ITEM A-01 – TREE REMOVAL – 6” TO 16” DIAMETER



Landscape Services For Bucks, Chester, Delaware, Montgomery and Philadelphia CountiesSTATEMENT OF WORKSPECIAL PROVISIONSGoverning SpecificationsService RequirementsContract Validity PeriodOption to RenewOption to ExtendEstimated Quantities SubcontractingContract RepresentativePennsylvania Certified Pesticide Business and Applicator License Global Positioning System Equipment Requirements Equipment Inspection Work Zone Traffic Control Requirements (WZTC) Work Schedule and Work Schedule Requirements Holidays Active Construction Zones and Beautification Areas Disposal of Debris Property Damage Utilities Herbicide Cut-Stump Treatment Pre-Service Meeting Invoice and Billing Instructions Spill Plan & Spill Kit Work Crew Readiness Strategic Environmental Management Program (SEMP) Pre-Determined Amount Items:Landscape Materials (Bucks County/6-1)Landscape Materials (Chester County/6-2)Landscape Materials (Delaware County/6-3)Landscape Materials Montgomery County/6-4)Landscape Materials (Philadelphia County/6-5)PAY ITEMS:Landscape Services-Four (4) Person CrewLandscape Services- Additional Crew MemberDriver and Shadow Vehicle with Attenuator, Flashing Arrow Panel and Flashing/Revolving Yellow Light Track Skid Steer with Tiller & RakeLeaf VacuumHydro seeding (Formula L or D)TopsoilErosion Control BlanketHardwood MulchATTACHMENTS Attachment 1, Contractor Information FormAttachment 2, Pesticide Applicator Licensing FormAttachment 3, Roadside Equipment Inspection Form (REI) Attachment 4, Confirmation of Service Form, OS-501Attachment 5, Accessing PennDOT iPad Applications for Business PartnersAttachment 6, Hydro seeding Material Requirements, Specifications and Application Rates SPECIAL PROVISIONSGOVERNING SPECIFICATIONSThe purpose of this Invitation for Bid (IFB) is to procure a Contractor to perform Landscape Services in Bucks, Chester, Delaware, Montgomery and Philadelphia Counties for the Pennsylvania Department of Transportation (hereinafter referred to as PennDOT). The procurement will be an agency contract and a purchase order will be issued off this agency contract in accordance with the Terms and Conditions of this IFB. The IFB will list the bid items and item quantities for this service.When a purchase order is issued off the agency contract, the purchase order will be broken out into county pay items and fiscal years.These services are to be performed in accordance with the following PennDOT Publications:Publication 213- Temporary Traffic Control GuidelinesPublication 23 – Maintenance Manual, Chapter 13Publication 408- SpecificationsThese documents can be found at: access the publications on the PennDOT website, select 'Forms, Pubs, & Maps'. Then type in 'Pub 213’, ‘Pub 23' or ‘Pub 408’ in the search field, and select the magnifying glass. In the event, there is a conflict among the documents comprising this Contract, PennDOT and the Contractor shall 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 Purchasing Agent.The PennDOT Project Manager for this contract will be the District Roadside Specialist Supervisor (DRSS) or designee. SERVICE REQUIREMENTSThis work encompasses the furnishing of all material, equipment, personnel, liability insurance, safety equipment and best operational practices necessary to provide landscape services at various locations throughout District 6-0. This work will include preparation, installation and maintenance of both existing and new landscape projects. Work locations will be provided by the Project Manager. If requested, only remove the vegetation that has been approved for removal. Work continuously except during breaks or lunch until each location is completed. Do not leave work area except when necessary due to the onset of inclement weather or darkness. When feasible, conduct operations from off the travel lanes such as behind guiderail, shoulders, curbing, etc.TERM OF CONTRACT The award term of the contract will be for twelve (12) months.OPTION TO RENEW The Contract with associated purchase orders may be renewed for a maximum of four (4) additional one (1) year term(s), so long as PennDOT provides written notice to contractor of its intention to extend the contract by letter prior to expiration of the term of the agreement, or any extension thereof.PennDOT may exercise the renewal as individual year or multiple year term(s). Any renewal will be under the same terms, covenants and conditions, provided, however, that the rates under the contract may be increased up to 2% during each renewal term. No further document is required to be executed to renew the term of the contract.PennDOT reserves the right not to execute any of the renewal options.OPTION TO EXTENDPennDOT reserves the right to extend any contract and associated purchase orders by up to three (3) months, under the same terms and condition, by providing the contractor with written notice prior to the expiration of the contract and associated purchaser orders.ESTIMATED QUANTITIESAll quantities are estimated and the Department reserves the right to increase or decrease these quantities based upon need to include the Pre-Determined Amount Items.SUBCONTRACTINGSubcontracting is not permitted under this contract except to supply material only. CONTRACT REPRESENTATIVEThe 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 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. PENNSYLVANIA CERTIFIED PESTICIDE BUSINESS AND APPLICATOR LICENSE The contractor will, within three (3) business days of notice of apparent low bidder status, submit both a valid Pennsylvania Certified Pesticide Business License and a completed Pennsylvania Certified Pesticide Applicator Licensing Form (Attachment 2) to the PennDOT Purchasing Agent. Certified Technicians must be listed on the form if they will be performing herbicide applications.The Pennsylvania Certified Pesticide Business License must bear the name of the company submitting the bid for this work. The Pennsylvania Certified Pesticide Applicator must have a Category 10 Certification.GLOBAL POSITIONING SYSTEM The contractor shall place a Global Positioning System (GPS) unit into each transport vehicle performing work under this contract. The GPS unit will be used to verify the hours worked and work locations covered by each crew. It is not required to place GPS units into the Shadow Vehicle with Attenuator, as it is understood that this vehicle may not be required full time, yet is necessary to be deployed in advance of any work zone when required.This report will be submitted with the electronic Roadside Activity Report (Form M-609) by attaching GPS electronic version.The GPS unit used must be capable of producing a report that identifies daily work locations at one (1) minute intervals, minimum.? The daily report must include the date, crew ID, location, speed and miles traveled.EQUIPMENT REQUIREMENTSThe Contractor must furnish the following equipment for this work: One (1) truck or truck/trailer combination (including designated 6 CF debris carrying capacity) to transport all personnel, equipment, and material to/from the work site.One (1) chipperOne (1) leaf vacuum One (1) Hydro seeder (1000-gallon minimum hopper-Reference Finn, Reinco or equal approved Project Manager)Two (2) gasoline powered chain saws (12” & 18” bar min.)One (1) gasoline powered pole sawFour (4) gasoline powered string trimmersTwo (2) gasoline powered backpack blowers One (1) gasoline powered edgerIncidental equipment and tools as required for the work, including hand saws, pruning tools, rakes and shovelsOne (1) set of two-way radio/walkie-talkie for traffic control with a minimum range of 1 mile; Each crew will be equipped with a cellular telephone as a means of communicating with the PennDOT Project Manager.EQUIPMENT INSPECTION The apparent low bidder shall demonstrate to the Project Manager that the equipment proposed for use in meeting the requirements of the contract is of sufficient capacity and quantity, and that all such equipment is in good working order. Additionally, the apparent low bidder may be asked to demonstrate that the personnel employed for providing the services required by the contract are sufficiently trained to operate the Contractor’s proposed equipment fleet. The demonstration will also include Work Zone Traffic Control vehicles needed for compliance with traffic safety requirements as defined in the current version of PennDOT Publication (Pub) 213. The contractor will, within three (3) business days of notice of apparent low bidder status, submit the completed Roadside Equipment Inspection (REI) Form, (Attachment 3), to the PennDOT Purchasing Agent. Within 10 calendar days of notice of apparent low bidder status, the Project Manager will notify the apparent low bidder regarding the date, time, and location of the demonstration. At the discretion of the Project Manager, the apparent low bidder may be provided with up to five (5) additional calendar days after an initial, unsuccessful demonstration of equipment and personnel acceptability to prepare for and satisfactorily complete a second demonstration. If the apparent low bidder fails to demonstrate the acceptability of its equipment and/or personnel within ten (10) business days of Penn Dot’s initial notification of date and time of inspection, the apparent low bidder will be deemed not responsible and the bid will be rejected. The contract may then be awarded to the next lowest responsive and responsible bidder that successfully demonstrates the acceptability of its equipment and personnel. PennDOT will provide the contractor written communication regarding the outcome of the equipment demonstration. If changes to equipment and/or personnel are made after the award, the Contractor will notify the Project Manager and may be asked to successfully demonstrate the acceptability of the equipment and/or personnel as specified above. All equipment listed by the contractor on Roadside Equipment Inspection (REI) Form, (Attachment 3), must be present at the demonstration; incidental equipment need not be included.The contractor name, logo, if applicable, and contact information must be visible on all motor vehicles used on the contract. WORK ZONE TRAFFIC CONTROL REQUIREMENTS (WZTC)Conduct Maintenance and Protection of Traffic in accordance with the current version of Publication 213 “Temporary Traffic Control Guidelines”. 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 Project Manager. With the exception of emergency work, no work will be permitted on limited access, interstates, and expressways from 6:00 AM to 9:00 AM or from 3:00 PM to 6:00 PM without written consent of the Project Manager. 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.The costs of Maintenance and Protection of Traffic for all roadways other than two-lane, two-way highways as required by Publication 213, shall be bid under the Shadow Vehicle with Attenuator line item. Payment will be made for approved hours worked related to Work Zone Traffic Control (WZTC) set up, maintenance, and removal. WORK SCHEDULE AND WORK SCHEDULE REQUIREMENTS Work will be performed Monday through Friday. The Project Manager may authorize work on Saturday and Sunday, as necessary. The Project Manager or designee will submit to the Contractor a work plan/schedule that may include additional information, such as high-priority or special needs areas, requested work order etc. The daily work schedule will be 7:00 am to 3:00 pm daily, including a (non-billable) half-hour lunch break (7.5 billable hours daily). The Project Manager or designee may waive the lunch break or require an alternate work schedule, with a minimum of 24 hours’ notice. Each crew foreperson must make a call-in (working/not working) to the Project Manager or designee by text message, telephone or email 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 Project Manager or designee by text message, telephone, or email each day by 3:30 PM. In all cases, if the Project Manager is not available, the Contractor must leave the Project Manager or designee a text message, voice message, or send 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; failure to do so may result in non-payment for Work Zone Traffic Control (WZTC) for the day.If the WZTC requirement changes from what was reported in the daily call-in, the Project Manager must be notified immediately.When working on freeways and expressways, each crew foreman must report work to the PennDOT Traffic Management Center at 610-205-6934; this report must be made at least one hour before work commences.Unless otherwise directed by the Project Manager 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. Payment will not be made for hours not worked due to inclement weather, equipment breakdowns, mandatory lunch breaks, or other causes. Payment will be made for time spent on field repairs requiring less than one (1) hour of down time; any crew member not involved in equipment repair shall make all reasonable efforts to continue working in a productive manner. Any breakdown shall be immediately reported to the Project Manager, and noted on the M-609 Roadside Activity Report. Payment shall not be made for field repair if the Project Manager has not been notified on the day of occurrence. Travel time to/from contractor's base of operations will be incidental to this service.Billable time will begin when the crew arrives at the worksite. Travel time to and from the work area at the beginning and end of each day is incidental to this service and will not be paid for. Travel time on the same day to multiple work areas after the start of the initial work area will be paid for.During times of inclement weather or special events, The Project Manager 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 Project Manager may allow a revised work schedule.HOLIDAYSNo work shall be scheduled to occur on the following holidays unless written permission to do so is provided by PennDOT: 1.New Year’s Day2.Dr. Martin Luther King Jr. Day3.President’s Day4.Memorial Day5.Independence Day6.Labor Day7.Columbus Day8.Veteran’s Day9.Thanksgiving Day10.Day after Thanksgiving Day11.Christmas DayFor all holidays occurring on a Sunday, the following Monday will be recognized as the day when no work is to be scheduled. For all holidays occurring on a Saturday, the Friday before will be recognized as the day when no work is to be scheduled. The Contractor shall not implement travel lane restrictions or any activities that will impede traffic during the following periods unless otherwise approved by the PROJECT MANAGER or designee:Tuesday 5.00 AM through Monday 8.00 PM (Thanksgiving Weekend)Friday before Holiday at 5:00 AM?through the Monday after at 8:00 PM (Christmas and New Year's Weeks)Friday 5:00 AM through Tuesday 8:00 0 PM (Easter Weekend)Thursday 5:00 AM through Tuesday 8:00 PM (Memorial Day Weekend)Friday 5.00 AM?to Tuesday 8.00 PM (Independence Day Weekend)Friday 5.00 AM through Tuesday 8.00 PM (Labor Day Weekend)Special EventsDuring times of inclement weather or special events, the Project Manager or designee may postpone work until a more suitable time. ACTIVE CONSTRUCTION ZONES AND BEAUTIFICATION AREASThe Contractor shall not perform any operations within active construction zones or beautification areas unless directed to do so by the Project Manager or designee.DISPOSAL OF DEBRISContractor will remove all debris from work site. The hauling away of and disposal of debris such as chips, mulch, leaves and branches is incidental.PROPERTY DAMAGEThe contractor shall repair or replace any PennDOT property, or private property, damaged during small tree removal or brushing operations at no additional cost to PennDOT. Contractor must notify PennDOT immediately of any property damage. When repair is completed, the Project Manager will review the repair for approval.UTILITIESIn accordance with provisions of Pennsylvania Act 287-1974, as amended Pennsylvania Act 187-1996, identify and contact all utilities having existing aerial or underground facilities located within the limits of work to arrange for marking of the field locations of these facilities prior to performing any excavation, drilling, and/or driving. Cooperate with affected utilities and/or municipalities in any necessary adjustment or relocation of their facilities.HERBICIDE CUT-STUMP TREATMENTAll stumps of tree and shrub species that have been removed shall be treated with an herbicide cut-stump treatment. When treating the stumps, the Contractor shall ensure the application is made the same day the small tree or brush is cut, weather permitting. If using a water-based herbicide, application must be made within 2 hours of cutting. If using an oil-based herbicide, application may be made up to 24 hours after cutting. If weather does not allow for treating the stumps, treatment is required within 2 hours when weather permits.The Contractor shall ensure all herbicide applications are recorded on the daily Roadside Activity Report (M-609) as required by law. Pesticides are to be applied in accordance with current laws and/or amendments governing the use and application of these products within the Commonwealth of Pennsylvania. Application of cut-stump treatments is mandatory when requested, and will be considered incidental to the small tree and brush removal work and will not be paid for separately. The Contractor shall submit a list of herbicide products proposed for use to the Project Manager for approval at the Pre-Service Meeting. Contractor shall include a colored dye to assist in the verification process if directed by the DRS.PRE-SERVICE MEETINGThe Project Manager 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 five (5) 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) in the format directed by the PROJECT MANAGER at the completion of each day’s work.? The schedule for submission of the M-609 to the Department will be established during the pre-service meeting by the Project Manager.? Form M-609s that include hourly items shall be submitted with the corresponding daily GPS log to verify both the start and stop times and work locations. NOTICE—IMPORTANT CHANGE IN CONTRACT ADMINISTRATIONWhile the Department reserves the right to request submission?of the M-609 in other formats in the future as detailed below, the Department intends to replace paper Form M-609s with a mobile application (hereinafter the “application”), effective immediately for this procurement.? Any reference throughout this document to the M-609 shall mean the PennDOT Form M-609, which shall be completed by the Contractor via the Department’s application unless directed otherwise by the PROJECT MANAGER.? To that end, the following requirements apply:?The Contractor shall become a PennDOT Business Partner, obtain credentials to utilize the application and follow Attachment 5, titled “Accessing PennDOT iPad Applications for Business Partners.”? Attachment 5 provides guidance on registering to become a Business Partner and using the application.?? The Contractor shall be responsible for the purchase, maintenance and operation of all hardware, including devices such as but not limited to compatible cellular telephones or tablets, necessary to utilize the application. The Contractor shall submit all Form M-609s to Department via the application.? ?Once registered as a Business Partner, the Contractor shall have the ability to use the application statewide for roadside maintenance work and, as directed by the Department and its authorized personnel, including without limitation the DRS, complete Form M-609 electronically, with the same binding legal effect as though certified in writing.? OS-501 Confirmation of Service and Acceptance of Deliverables: PennDOT defines successful completion and acceptance of deliverables as:A schedule will be discussed and agreed to at the Pre-Service Meeting for OS-501 submittals by the contractor to PennDOT.The contractor shall submit to PennDOT a signed Attachment 4, OS-501 - Confirmation of Service and substantiating documentation, which acts as the Successful Contractor's confirmation that the deliverable has been completed in accordance with the Contract/Purchase Order; and,Upon receipt of an OS-501 in accordance with the Terms and Conditions of this IFB, PennDOT will:Confirm that the requirements for each deliverable have been met for each deliverable,Review and approve all substantiating documentation submitted with the OS-501, which may be in the form of hard-copy and/or electronic copies of required documentation, and any other required documentation within scope of the Contract required for PennDOT to verify completion of each deliverable; and,Certify successful completion of each deliverable(s) shown on the OS-501 by fully executing the OS-501 and providing a copy to the Selected Offerors.Based upon the successful completion and PennDOT’ s acceptance of each deliverable in this IFB, terms and Conditions, and Statement of Work, including any negotiated changes prior to Contract/Purchase Order execution and any PennDOT approved change requests after Contract/Purchase Order execution, the Selected Offeror may request payment for each deliverable (refer to IFB Terms and Conditions.SPILL PLAN & SPILL KITContractor must submit a Spill Plan to the Project Manager 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 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 Project Manager 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 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 ensure it is complete and functional. The Project Manager has the right to inspect the spill kit at any time. WORK CREW READINESSContractor may not start work without a full crew complement. Absenteeism which prevents Contractor crews from performing work will be considered a contractor performance issue. Absenteeism which prevents Contractor crews from performing work may result in the assessment of liquidated damages, performance issue entry in the Commonwealth's Contractor Responsibility Program System, and Purchase Order Cancellation. STRATEGIC ENVIRONMENTAL MANAGEMENT PROGRAM (SEMP)Before the start of any work, the Contractor must comply with PennDOT’ s STRATEGIC ENVIRONMENTAL MANAGEMENT PROGRAM (SEMP) requirements. These requirements can be found on PENNDOT’s website at: access program requirements on the website, select 'Forms, Pubs, & Maps'. Then type in 'SEMP' in search field, and select the magnifying glass. Then select 'Contractor Instructions for SEMP Awareness'.The Contractor is required to submit a signed Contractor Information Form and PennDOT District 6 Contractor Employee SEMP Awareness Roster to the Purchasing Agent prior to starting work.Pre-Determined Amount Items:Landscape Materials (Bucks County/6-1)Landscape Materials (Chester County/6-2)Landscape Materials (Delaware County/6-3)Landscape Materials Montgomery County/6-4)Landscape Materials (Philadelphia County/6-5)DESCRIPTION: This work is to furnish approved material as directed by and to locations specified by the Project Manager. MATERIAL: The Project Manager will prepare the project scope, including required material. The contractor will provide an estimate of required material for review and approved by the PROJECT MANAGER prior to the beginning of work. The Contractor shall not be reimbursed for any material without written approval from the Project Manager. SERVICE: Furnish as required. Costs for placement, installation, and site preparation will be paid under the Landscape Services line items.PAY ITEM, UNIT OF MEASURE: Each-A predetermined amount of money (PDA) is indicated in the Invitation for Bid (IFB) Header Text for this item. All material not specified in the contract will be paid under this item. The cost of material will be paid at the actual cost plus markup. The markups shall not exceed 5% for material.Include material supplier invoice with your Confirmation of Services Form (OS-501 – Attachment 4), Submit separate documentation for each site and occurrence.The Supplier’s invoice should include the following:Supplier NameFederal ID NumberTelephone NumberDescription of the materials provided.PDA Total Amount: $25,000.00PAY ITEMS FOR THIS SERVICELandscape Services-Four (4) Person CrewDESCRIPTION: This work is providing manual labor and incidental equipment for the preparation, installation and maintenance of both existing and new landscape projects. Crew members shall have the necessary training and category of driver’s license to ensure that any/all Work Zone Traffic Control equipment can be set up, operated, moved and taken down as necessary each day. PERSONNEL: One (1) four (4) person crew. One Person of the crew designated as the foreperson, and shall have a minimum of two (2) years of experience in this type of work. At least one member of the crew must possess the knowledge and skills needed to maintain and field-adjust all equipment to maintain continuous and productive operations. MATERIALS: As needed and approved. Herbicide note: Only herbicides currently on the annual list reported to the PA Department of Environmental Protection (PADEP) as part of the Department’s NPDES Permit will be permitted. All materials will be paid under pay items listed within this Statement of Work.SERVICE: As directed by the Project Manager. Anticipated Landscape Services are listed below but are not limited to:Topsoil Installation: The placement and grading (mechanically or by hand) of topsoil for various projects (swale repair, turf establishment). Payment for topsoil material to be made using the Topsoil line item (per cubic yard); payment for this installation work will begin following delivery of topsoil to the work area. Erosion Control Blanket Installation: The placement of Erosion Control Blanket per manufacturer’s specifications. Payment for erosion control blanket to be made using the Erosion Control Blanket line item (per square foot); payment for this installation work will begin following delivery of erosion control blanket to the work area. Mulching: The installation of hardwood mulch in planting areas around ornamental shrub beds and trees. Mulch all shrub beds and tree pits to a depth of three (3) inches with shredded bark mulch. Mulch shall not be in contact with shrub or tree trunks. Payment for mulch material to be made using the Hardwood Mulch line item (per cubic yard); payment for this work will begin following delivery of hardwood mulch to the work area. Planting: The installation trees, shrubs or perennial/annual flowers in ornamental and shrub bed or lawn areas. Payment for plant material to be made using the Pre-Determined Amount Item; payment for this work will begin following delivery of plant material to the work area. Plant Removal: Dead trees, shrubs, cut stubble, vines and weeds shall be removed by hand or mechanically as required by the PROJECT MANAGER. Removals may require entire root ball removal, as required by the PROJECT MANAGER.Plant Pruning: Dead, dying, broken, or undesirable branches and limbs shall be removed and/or pruned according to best horticultural practice for the health of the plant and the natural or designed form and growth characteristics of the individual species.Site Preparation for Seeding: Cutting, brushing, trimming and removal of all woody material, weeds, leaves, vines and debris in advance of seeding operations. This work may be part of a multi-phase work effort of other service crews (Brushing, Herbicide, Litter) in an effort to remove undesired vegetation and re-establish a turf grass cover in the right-of-way. The Project Manager will direct work and will determine when work area is satisfactory. Leaf Removal: As required, utilizing Leaf Vacuum and blowers as necessary to maximize production. Payment for the Leaf Vacuum to be made using the Leaf Vacuum line item (per day); payment for leaf removal work utilizing the Leaf Vacuum work will begin following delivery to the work area. Herbicide Spraying: Herbicide spraying application will be applied to control cut stumps, cut stubble or weeds as needed. All material costs for Herbicide spraying are incidental and will not be paid for.Hydro seeding: Will be paid for separately under the Hydro seeding line itemPAY ITEM, UNIT OF MEASURE: Crew Hour Landscape Services- Additional Crew MemberDESCRIPTION: Provide a person (or persons) as directed by the Project Manager to assist the Four (4) Person Crew in various tasks. This person shall be capable of performing all tasks that will be required of the Four (4) Person crew. Additional Crew Members shall have the necessary training and category of driver’s license to ensure that any/all Work Zone Traffic Control equipment can be set up, operated, moved and taken down as necessary each day. PAY ITEM, UNIT OF MEASURE: Hour (Per Person)Driver and Shadow Vehicle With Attenuator, Flashing Arrow Panel & Flashing/Revolving Yellow LightDESCRIPTION: This work is to provide a vehicle positioned in the work area in advance of a work site to provide information to approaching drivers or protection for the workers or work vehicle. This item is to be utilized when working on Freeways and Expressways in order to meet the minimum requirements of PATA 400 Series of Publication 213.EQUIPMENT: Provide Shadow(s) Vehicle with Attenuator, Flashing Arrow Panel, and Flashing/Revolving Yellow Lights as necessary to meet the minimum requirements of Publication 213. The hourly rate is based on one vehicle. If two (2) Shadow Vehicles will be required to meet the minimum requirements of PATA 400 Series, each vehicle shall be invoiced at the hourly rate.One (1) Shadow Vehicle will be required for any work on ramps - See Publication 213, “General Notes-General Items”.Flashing Arrow Panel must meet requirements of Publication 213.All other WZTC equipment as defined above under WZTC Requirements are considered incidental.PERSONNEL:One person will be required for each shadow vehicle. Personnel must possess a valid driver’s license of the proper class and endorsements as required by the current laws and be familiar with Publication 213 and operating the equipment under its provisions.PAY ITEM, UNIT OF MEASURE: HourTrack Skid Steer with Tiller & Rake Attachment DESCRIPTION: Supply one (1) Track Skid Steer Loader with Tiller & Rake Attachment (reference Bobcat Rockhound or equal as approved by the PROJECT MANAGER). PERSONNEL: Additional personnel are not required with this item, and will not be paid for separately. The Contractor shall determine which crew member(s) shall be used to operate the skid steer. This equipment may be used for stand-alone landscape maintenance projects or as part of site preparation activities in advance of hydro seeding activities, as directed by the PROJECT MANAGER. EQUIPMENT: One Track Skid Steer Loader with Tiller & Rake Attachment.PAY ITEM, UNIT OF MEASURE: Hour. Payment will only be made for hours used and as required. Start and stop times must be entered on Form M-609.Leaf Vacuum DESCRIPTION: Supply one (1) Leaf Vacuum; must be truck or trailer mounted. Discharge must be into a fixed enclosure (min 6 CY capacity). This equipment may be used for stand-alone landscape maintenance projects or as part of site preparation activities in advance of hydro seeding activities, as directed by the Project Manager. PERSONNEL: Additional personnel are not required with this item, and will not be paid for separately. The Contractor shall determine which crew member(s) shall be used to operate. EQUIPMENT: One (1) Leaf VacuumPAY ITEM, UNIT OF MEASURE: Day Hydro seeding (Formula L or D)DESCRIPTION: This work is to provide labor, equipment, and materials to hydraulically place PennDOT Formula L or D seed mixtures (and required supplements, components and mulch) as directed by the Project Manager. See Attachment 6, Hydro seeding Material Requirements, Specifications, and Application Rates for minimum standards. All components must be included in each application unless otherwise approved by the PROJECT MANAGER. Provide mix design upon request by the Project Manager; do not initiate a hydro seeding application without approval of mix design.MATERIAL: Seed mixtures, Supplements and other mix components shall be from Department approved sources consisting of the following:1. Formula L2. Formula D3. Supplements4. Fertilizer5. Tackifier6. Mulch (Recycled cellulose fiber, wood fiber or recycled cellulose fiber/wood fiber mixture)EQUIPMENT: Supply one (1) Hydro seeder, 1000-gallon minimum hopper (Reference Finn, Reinco or equal as approved by Project Manager). Unless otherwise approved, Hydro seeder will arrive to work area filled with water. The contractor will be responsible to ensure all equipment and operators are in conformance with applicable Pennsylvania Motor Vehicle Laws. SERVICES: Submit mix design to Project Manager for approval before work begins. Furnish and place approved seed mixture as directed by the Project Manager. PAY ITEM, UNIT OF MEASURE: Acre (43,560 Square Feet)TopsoilDESCRIPTION: This work is to furnish approved material as directed by and to locations specified by the Project Manager. MATERIAL: Materials must be reasonably free of subsoil, clay lumps, brush, roots, weeds and other objectionable vegetation and non-vegetation. Material hauling and delivery will be incidental to this item.SERVICE: – Furnish as required. Costs for placement, installation, and site preparation will be paid under the Landscape Services line items.PAY ITEM, UNIT OF MEASURE: Cubic YardErosion Control BlanketDESCRIPTION: This work is to furnish Erosion Control Blanket as directed by and to locations specified by the Project Manager. MATERIAL: Reference North American Green Eronet S150 (Short-Term Photodegradable Double-Net Straw blanket, or approved equal). Material hauling and delivery will be incidental to this item. SERVICE: Furnish as required. Place Erosion Control Blanket per manufacturer’s specifications, conforming to shape of soil surfaces. Unroll, place, and anchor mat evenly and smoothly, without stretching, to maximize contact with soil surfaces. Costs for placement, installation, and site preparation will be paid under the Landscape Services line items. PAY ITEM, UNIT OF MEASURE: Square FootHardwood MulchDESCRIPTION: This work is to furnish approved material as directed by and to locations specified by the Project Manager. MATERIAL: Mulch mixtures of shredded hardwood. All mulch shall be from a deciduous hardwood source and mechanically ground to a maximum size or three inches (3"). In addition, the bark shall be relatively free of bark fines, dust, and shall exclude all foreign and toxic substances. Material hauling and delivery will be incidental to this item.SERVICE: Furnish as required. Costs for placement, installation, and site preparation will be paid under the Landscape Services line items.PAY ITEM, UNIT OF MEASURE: Cubic Yard ................
................

In order to avoid copyright disputes, this page is only a partial summary.

Google Online Preview   Download