Statement of Work Tree Planting Services 202 Parkway, Montgomery County

Similar documents
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 Version 6, July 16, 2015 TABLE OF CONTENTS

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

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

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

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

Mowing Solicitations Addendum 2 Attachment 1: Questions & Answers

APPENDIX A STATEMENT OF WORK SCRAP RUBBER/TIRE REMOVAL AND RECYCLING SERVICES

ADDENDUM NO. 3. Item 3 NOTICE OF OPPORTUNITY - REPLACE in its entirety with the attached ***REVISED 08/03/2018

TEXAS DEPARTMENT OF TRANSPORTATION COLLECTION AND REMOVAL OF COMPOSTABLE MATERIALS YARD AND FOOD WASTE

TEXAS DEPARTMENT OF TRANSPORTATION

Invitation for Bid - Standard Office Furniture / Task Chair

Water Pollution Control for Work in Sensitive Areas

BID BLACKTOP RESURFACING

Warren State Hospital, Statement of Work Electrical Distribution Infrared Inspection ANTICIPATED PERIOD OF CONTRACT

OUTAGAMIE COUNTY REQUEST FOR BID FOR HAULING SERVICE OF RECYCLABLE PLASTIC BALES FOR THE DEPARTMENT OF RECYCLING & SOLID WASTE

CITY OF FULTON, MISSOURI INVITATION FOR BID

PROJECT MANUAL for Phantom Canyon Tunnel Repair Project. Location On Fremont County Road miles North of Intersection US Highway 50 with FCR 67

CITY OF GOODLETTSVILLE STREET SWEEPING SPECIFICATIONS

TEXAS DEPARTMENT OF TRANSPORTATION STATEWIDE RAILROAD FLAGGING SERVICES

SPECIFICATIONS FOR ROOF SYSTEM MAINTENANCE AND REPAIR CONTRACT

SPECIFICATIONS PART 1

1. Revision to page 170

NOTIFICATION OF ADDENDUM ADDENDUM NO. 2 DATED 9/11/2017

PW # 2-18 TENDER FOR SUPPLY & APPLY CRUSHED GRANITE

Regulatory Guide 2.19

SECTION 9000 MAINTENANCE SERVICES

ADDENDUM 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

MOBILE FOOD VENDOR LICENSE APPLICATION

APPENDIX A TECHNICAL SPECIFICATIONS FORM ITN FACILITIES REPAIR AND MAINTENANCE OF GENERATORS

BID INSTRUCTIONS. Montour County Courthouse Retaining Wall Repair Project

SPECIFICATION LAUNDRY CHEMICAL DISPENSING SYSTEMS SOLICITATION NO Revised

INVITATION TO BID FOR CONSTRUCTION OF A MID-BLOCK PEDESTRIAN CROSSING Gateway85 Gwinnett CID May 25, 2018

WUPRPM Regulations and Procedures Effective: November 11, 2005 R. Purchasing and Financial Obligations Revision Date: July 1, 2015.

TEXAS DEPARTMENT OF TRANSPORTATION GENERAL SERVICES DIVISION ON-SITE MOBILE MAINTENANCE AND REPAIR SERVICE PUBLICATION

Statement of Work For Mowing of Secondary Roadways Version 8, April 22, 2015 TABLE OF CONTENTS

PUBLIC WORKS COMMISSION 2018 STREET EXCAVATION PERMIT PROCEDURE

TEXAS DEPARTMENT OF TRANSPORTATION GENERAL SERVICES DIVISION REMOVAL OF RECYCLABLE MATERIALS SCRAP PAPER, ALUMINUM CANS, AND PLASTIC BOTTLES

REQUEST FOR PROPOSALS AUDIT

STATE CATCH BASIN CLEANING BID

Innovation and Expansion Project

REQUEST FOR PROPOSAL Refrigerators Delivery, Setup, Pickup and Disposal

901 STORMWATER POLLUTION MANAGEMENT SECTION 901 STORMWATER POLLUTION MANAGEMENT

DEPARTMENT OF PROCUREMENT SERVICES CITY OF CHICAGO. January 2, 2018 ADDENDUM NO. 1 FOR

2.1 The Contractor shall furnish and maintain this system for measuring and delivering realtime messages for the work zone.

ITN-DOT-15/ PM EXHIBIT A SCOPE OF SERVICES D4 RAPID INCIDENT SCENE CLEARANCE (RISC)

INVITATION FOR BID (IFB):

PennDOT Pub. 170 Highway Occupancy Permit (HOP) Manual Page 56

RAPID INCIDENT SCENE CLEARANCE (RISC)

APPENDIX D CONSTRUCTION PHASE CRITERIA

PARKING ENFORCEMENT SERVICES. Specification No

Q18-06 REQUEST FOR PROPOSALS REPAINT EPOXY PAVEMENT MARKINGS ON S. MAIN STREET. RFP Issuance Date: April 17, 2018 Proposal Due Date: May 8, 2018

NOTIFICATION OF ADDENDUM ADDENDUM NO. 1 DATED 8/02/2006

Pre-Bid Meeting Minutes Invitation to Bid #15-14-KO

Doing Business with Canyon Independent School District

Amity School District 4J

SECTION SUPPLEMENTARY GENERAL CONDITIONS

SPECIFICATION NO. TxDOT * REVISED: AUGUST 2017 CRIMINAL BACKGROUND CHECKS

TEXAS DEPARTMENT OF TRANSPORTATION INSPECTION AND CERTIFICATION OF AUTOMOTIVE LIFT SERVICES

1993 Specifications CSJ SPECIAL SPECIFICATION ITEM 4417 DEWATERING IN CONTAMINATED GROUNDWATER

STATE OF NEW JERSEY DEPARTMENT OF ENVIRONMENTAL PROTECTION DIVISION OF COASTAL ENGINEERING

Exhibit A Scope of Work

SECTION CONTRACTOR QUALITY CONTROL

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

UNIVERSITY OF KENTUCKY Memorial Hall/College of Law Expansion and Renovation UK Project No

INSTRUCTIONS TO BIDDERS

Terms of Trade GENERAL SELLER S OBLIGATIONS. Terms of Trade web-parts.com, 7. March is owned by

TEXAS DEPARTMENT OF TRANSPORTATION DISPLACEMENT AND CONTROL OF BIRD INFESTATION

TRUCK HAULING SERVICES FOR ASPHALT CONCRETE AND ASPHALT CONCRETE GRINDINGS THROUGH DECEMBER 2017

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

West Valley Library Parking Lot Repair with Porous Asphalt

Alberta Transportation The City of Edmonton The City of Calgary

TEXAS DEPARTMENT OF TRANSPORTATION TRASH REMOVAL AND DISPOSAL PUBLICATION

SCDOT QUALIFIED PRODUCTS POLICY 2

ADDENDUM No. 2. ITB No WTP LIME RESIDUAL REMOVAL CONTRACT No. 2 DREDGING AND HAULING

Appendix 1 SCDOT Aggregate QC/QA Policy

Surplus Processes for Fixed Assets

Facilities Planning and Construction (FP&C)

REQUEST FOR PROPOSALS

VIRGINIA RAILWAY EXPRESS INVITATION FOR BIDS (IFB) IFB No PASSENGER CAR TRUCK OVERHAUL SERVICES

Roosevelt County. INVITATION FOR BID No CRUSHED CALICHE

ADDENDUM #1. February 2, 2018

CHAPTER 10 FACILITIES EVALUATIONS (PRE-AWARD) SURVEYS PART 1 INTRODUCTION

ADDENDUM NO. 1 PRE-BID CONFERENCE: GENERAL: Great West Engineering, Inc N. Lakeharbor Lane Boise, Idaho (208)

Addendum 3 publishes and answers questions related to the Request for Qualifications ( RFQ ) issued on November 24, 2014:

4.0 Method of Measurement. Measurement for Optional Temporary Pavement Marking will be made to the nearest linear foot.

REQUEST FOR PROPOSAL DEMOLITION & REMOVAL OF THE OLD TOWN HALL 2278 US ROUTE 4 EAST

PURCHASE OF HOT MIX ASPHALT THROUGH DECEMBER 2017

Generator for Maintenance/Police Complex

Town of Wascott Advertisement for Bids ROAD MAINTENANCE PROJECTS

Step 1. Determine if a Small Utility GESC Permit is Applicable and if a Project Specific GESC Plan is Required.

REQUEST FOR QUOTE (RFQ) Track and Field Jump Pits

COUNTY OF SUTTER ENCROACHMENT PERMIT

NOTIFICATION OF ADDENDUM ADDENDUM NO. 1 DATED 1/14/2005

EXHIBIT A SCOPE OF SERVICES FOR. FINANCIAL PROJECT ID(S). Various Projects DISTRICT 2 VARIOUS COUNTIES

Request for Quotations Arras Weir Maintenance

Job Order Sewer Repair Services

SPECIFICATIONS Sodium Chloride (Bulk Road Salt)

Bidding Conditions. March 22, (Project# 0192) at the. Fresno Chaffee Zoo. Project : Warthog Exhibit. Located at. 894 West Belmont Avenue

FLORIDA DEPARTMENT OF TRANSPORTATION

Transcription:

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

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: http://www.penndot.gov/ 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

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 email 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: http://www.penndot.gov/ 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 email 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 email. 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

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 19406. 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

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: www.dot.state.pa.us 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 3 @ 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

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