Pennsylvania Department of Transportation District 8-0 Rest Area Site G Specifications for Landscaping and Lawn Maintenance

Similar documents
Pennsylvania Department of Transportation District 8-0 Rest Area Sites 45 and 46 Specifications for Landscaping and Grounds Maintenance

Statement of Work Tree Planting Services 202 Parkway, Montgomery County

Specifications for Landscape Contract 12/8/ Throughout these Specifications, the following terms shall have the indicated meanings:

Commonwealth of Kentucky SOLICITATION

Modular Unit Rental Route 309 Stockpile, PennDOT Montgomery County Maintenance Statement of Work

Florida Landscape Concepts

DEPARTMENT OF TRANSPORTION ENVIRONMENTAL PROTECTION AGENCY OCCUPATIONAL SAFETY AND HEALTH ACT

ADDENDUM NO. 1 REQUEST FOR PROPOSAL FOR LAWN MAINTENANCE SERVICE BY THE JACKSON MUNICIPAL AIRPORT AUTHORITY PROJECT # DATED JULY 15, 2015

DEPARTMENT OF TRANSPORTION ENVIRONMENTAL PROTECTION AGENCY OCCUPATIONAL SAFETY AND HEALTH ACT

Statement of Work for Gardening Services Miramar Complex

Sarpy County Purchasing Department

PART VI BID SPECIFICATIONS BID NO. 2496

APPENDIX A. SCOPE OF WORK For Grounds Maintenance Services TABLE OF CONTENTS

Standard gardening and grounds maintenance specification

Statement of Work for Gardening Services at JAT

Request for Proposal # Lawn Mowing, Landscaping and Trash/Sweeping Services at CCSU Addendum 4 dated June 29, 2018

SPECIAL NOTES FOR CONTRACT. Bidding Requirements and Conditions. Specifications Governing this Project

SECTION EROSION AND SEDIMENTATION CONTROL

POLICE DEPARTMENT. Bid Package SITE MAINTENANCE

Statement 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 Revision of TABLE OF CONTENTS

1. Furnishing and applying hydromulch seeding including all materials and equipment required for the specified method of lawn installation.

MAINTENANCE WORKER I MAINTENANCE WORKER II LEAD MAINTENANCE WORKER

EXHIBIT "B" LAND USE REGULATIONS MARK TWAIN LAKE

2018 Landscaping Maintenance Program - Request for Proposals

CITY OF FARGO SPECIFICATIONS TURF ESTABLISHMENT

SPECIFICATIONS FOR ROOF SYSTEM MAINTENANCE AND REPAIR CONTRACT

STATEMENT OF WORK. Deer Fencing - Installation (Forest Districts 8,9,10,13,14, & 15 ) (Group 1)

SUBCONTRACTOR SAFETY, HEALTH, AND ENVIRONMENTAL MINIMUM PERFORMANCE STANDARD (MPS)

Whether the quoter has adequate financial resources to complete the work;

The University of Texas at San Antonio

Electrical System, Maintenance and Repair Services For the PennDOT District 6-0 Office and Lab Buildings Statement of Work

COWLITZ COUNTY DEPARTMENT OF PUBLIC WORKS RIGHT-OF-WAY VEGETATION MANAGEMENT POLICY

PROJECT MANUAL LAWN AND GROUNDS MAINTENANCE AMP 40 CHA JOB#

B. This project is being bid as one contract, and the contract is comprised of a one-line item bid.

LANDSCAPE WASTE CURBSIDE COLLECTION PROGRAMS

SECTION 70 SEEDING. This work consists of preparing a seedbed and furnishing and planting seed on disturbed areas within limits of the work.

DIVISION II SEEDING SECTION 02933

POLICY FOR SELECTING VENDORS OF NON-CONSTRUCTION PURCHASING CONTRACTS, PROFESSIONAL SERVICES AND DELEGATION OF IMPLEMENTATION AUTHORITY

Grass Cutting & Trimming Services

CITY OF FARGO SPECIFICATIONS SEEDING

Erosion and Sediment Pollution Control Guidelines for Residential Lots with soil disturbance of less than 1 acre (see exceptions)

REO Yard Maintenance Field Reference Guide 2016 Customer Service = Resolution

SECTION ENGINEER'S OFFICE

Water Pollution Control for Work in Sensitive Areas

SHORT FORM CONTRACT CONTENTS SECTION I INSTRUCTIONS TO BIDDERS. 4. Bidders must be certified to work in the Shoreland Zone.

E & S Plan Approved. Not required but may be a municipal requirement** Not required but may be a. municipal. requirement** Not required but may be a

NOTIFICATION OF ADDENDUM ADDENDUM NO. 1 DATED 6/18/2002

INVITATION FOR BIDS GROUNDS MAINTENANCE

City of New Haven. 101 FRONT STREET PO BOX 236 NEW HAVEN, MO Phone * * Fax

SANTA BARBARA COMMUNITY COLLEGE DISTRICT

CONTRACT SPECIFICATIONS

BILL NO. B ORDINANCE NO TOWNSHIP OF O HARA ALLEGHENY COUNTY, PENNSYLVANIA

CITY OF THREE RIVERS, MICHIGAN Specifications for Bids. Tree and/or Stump Removal Performance Bids

Mott Community College Job Description

Project GREEN Parkways Maintenance Report 2013

Nursery and Landscape Skill Events

Essential Functions and Physical Demands Analysis

STANDARD IRRIGATION & LANDSCAPE PLAN NOTES FOR PRIVATELY CONSTRUCTED COMMUNITY FACILITIES DISTRICTS

APPENDIX A LANDSCAPE MAINTENANCE SERVICES FOR CITY OF VACAVILLE SCOPE OF WORK

Creative Advertising and Audio Visual - Interactive Production Services Invitation to Qualify (ITQ) Part I Statement of Work

CITY OF GOODLETTSVILLE STREET SWEEPING SPECIFICATIONS

ASSISTANT GROUNDS SERVICE MANAGER

1/2/2014. Landscaping RFP Best Practices. RFP Goals. Program Foundation

P&P Yard Maintenance Field Reference Guide 2016 Customer Service = Resolution

PLAN PREPARATION GUIDE CHAPTER 3 QUANTITY COMPUTATIONS AND INFORMATION

STATEMENT of WORK Survey Storage Shed 10X10X8 Beaver County, Rochester Stockpile# Project# Building#

ROADWAY AND ROADSIDE MAINTENANCE

AGENDA PRE-CONSTRUCTION MEETING

VANDERBURGH COUNTY, INDIANA GENERAL SPECIFICATIONS FOR REGULAR MAINTENANCE OF REGULATED DRAINS 2008

GENERAL SPECIFICATIONS: VPA-HIP Projects; invasive shrub control and tree-felling

1993 Specifications CSJ'S & SPECIAL SPECIFICATION ITEM Tree Preservation and Treatment

The hour and date specified for receipt of bids:

Table Related Arlington County Standards, Specification and Policies

ENGINEERING BUILDING ROOF REPLACEMENT

CITY OF REDWOOD CITY LANDSCAPE EQUIPMENT OPERATOR

Case Recommendation: Approve the request for a Special Exception for property known as West 100 with the following conditions:

STANDARD SPECIFICATIONS FOR CONSTRUCTING UTILITY FACILITIES DIVISION III - CONSTRUCTION SPECIFICATIONS SECTION 11

BRENTWOOD/I-64 GATEWAY WATER FEATURE & LANDSCAPE MAINTENANCE SPECIFICATION MANUAL BRENTWOOD, MO 63144

Extended Detention Basin Maintenance Plan for [[== Insert Project Name ==]]

INTERIOR AND EXTERIOR INTEGRATED PEST MANAGEMENT PLAN

SECTION SITE PREPARATION. A. PART A and DIVISION 1 of PART B are hereby made a part of this SECTION.

STANDARD SPECIFICATIONS FOR CONSTRUCTING UTILITY FACILITIES DIVISION III - CONSTRUCTION SPECIFICATIONS

Making Pasture Weed Control Decisions

TITLE 17 REFUSE AND TRASH DISPOSAL REFUSE

ADDENDUM NO. 1. REQUEST FOR PROPOSALS For BUS STOP CLEANING SERVICES. RFP NO.: 2016-S-16 Date Issued: October 21, 2016

SECTION 903 EROSION CONTROL

Policy PEOPLE S ENERGY COOPERATIVE. To state the policy regarding vegetation management.

ADDENDUM NO. 2 FY2018 CITY OF DEL MAR LANDSCAPE AND IRRIGATION PROJECT. June 26, 2017

Statement of Work. Tree Planting Bureau of Forestry Forest Districts (F. D.) 1,4,5,10,12,15,16,19,20

DIVISION II TECHNICAL SPECIFICATIONS SECTION S-003 SANITARY SEWER FORCE MAIN SYSTEM

Ch. 451 JUNKYARDS AND RECYCLERS CHAPTER 451. CONTROL OF JUNKYARDS AND AUTOMOTIVE DISMANTLERS AND RECYCLERS

SECTION 13 - EXISTING FACILITIES TABLE OF CONTENTS

Annual On-Call CCTV Inspection Services

Please print or type.

Request for Proposal & Statement of Qualifications

Cherokee Nation Entertainment Casino Ramona, Oklahoma. WORK PACKAGE: Existing Casino Demolition and Dismantling 8/7/12

3.0 Planning and Submittal Requirements

~lamance <tount!' 9'~UUJ ;i)epwdment 124 We6t ElmStltm (j,taluun,.ncjjdli &vwfina 27253!Jefepfwae(336) :Jax(336)

MAINE TURNPIKE AUTHORITY ADDENDUM NO. 1 CONTRACT ROADSIDE CLEARING MM 75.3 TO MM 82.9 MM 99.2 TO MM 109.1

Transcription:

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 and materials for performing grounds maintenance work at Rest Area Site G located along Interstate 81 Northbound one mile north of the MD/PA state line in Franklin County, Antrim Township. II. GENERAL MAINTENANCE a. General maintenance shall be required in all areas within the Interstate 81 and Route 11 side of the right-of-way fence. The total estimated acreage of maintenance is 8.0 acres. Mow grass and perform maintenance weekly or as needed to keep grass growing to a height of not more than four inches. Cutting shall begin when required and continue to approximately October 31. Grass shall not be cut to a height less than two inches. All trash and debris shall be removed from grass areas prior to the start of mowing operations. 2.9 acres of the general maintenance area is in areas that are either too rough or to steep to mow using conventional mowing equipment. These areas require cutting so that the growth of vegetation does not exceed one foot in height. Undesirable shrubs and brush, not to exceed fifteen feet in height shall be removed from the property. b. All plant beds and mulch shall be kept weed free. c. Pruning shrubs and trees and removal of all clippings shall be the responsibility of the contractor. d. Removal of all poison ivy from picnic area. e. Edging of all grass areas adjacent to curbs, concrete pads and sidewalks shall be performed as part of each mowing operation. These areas shall be swept clean following edging. f. Maintenance at signs, trees, and picnic tables shall be such that no grasses or weeds extend to a height greater than the surrounding cut grass. g. The contractor shall furnish all herbicides after approval by District Roadside Specialist. h. Dead Material Dead trees less than twenty-five (25) feet in height and shrubs shall be removed immediately and the holes filled with topsoil. If the plant was removed from the lawn area, this area will be worked to grade, and seeded with a grass seed mix as approved by the District Roadside Specialist (DRS). 1

III. SPRING CLEANUP TREE AND SHURB FERTILIZATION This work shall be performed and completed before May 15 th of each year. a. Remove all fallen limbs and debris from picnic and mowed areas. This work will not require the removal of fallen trees 25 or larger. b. Rake turf areas to remove debris where required. c. Mulch plant beds at building and to rear of building so as to maintain a depth of 4. Mulch shall be bark mulch or other mulch as approved by the District Roadside Specialist. Mulching must be completed by May 15 th of each year. d. Removal of undesirable trees and shrubs (15 or less in height) from the 8.0 acres of area for general maintenance. All debris from this work shall be removed from the property. IV. TURF CARE (LIME AND FERTILIZER) a. An application of Scotts Turf Builder Plus 2, or approved equal shall be applied at the Manufacture s recommended rates during the spring and fall seasons. At the times listed below: Spring Prior to May 15 th each year. Fall September 1 st to 20 th of each year. b. Fall Liming of Mowed Areas - Lime shall be applied to all mowed areas at the rate of 600 pounds per acre. Liming shall be done during, October, November or December. V. LEAF RAKING OR SHREDDING a. All leaves and debris shall be removed from the turf areas or cut into small pieces so as to be not noticeable. b. It is anticipated that this work will be required after most of the leaves have fallen during the period from November 1 to December 10. There will be three (3) performances of this operation per season. c. Should the contractor use a mower to shred the leaves, the contractor will be paid the bid for Leaf Raking or Shredding, only. d. Leaves shall be removed from the area of the right-of-way fence and tree line. VI. LIABILITY a. Except as otherwise herein above specified, the contractor shall also be responsible for damage claims as provided for in Section 107.14 of the current PENNDOT Specifications, PUB 408. 2

VII. EQUIPMENT a. The contractor shall furnish the necessary equipment and tools required to maintain the safety rest area grounds. Such items shall include, but not limited to power mowing equipment, edger s, sprayers, leaf blowers, lime spreader and hand tools such as rakes, shovels, pruning shears and other equipment. VIII PERSONNEL a. The contractor shall provide one (1) foreman, skilled in landscape maintenance practices, and as many workers as are necessary to meet the requirements of these specifications. b. The person or persons applying herbicides must carry a valid Commonwealth of Pennsylvania Department of Agriculture Restricted Use Pesticide License indicating the appropriate category. The Pesticide Applicator and Licensing Record form shall be completed and submitted with the bid for this work. IX. MATERIALS The contractor shall provide all lubricants, fuels, mulch, pesticides, fertilizers, and lime as required. Delivery slips required for lime, fertilizer, mulch and herbicides must be returned to the District Roadside Specialist. Also, return all package labels form fertilizer and herbicides to the District Roadside Specialist. X. SAFETY a. The contractor shall perform all specified work with the knowledge that the Safety Rest Areas are open to the public twenty-four (24) hours per day. Maintenance work shall be performed with a minimum amount of interference with the normal operation of the Safety Rest Area. a. Special precautions shall be taken when using mowers near the buildings. The discharge from rotary mowers shall, at all times, be pointed away from walks, buildings, parking lots and other areas where people are assembled. XI. GENERAL PENALTY FOR NON PERFORMANCE A penalty of two-hundred dollars ($200.00) shall be assessed per occurrence to the contractor, each time grounds maintenance work is not satisfactory performed by the contractor when directed by the District Roadside Specialist. Such assessments shall be deducted from the contractor s monthly payment following the occurrence(s). XII. BASIS OF PAYMENT a. The cost of materials shall be invoiced at suppliers invoice price plus 25%. 3

b. Invoicing shall be by site number and the appropriate item number for each site. The contractor s invoice shall be submitted monthly. c. All labor and materials used for work performed must be documented on the Daily Roadside Activity Report (Form M-609). This report will serve as the basis for payment. Copies of all invoices for materials must be submitted along with Form M- 609. Two sets of documents must be submitted with each invoice. Set one shall contain one copy of the contractor s invoice, one copy of all suppliers invoices, the white and yellow copies of form M-609, and one copy of the OS-501 Confirmation of Services form. This set shall be submitted to Engineering District 8-0, Roadside Unit, 2140 Herr Street, Harrisburg, Pa.17103-1699.Submit the original copy of the contractors invoice and one copy of the OS-501 Confirmation of Services form to the COMPTROLLER. Bill to the address on the face of the Purchase Order. Failure to submit all payment documents will lead to delays in payment of invoices as they will be returned to the contractor for correction. d. Mowing and general maintenance shall be performed weekly or as directed by District Roadside Specialist and paid for by each performance. e. 1. Mowing shall be paid per cutting. 2. Spring cleanup shall be paid on completion of work. 3. Spring Turf Care, fertilizer only, shall be paid on completion of work. 4. Fall Turf Care, fertilizer only, shall be paid on completion of the work. 5. Fall Turf Care, lime only shall be paid on completion of the work. 6. Leaf raking or shredding shall be paid on completion of the work. 7. All other work, including the extensive work required in the shrub beds shall be incidental with the general maintenance and no separate payment will be made therefore. XIII. NON-COMPLIANCE If, for any reason, the contractor fails to comply with the requirements of the contract, Section 108.09 of the currents Specifications, PUB 408 shall prevail. XIV. QUALIFICATIONS OF CONTRACTOR Prior to award, the contractor will be required to furnish reference indicating that he is capable of performing grounds maintenance services in a satisfactory manner. XV. WORK NOTIFICATION The contractor shall contact the District Roadside Specialist or designee at least twenty-four (24) hours prior to performing mulching, fertilization, or herbicide application. 4

XVI. SERVICE PERIOD The first contract period shall run from April 1, 2015 to March 31, 2016. By mutual consent, of both parties, this contract is renewable at unit prices quoted for one (1) year periods for a total of two (2) such renewals. XVII. STRATEGIC ENVIRONMENTAL MANAGEMENT PROGRAM PennDot has implemented a Strategic Environmental Management Program (SEMP) which complies with the ISO 14001:2004 standard. As part of SEMP, PennDot has established a Green plan Policy that can be found at www.dot.state.pa.us and is also posted at PennDot District and County Offices. The Green Plan Policy is designed to protect the environment, conserve resources, and comply with environmental laws and regulations. The contractor shall ensure that its personnel (including the personnel of any of its subcontractors) are aware of PennDot s commitment to protecting the environment, are properly trained about environmental impacts of their work and are competent (through appropriate work experience, job training, or classroom education) to perform the work that they do. 5