSUED: Wednesday April 25, 2018 RECEIPT DATE: May 23, 2018
More informationPennDOT Pub. 170 Highway Occupancy Permit (HOP) Manual Page 56
PennDOT Pub. 170 Highway Occupancy Permit (HOP) Manual Page 56 Additional Fees Additional fees may be charged by PennDOT consistent with Sections 411 and 420 of the State Highway Law and Regulations 441.4(d)
More informationRAPID INCIDENT SCENE CLEARANCE (RISC)
Approved: Effective: September 18, 2008 Traffic Engineering and Operations Topic No. 750-030-020-a RAPID INCIDENT SCENE CLEARANCE (RISC) PURPOSE: Rapid Incident Scene Clearance (RISC) is a highly innovative
More informationAPPENDIX D CONSTRUCTION PHASE CRITERIA
A. GENERAL REQUIREMENTS CONSTRUCTION PHASE CRITERIA For the Construction Phase of the Project, the Architect/Engineer (A/E) is responsible for providing project administration for the Owner in accordance
More informationPARKING ENFORCEMENT SERVICES. Specification No
DEPARTMENT OF PROCUREMENT SERVICES CITY OF CHICAGO May 29, 2018 ADDENDUM NO. 2 This document contains: REQUEST FOR PROPOSAL (RFP) PARKING ENFORCEMENT SERVICES Specification No. 562237 I. Notice of Proposal
More informationQ18-06 REQUEST FOR PROPOSALS REPAINT EPOXY PAVEMENT MARKINGS ON S. MAIN STREET. RFP Issuance Date: April 17, 2018 Proposal Due Date: May 8, 2018
Q18-06 REQUEST FOR PROPOSALS REPAINT EPOXY PAVEMENT MARKINGS ON S. MAIN STREET Engineering Department RFP Issuance Date: April 17, 2018 Proposal Due Date: May 8, 2018 The City of West Bend (City) is requesting
More informationNOTIFICATION OF ADDENDUM ADDENDUM NO. 1 DATED 8/02/2006
NOTIFICATION OF ADDENDUM ADDENDUM NO. 1 DATED 8/02/2006 Control 6149-17-001 Project RMC - 614917001 Highway IH0030 County FRANKLIN Ladies/Gentlemen: Attached please find an addendum on the above captioned
More informationPre-Bid Meeting Minutes Invitation to Bid #15-14-KO
Pre-Bid Meeting Minutes Invitation to Bid #15-14-KO Normal Avenue Bridge Superstructure Replacement Project Normal Avenue over Sacony Creek Borough of Kutztown, Berks County, PA Date: August 5, 2015 Location:
More informationDoing Business with Canyon Independent School District
Doing Business with Canyon Independent School District Canyon Independent School District Purchasing Department 3301 N 23 rd Street Canyon, TX 79015 Phone: (806) 677 2600 Fax: (806) 677 2658 General Information
More informationAmity School District 4J
Amity School District 4J Code: DJCA-AR Adopted: 10/11/00 Revised/Readopted: 06/22/05 Personal Services Contracts I. Personal Services Contracts Defined A. Personal services contracts include, but are not
More informationSECTION SUPPLEMENTARY GENERAL CONDITIONS
SECTION 00800 SUPPLEMENTARY GENERAL CONDITIONS PART 1 - GENERAL 1.1 SCOPE OF WORK In general, the Work consists of application of a fluid applied membrane, installation of new tapered insulation, installation
More informationSPECIFICATION NO. TxDOT * REVISED: AUGUST 2017 CRIMINAL BACKGROUND CHECKS
SPECIFICATION NO. TxDOT 961-30-16 * REVISED: AUGUST 2017 CRIMINAL BACKGROUND CHECKS PUBLICATION This specification is a product of the Texas Department of Transportation (TxDOT). This specification may
More informationTEXAS DEPARTMENT OF TRANSPORTATION INSPECTION AND CERTIFICATION OF AUTOMOTIVE LIFT SERVICES
TEXAS DEPARTMENT OF TRANSPORTATION INSPECTION AND CERTIFICATION OF AUTOMOTIVE LIFT SERVICES SPECIFICATION NO. PUBLICATION This specification is a product of the Texas Department of Transportation (TxDOT).
More information1993 Specifications CSJ SPECIAL SPECIFICATION ITEM 4417 DEWATERING IN CONTAMINATED GROUNDWATER
1993 Specifications CSJ 8015-24-003 SPECIAL SPECIFICATION TO ITEM 4417 DEWATERING IN CONTAMINATED GROUNDWATER 1. DESCRIPTION. This item shall govern all work required to remove groundwater encountered
More informationSTATE OF NEW JERSEY DEPARTMENT OF ENVIRONMENTAL PROTECTION DIVISION OF COASTAL ENGINEERING
INDEX OF DRAWINGS SHEET NO. DESCRIPTION 1 TITLE SHEET AND LOCATION PLAN 2 GENERAL NOTES AND SITE ACCESS AND STAGING AREA LAYOUT 3 EXISTING CONDITIONS AND DEMOLITION PLAN 4 CONSTRUCTION PLAN AND PROFILE
More informationExhibit A Scope of Work
Exhibit A Scope of Work Mn/DOT Contract No. 05497 PROJECT OVERVIEW The Minnesota Department of Transportation (MnDOT) requires the services of a Contractor for construction lead inspection, materials testing
More informationSECTION CONTRACTOR QUALITY CONTROL
SECTION 01 40 00 PART 1 - GENERAL 1.1 SUMMARY A. This section covers the establishment and operation of the Contractor s Quality Control (CQC) system as specified by the General Conditions of the Contract.
More informationSTATEMENT of WORK Survey Storage Shed 10X10X8 Beaver County, Rochester Stockpile# Project# Building#
I. SUMMARY A. The Department of Transportation (PennDOT) is issuing a solicitation to provide a Survey Storage Shed 10x10x8. The following list of documents made part of this procurement will provide the
More informationUNIVERSITY OF KENTUCKY Memorial Hall/College of Law Expansion and Renovation UK Project No
PART 1 GENERAL 1.1 RELATED DOCUMENTS REQUIREMENTS COMMON TO ALL WORK CATEGORIES 1. Drawings and general provisions of the Contract, including General Special Conditions and other Division 1 Specification
More informationINSTRUCTIONS TO BIDDERS
INSTRUCTIONS TO BIDDERS CONTENTS I. Bid Documents II. Ethical Business Practices III. Contractor Qualifications IV. Performance and Quality Standards V. Bid Evaluation VI. Contract Award VII. Work Operations
More informationTerms of Trade GENERAL SELLER S OBLIGATIONS. Terms of Trade web-parts.com, 7. March is owned by
Terms of Trade www.web-parts.com is owned by Webparts A/S Engelsholmvej 26 DK-8940 Randers SV Tel: +45 8713 1700 E-mail: mail@web-parts.com VAT-no.: DK35527796 GENERAL www.web-parts.com (WP) is an internet-based
More informationTEXAS DEPARTMENT OF TRANSPORTATION DISPLACEMENT AND CONTROL OF BIRD INFESTATION
TEXAS DEPARTMENT OF TRANSPORTATION * DISPLACEMENT AND CONTROL OF BIRD INFESTATION PUBLICATION This specification is a product of the Texas Department of Transportation (TxDOT). This specification may not
More informationTRUCK HAULING SERVICES FOR ASPHALT CONCRETE AND ASPHALT CONCRETE GRINDINGS THROUGH DECEMBER 2017
FOR TRUCK HAULING SERVICES FOR ASPHALT CONCRETE AND ASPHALT CONCRETE GRINDINGS THROUGH DECEMBER 2017 Date Prepared: March 2017 TABLE OF CONTENTS SECTION 1 GENERAL... SP-1 1-1.01 Terms and Definitions...
More informationNOTIFICATION OF ADDENDUM ADDENDUM NO. 1 DATED 6/18/2002
NOTIFICATION OF ADDENDUM ADDENDUM NO. 1 DATED 6/18/2002 Control 6080-50-001 Project RMC - 608050001 Highway PA1502 County BEXAR Ladies/Gentlemen: Attached please find an addendum on the above captioned
More informationWest Valley Library Parking Lot Repair with Porous Asphalt
RFQ-066 Request for Quote for West Valley Library Parking Lot Repair with Porous Asphalt Susan Miller Facilities Manager Yakima Valley Libraries April 3, 2017 RFQ NAME: ISSUING AGENCY: West Valley Library
More informationAlberta Transportation The City of Edmonton The City of Calgary
Alberta Transportation The City of Edmonton The City of Calgary PUBLISHING INFORMATION TITLE: PREPARED BY: DOCUMENT HOLDER: Environmental Construction Operations (ECO) Plan Framework Instructions for
More informationTEXAS DEPARTMENT OF TRANSPORTATION TRASH REMOVAL AND DISPOSAL PUBLICATION
TEXAS DEPARTMENT OF TRANSPORTATION SPECIFICATION NO. * REVISED: May 2016 TRASH REMOVAL AND DISPOSAL PUBLICATION This specification is a product of the Texas Department of Transportation (TxDOT). It is
More informationSCDOT QUALIFIED PRODUCTS POLICY 2
1. General SOUTH CAROLINA DEPARTMENT OF TRANSPORTATION POLICY FOR QUALIFICATION OF COARSE AGGREGATE SOURCES (AGGREGATE QC/QA PROGRAM) AUGUST 30, 2012 Only coarse aggregates (including graded aggregate
More informationADDENDUM No. 2. ITB No WTP LIME RESIDUAL REMOVAL CONTRACT No. 2 DREDGING AND HAULING
ADDENDUM No. 2 ITB No. 4561 WTP LIME RESIDUAL REMOVAL CONTRACT No. 2 DREDGING AND HAULING Bids Due: February 4, 2019 at 2:00 P.M. (Local Time) The following changes, additions, and/or deletions shall be
More informationAppendix 1 SCDOT Aggregate QC/QA Policy
Appendix 1 SCDOT Aggregate QC/QA Policy 1. General SOUTH CAROLINA DEPARTMENT OF TRANSPORTATION POLICY FOR QUALIFICATION OF COARSE AGGREGATE SOURCES (AGGREGATE QC/QA PROGRAM) AUGUST 30, 2012 Only coarse
More informationSurplus Processes for Fixed Assets
Surplus Processes for Fixed Assets 1. Requesting site initiates a transfer request via CrossPointe in accordance with the policies set forth in the CrossPointe Asset Management user s manual. 2. Once approved
More informationFacilities Planning and Construction (FP&C)
Appendix 8.4a Facilities Planning and Construction (FP&C) UAA FP&C Quality Assessment Checklist (A) Project: PM: Project ID: Updated:
More informationREQUEST FOR PROPOSALS
REQUEST FOR PROPOSALS CONSTRUCTION MANAGEMENT SERVICES OCTOBER 09, 2014 EAST BAY REGIONAL PARK DISTRICT Atlas Road Extension Improvements POINT PINOLE REGIONAL SHORELINE PROPOSALS DUE: 2:00PM, NOVEMBER
More informationVIRGINIA RAILWAY EXPRESS INVITATION FOR BIDS (IFB) IFB No PASSENGER CAR TRUCK OVERHAUL SERVICES
VIRGINIA RAILWAY EXPRESS INVITATION FOR BIDS (IFB) PASSENGER CAR TRUCK OVERHAUL SERVICES IFB Issued: July 23, 2018 Contact: Kristin Nutter, Manager of Purchasing and Contract Administration, 1500 King
More informationRoosevelt County. INVITATION FOR BID No CRUSHED CALICHE
Roosevelt County INVITATION FOR BID No. 2014-01 CRUSHED CALICHE Bids Submitted by: Tuesday, March 25, 2014 Time: 2:00 p.m. Bids Submitted to: Roosevelt County Administration 109 W. First Street, 4 th Floor
More informationADDENDUM #1. February 2, 2018
ADDENDUM #1 February 2, 2018 PROJECT: Virginia Polytechnic Institute & State University McComas Hall Roof Replacement IFB# 0052154 Blacksburg, Virginia 24061 TO ALL BIDDERS: GENERAL: Addenda are part of
More informationCHAPTER 10 FACILITIES EVALUATIONS (PRE-AWARD) SURVEYS PART 1 INTRODUCTION
CHAPTER 10 FACILITIES EVALUATIONS (PRE-AWARD) SURVEYS PART 1 INTRODUCTION 10-1 PURPOSE. This section prescribes procedures for conducting an evaluation of the facilities and capabilities of an offeror,
More informationADDENDUM NO. 1 PRE-BID CONFERENCE: GENERAL: Great West Engineering, Inc N. Lakeharbor Lane Boise, Idaho (208)
Great West Engineering, Inc. 3363 N. Lakeharbor Lane Boise, Idaho 83703 (208) 576-6671 April 7, 2017 Whitman County Department of Public Works Carothers Road Solid Waste Facility Contact Water and Fire
More informationAddendum 3 publishes and answers questions related to the Request for Qualifications ( RFQ ) issued on November 24, 2014:
www.dot.state.pa.us Date: December 18, 2014 Subject: Questions and Answers Regarding RFQ Solicitation: CNG Fueling for Transit Agencies Partnership Project SOQ Due Date: No later than 11:00 a.m. Eastern
More information4.0 Method of Measurement. Measurement for Optional Temporary Pavement Marking will be made to the nearest linear foot.
4.0 Method of Measurement. Measurement for Optional Temporary Pavement Marking will be made to the nearest linear foot. 5.0 Basis of Payment. Payment for OPTIONAL TEMPORARY PAVEMENT MARKING as described
More informationREQUEST FOR PROPOSAL DEMOLITION & REMOVAL OF THE OLD TOWN HALL 2278 US ROUTE 4 EAST
REQUEST FOR PROPOSAL DEMOLITION & REMOVAL OF THE OLD TOWN HALL 2278 US ROUTE 4 EAST MENDON, VT 05701 TOWN OF MENDON, VERMONT August, 2018 1 1. SUMMARY AND BACKGROUND The Town of Mendon s original Town
More informationPURCHASE OF HOT MIX ASPHALT THROUGH DECEMBER 2017
FOR PURCHASE OF HOT MIX ASPHALT THROUGH DECEMBER 2017 Date Prepared: March 2017 TABLE OF CONTENTS SECTION 1 GENERAL... SP-1 1-1.01 Terms and Definitions... SP-1 SECTION 2 BIDDING... SP-1 2-1.01 General...
More informationGenerator for Maintenance/Police Complex
NOTICE TO ALL BIDDERS ADDENDUM NO. 1 TO TUCSON AIRPORT AUTHORITY 11/29/2018 In accordance with the Project Specifications and Contract Documents, and as noted in the Instructions to Bidders, Bidders on
More informationTown of Wascott Advertisement for Bids ROAD MAINTENANCE PROJECTS
Advertisement for Bids ROAD MAINTENANCE PROJECTS Notice is hereby given by the Town of Wascott, Douglas County, WI, that it will receive sealed bids for crack routing and sealing, chip seal coating, and
More informationStep 1. Determine if a Small Utility GESC Permit is Applicable and if a Project Specific GESC Plan is Required.
Overview of Section 9 9.0 The GESC Permit Section provides a description of the Small Utility GESC Permit Program. Step 1. Determine if a GESC Permit is Applicable and if a Project Specific GESC Plan is
More informationREQUEST FOR QUOTE (RFQ) Track and Field Jump Pits
REQUEST FOR QUOTE (RFQ) 19-011 Track and Field Jump Pits 11/6/18 To all Proposers: The Hall County School District (hereinafter alternately "HCSD") Purchasing Department would like for you to supply us
More informationCOUNTY OF SUTTER ENCROACHMENT PERMIT
COUNTY OF SUTTER ENCROACHMENT PERMIT PERMIT No. Development Services Dept. Engineering Division 1130 Civic Center Blvd Yuba City, CA 95993 (530) 822-7400 Hours: 8 AM - 5 PM Upon completion, submit application
More informationNOTIFICATION OF ADDENDUM ADDENDUM NO. 1 DATED 1/14/2005
NOTIFICATION OF ADDENDUM ADDENDUM NO. 1 DATED 1/14/2005 Control 6124-93-001 Project RMC - 612493001 Highway US0075 County GRAYSON Ladies/Gentlemen: Attached please find an addendum on the above captioned
More informationEXHIBIT A SCOPE OF SERVICES FOR. FINANCIAL PROJECT ID(S). Various Projects DISTRICT 2 VARIOUS COUNTIES
EXHIBIT A SCOPE OF SERVICES FOR FINANCIAL PROJECT ID(S). Various Projects DISTRICT 2 VARIOUS COUNTIES 1 PURPOSE... 3 2 PROJECT DESCRIPTION... 5 3 PROJECT COMMON AND PROJECT GENERAL TASKS... 6 4 ROADWAY
More informationRequest for Quotations Arras Weir Maintenance
Request for Quotations 2015-35 Arras Weir Maintenance The City of Dawson Creek requests written quotes for maintenance at the Arras Weir on the Kiskatinaw River, 1.7 km upstream of the Kiskatinaw Bridge
More informationJob Order Sewer Repair Services
Job Order Sewer Repair Services Bid Addendum No. 1 October 10, 2018 All Contractual Requirements as defined within the Contract Documents shall remain in full force to the extent that they are not modified
More informationSPECIFICATIONS Sodium Chloride (Bulk Road Salt)
SPECIFICATIONS Sodium Chloride (Bulk Road Salt) CONTRACT SCOPE/OVERVIEW: This Collective No. CN00037341 (identified here and in the other documents as the Contract ) will cover the requirements of Commonwealth
More informationBidding Conditions. March 22, (Project# 0192) at the. Fresno Chaffee Zoo. Project : Warthog Exhibit. Located at. 894 West Belmont Avenue
Bidding Conditions March 22, 2018 (Project# 0192) at the Fresno Chaffee Zoo Project : Warthog Exhibit Located at 894 West Belmont Avenue Fresno, CA 93728 Page 1 of 8 DEFINITIONS Addendum - A document issued
More informationFLORIDA DEPARTMENT OF TRANSPORTATION
FLORIDA DEPARTMENT OF TRANSPORTATION ITB-DOT-17/18-8009-AP ATTACHMENTS A-D PAVEMENT MARKING OF PARKING LOTS AT VARIOUS LOCATIONS SOUTH REGION FOR FLORIDA S TURNPIKE MAINLINE (SR 91), MILEPOST 75 AND MILEPOST
More information