STATEMENT OF WORK COMMONWEALTH OF PENNSYLVANIA DEPARTMENT OF CONSERVATION AND NATURAL RESOURCES BUREAU OF FORESTRY FORESTRY MOWING 18-1

Similar documents
STATEMENT OF WORK COMMONWEALTH OF PENNSYLVANIA DEPARTMENT OF CONSERVATION AND NATURAL RESOURCES BUREAU OF FORESTRY DEER FENCE DISMANTLING CONTRACT

STATEMENT OF WORK. Installations, Repair and/or Maintenance of Sewage and Drain Lines. Presque Isle State Park (Erie County)

STATEMENT OF WORK Exploratory Diamond-Core-Hole Drilling Program Borehole CLI035_0598

STATEMENT OF WORK I. SCOPE OF WORK

253 Snyder Road Reading, PA September 8, 2015

CONTRACT SPECIFICATIONS

GENERAL SPECIFICATIONS Tree Planting Project SGL 099

STATEMENT OF WORK JANITORIAL SERVICES KEYSTONE STATE PARK (WESTMORELAND COUNTY)

GENERAL SPECIFICATIONS Southcentral Region PR Dozer Line Construction

SUWANNEE RIVER WATER MANAGEMENT DISTRICT INVITATION TO BID RFP 12/ LR WOODS MOWING SERVICES. Table of Contents

Montour Area Recreation Commission (MARC) North Branch Canal Trail Construction Invitation to Bid. Application Terms and Conditions

Construction Management Contract This agreement is made by (Contractor) and (Owner) on the date written beside our signatures.

SUWANNEE RIVER WATER MANAGEMENT DISTRICT INVITATION TO BID NO. 15/ AO SWIFT CREEK ROLLER CHOPPING SERVICES.

OKEECHOBEE COUNTY ROAD STRIPING AND MARKING SERVICES

HAND RELEASE *(WITH CHEMICAL SERVICES), *[LOCATION], OREGON.

COMMONWEALTH OF PENNSYLVANIA PENNSYLVANIA GAME COMMISSION BUREAU OF WILDLIFE HABITAT MANAGEMENT FORESTRY DIVISION 2015 PGC STEM TREATMENT HERBICIDE

INVITATION TO BID SR-15 DEVILS HAMMOCK #1 REBID

Fax Daniel Stevens, Purchasing Director

Berrysburg Borough Contract Specifications for Lawn Mowing and Maintenance of the Borough Square

REQUEST FOR PROPOSALS. Demolition

BERRIEN COUNTY ROAD COMMISSION

12/01/2010 Page 1 of 8

Request for Quote RFQ# Date: 02/01/2017

SUWANNEE RIVER WATER MANAGEMENT DISTRICT INVITATION TO BID NO. 14/15-036AO MALLORY SWAMP DITCH MOWING SERVICES. Table of Contents

SOUTH PORTLAND SCHOOL DEPARTMENT Invitation to Bid MSA SCHOOL FENCING CONTRACTOR

P.O. Number SERVICES CONTRACT [NOT BUILDING CONSTRUCTION]

REQUEST FOR QUOTATIONS Tree Maintenance Program Bucket Truck and Stump Grinding Contract

REQUEST FOR PROPOSALS FOR REMOVAL AND REPLACEMENT OF RV POWER PEDESTALS AT 6201 W PARK ST MISSAUKEE LAKE PARK LAKE CITY MI 49651

REQUEST FOR QUOTATION

TOWN OF ERWIN REQUEST FOR PROPOSALS FOR GRASS MOWING SERVICES - ADDENDUM

INSTRUCTIONS TO BIDDERS

BID SPECIFICATION VILLAGE OF OTTAWA HILLS revised ANNUAL TREE PRUNING Fall Spring 2021

City of Portsmouth Portsmouth, New Hampshire Department of Public Works. Plumbing and Heating Repair Services

Construction Management Contract This agreement is made by (Contractor) and (Owner) on the date written beside our signatures.

SPECIAL CONDITIONS: Description:

INSTRUCTIONS TO BIDDERS

CHARTER TOWNSHIP OF WEST BLOOMFIELD INVITATION TO BID WEST BLOOMFIELD, FACILITY OPERATIONS

VACANT/ABANDONED PROPERTY GRASS CUTTING Request for Proposals

Great Parks of Hamilton County Mulching Landscape Beds and Tree Rings Request for Proposal February 1, 2019

City of Harris Harris, Minnesota Public Works Department GRADING GRAVEL ROADS REQUEST FOR PROPOSALS Fax #

In accordance with 61 O.S. 108 and 115, a sworn statement shall accompany any competitive bid submitted for a public construction contract.

INVITATION TO SEALED BID AIRPORT HANGAR 1 DOOR REFURBISH PROJECT. F.O.B. City Of Hutchinson, Hutchinson, Kansas

SOLICITATION FOR CONTINUING SERVICES CS # Lot Clearing-Code Enforcement

INSTRUCTIONS TO BIDDERS

COUNTY OF PRINCE EDWARD, VIRGINIA

SUWANNEE RIVER WATER MANAGEMENT DISTRICT INVITATION TO BID. No. 17/18-009EO

INDOOR BLEACHER SAFETY RAILS MANDATORY WALK-THRU ON MONDAY, MAY 16, 2016 AT 10:00 A.M. AT CENTRAL OFFICE ANNEX, 24 SCHOOL RD.

Town of Lee Septic Tank Pumping Services

Barrow County School System

EAST GOSHEN TOWNSHIP SPECIFICATIONS FOR TREE PRUNING and TREE REMOVAL Bid Opening April 16, 2018

(SECCRA) SECCRA COMMUNITY LANDFILL LONDON GROVE TOWNSHIP CHESTER COUNTY, PENNSYLVANIA

BID# State Museum of PA, 300 North Street. Attention: Rhonda Johnson Telephone: Fax:

ADDENDUM No. 1. ITB No LED Video Wall. Due: May 25, 2017 at 10:00 A.M. (Local Time)

Request For Proposal. City of St. Joseph, Michigan Three Year Cross Connection Control Program

REQUEST FOR QUALIFICATIONS TERMINAL 3 HEADLINE DOLPHIN DESIGN & MAINTENANCE PROGRAM

NORTH EAST INDEPENDENT SCHOOL DISTRICT 8961 Tesoro Drive San Antonio, TX 78217

REQUEST FOR PROPOSAL #6529 EXTERIOR WINDOW CLEANING AT VARIOUS WASHTENAW COUNTY BUILDINGS

City of Charlevoix ADVERTISEMENT FOR BIDS. Tree Trimming

ARKANSAS STATE HIGHWAY AND TRANSPORTATION DEPARTMENT EQUIPMENT AND PROCUREMENT DIVISION BID INVITATION. BID OPENING LOCATION: AHTD Central Office

INVITATION TO BID NEW TENNIS COURTS NEILLS CREEK PARK COUNTY OF HARNETT NORTH CAROLINA

SIX EACH GAS METERS & ASSOCIATED EQUIPMENT CECIL COUNTY GOVERNMENT: DEPARTMENT OF EMERGENCY SERVICES

REQUEST FOR PROPOSAL Lake Ripley Management District (LRMD)

REQUEST FOR SEALED BIDS FOR MOWING OF WEEDY LOTS

PURCHASING DEPARTMENT PENNSYLVANIA TURNPIKE COMMISSION P.O. BOX HARRISBURG, PA (717) REQUEST FOR QUOTATION

(I) (We) understand that any alteration/strike out of the Contract/Bidding Requirements or Special Provisions pages will void my bid.

Request for Proposal for Lawn Services

STATEMENT OF WORK PORTABLE TOILETS & SEPTIC SYSTEM WASTE REMOVAL SERVICES IFB , SUPPLEMENTAL BID 1

TOWN OF BERLIN VERMONT July 7, Request for Proposal Landscape Design and Installation

CITY AND BOROUGH OF JUNEAU (CBJ) REQUEST for QUOTES (RFQ) North Miner s Cove Parking Lot Repair. RFQ No. E15-095

CITY OF FORT MITCHELL, KENTUCKY INVITATION TO BID FOR DIXIE HIGHWAY REMOVAL AND REPLACEMENT OF STREET TREES

Standard Form of Agreement Between Owner and Contractor for a Residential or Small Commercial Project

REQUEST FOR BID PROPOSALS FOR DEMOLITION OF FARM STRUCTURES. Issued: March 26, 2018

REQUEST FOR QUOTATION

Project Manual Bid Packet and Specifications January 4, 2018

COUNTY OF ALLEGHENY DIVISION OF PURCHASING AND SUPPLIES 436 GRANT STREET ROOM 206 COURTHOUSE PITTSBURGH PA 15219

GALESBURG PUBLIC LIBRARY 40 E. SIMMONS STREET GALESBURG, ILLINOIS f

PIERCE COUNTY INVITATION TO BID SURPLUS PROPERTY SALE NUMBER 1606 FOR SALE OF SURPLUS GRAVEL

THIS IS NOT AN ORDER!! DATE: April 19, REQUEST FOR QUOTATION Purchasing Department 200 Chesapeake Blvd, Ste 1400 Elkton, MD 21921

CITY OF GALESBURG. PURCHASING 55 West Tompkins Street Galesburg, IL Phone: 309/ INVITATION FOR BIDS

LAWN CARE River Valley Community College One College Drive Claremont, NH

The City of Roanoke is currently soliciting bid proposals for fire lane striping for all City owned facilities with fire lanes.

TOWN OF BARNSTABLE INVITATION FOR BID. Barnstable School Department Hyannis, MA. Refuse Collection and Disposal and Recycling

LONE TREE SCHOOL BELL SYSTEM

REQUEST TO SUBMIT PROPOSALS FOR ASBESTOS SURVEYOR FOR THE CITY OF PONTIAC

HSU Reddie Grill Renovation OFFICIAL BID SHEET

INVITATION FOR BID. Furnish: Installation of One (1) Security Cage for a Rooftop Heating and Air Conditioning Unit. Company Name:

THE STATE OF TEXAS Landscape Maintenance and Use Agreement COUNTY OF TARRANT

SUWANNEE RIVER WATER MANAGEMENT DISTRICT REQUEST FOR PROPOSAL NO. 09/10-018LM NON-NATIVE, INVASIVE WEED CONTROL. Table of Contents

ADVERTISEMENT FOR BIDS GRATIOT COMMUNITY AIRPORT MOWING SERVICES BID B. Mowing services for the Gratiot Community Airport

PROPOSAL LIQUID CALCIUM CHLORIDE

In accordance with 61 O.S. 108 and 115, a sworn statement shall accompany any competitive bid submitted for a public construction contract.

FULLY EXECUTED Contract Number: Contract Effective Date: 01/06/2015 Valid From: 12/01/2014 To: 12/31/2099

SUWANNEE RIVER WATER MANAGEMENT DISTRICT INVITATION TO BID ITB 16/17-027AO FORESTRY CONSULTING SERVICES. Table of Contents. Section Title Page

NOTICE TO BIDDERS TOWNSHIP OF BRISTOL Sealed Proposals for. Tree Trimming and Removal Services

STATEMENT OF WORK FOOD TRUCK EVENT ORGANIZER IFB#

PROPOSAL GUIDE RAIL VEGETATION CONTROL

ARKANSAS STATE HIGHWAY AND TRANSPORTATION DEPARTMENT EQUIPMENT AND PROCUREMENT DIVISION BID INVITATION. BID OPENING LOCATION: AHTD Equipment &

Kamla Nehru Institute of Technology Sultanpur (U.P.) Phone: Notice Inviting Short Term Tender

M E M O R A N D U M. March 13, 2019

ALL TERRAIN SLOPE MOWER

Transcription:

STATEMENT OF WORK COMMONWEALTH OF PENNSYLVANIA DEPARTMENT OF CONSERVATION AND NATURAL RESOURCES BUREAU OF FORESTRY FORESTRY MOWING 18-1 FOREST DISTRICT 12 1 PROJECT; 62 ACRES (MACHINE ONLY) I. SCOPE OF WORK: The Department of Conservation and Natural Resources, Bureau of Forestry, requires the services of a contractor to mechanically cut inhibiting woody vegetation in Forest District 12 (Lycoming County) on one block containing 62 acres. Services shall include, but are not limited to, the furnishing of all materials, labor, equipment, tools, superintendence, miscellaneous items, and performing all work necessary to complete the project to the satisfaction of and subject to the approval of the Department. Questions regarding the technical aspects of this bid should be directed to Andrew Duncan at (717) 783-7990 or aduncan@pa.gov. Questions regarding the bidding or contracting procedures should be directed to Nancy Weibley at (717) 783-2566 or nweibley@pa.gov. II. CONTRACT TASKS: The following tasks shall be completed in performance of this contract: PROJECT # ACREAGE LOCATION TYPE 121702 62 FOREST DISTRICT 12 MACHINE ONLY Local Forest District contact for this project is as follows: Tiadaghton State Forest (District 12), Jason Stellfox, Assistant District Forester, (570) 753-5409

GUIDELINES: All Mountain Laurel, black gum, birch, red maple, and striped maple between 1 and 6 diameter at stump height must be felled. All employees must be able to differentiate between species. Woody material felled using a mechanical flail type system may not have stumps with clean, sharp cuts and edges and must be less than twelve (12) inches except when, in the opinion of the Field Contract Coordinator, said height is impractical. Woody material felled with clean cuts must have stumps that are parallel to the ground surface and shall not exceed six (6) inches in height measured on the side next to the highest ground or the diameter of the stump, whichever is smaller, except when, in the opinion of the Field Contract Coordinator, said height is impractical. Cut trees must be removed from trails, roads, tail drains, streams, and utility rights-of-way. The Contractor shall exercise care and caution in all operations to prevent damage to all trees left untreated. Damage to trails, roads, streams, or utility rights-of-way caused by the Contractor s equipment must be repaired by the Contractor at their expense. Any trash resulting from the Contractor s operations must be removed from the area and properly disposed. The Contractor shall not block any roads or trails in the area during performance of this contract. The Contractor shall not, in any way, hinder the progress of any Timber Sale Contracts in these areas. All labor, equipment, tools, etc., needed to complete contracted projects are to be provided by the contractor. Designated fence corridor must be kept free of slash. Brush must be removed from existing fences, and any fence damage must be repaired within 24 hours at the contractor s expense. Deer fence integrity must be maintained by closing gates promptly after entry and exit. Timber Damages When, in the opinion of Field Contract Coordinator, damage to the residual stand becomes excessive, the Contractor shall pay the Department a fair base current value determined by the Field Contract Coordinator per unit of volume. If this value for damage due to Contractor s carelessness or negligence is less than $10.00 per tree, then a minimum charge of $10.00 per tree will be made whether the tree is commercial, non-commercial, merchantable, or non-merchantable. 2

III. CONTRACTOR QUALIFICATIONS: 1. This invitation for bid (IFB) is reserved for the Small Business Procurement Initiative as designated in Executive Order 211-09 dated November 21, 2011. Only Self Certified Small Businesses which have been certified by the Department of General Services prior to the bid opening date and time may submit a response to this IFB. Your self-certification form from the Department of General Services should be submitted along with your IFB response. Failure to produce a valid Self Certified Small Business certificate (which must be dated prior to the opening date of this IFB) shall render your submission non-responsive. For more information on the Department of General Services Small Business Self Certification process please visit: www.smallbusiness.pa.gov. IV. CONTRACTOR REFERENCES: After the bid opening and prior to awarding of the contract, the Department has the right to request 3 references (names, addresses, and telephone numbers) of similar work performed by the Contractor as proof of qualifications to perform the work involved in this contract. Similar work is defined here as proof that the bidder has successfully completed at least 50 acres of machine mowing in a forested environment in a single calendar year. References are an optional tool available to the Department to help determine bidder capabilities. If any of these references are requested and the bidder cannot supply the necessary documentation and proof of compliance, the Department reserves the right to reject the bidder. The decision to both request references or reject bidders based on inadequate reference will be made solely at the discretion of the Department. V. SITE INSPECTION: A mandatory site inspection will be conducted prior to the bid opening. The site inspection will be held Wednesday, April 11, 2018. All prospective bidders must attend to be eligible to bid on this contract. (Please sign-in to acknowledge attendance.) Prospective bidders should meet at the Nittany Minit Mart in Galeton, Pennsylvania, at 9:30 a.m. to discuss job specifications and to tour the job site. The Nittany Minit Mart is located just south of Route 6 at the following address: 16 Bridge Street, Galeton, Pennsylvania 16922. Interested vendors should contact the Tiadaghton Resource Management Center at (570) 753-5409 for additional directions. The site inspection will attempt to provide prospective bidders with a perspective on conditions common to all projects, including vegetation for control, topography, site challenges (rock, downed logs, density of reserved trees, etc.) VI. PERFORMANCE BOND: The successful bidder must furnish as guarantee for performance of their bid commitment a corporate surety bond or a certified, cashiers or treasurer's check or official check or bank, 3

postal or express money order payable to the Commonwealth of Pennsylvania in the amount of $2,500.00. PERSONAL CHECK OR PERSONAL MONEY ORDER WILL NOT BE ACCEPTED FOR PERFORMANCE DEPOSIT. Negotiable securities, including letter of credit, bank savings account or bank investment certificate may be furnished in lieu of the above. The performance bond must contain the same contract effective date as the contract agreement plus one month. If the Contractor is a corporation, the bonds must be signed by the corporation president or vice-president (designate which one) and the corporation secretary or treasurer (designate which one). If the Contractor is not a corporation, the owner must sign the bonds. If a corporate bond is used, the bonding company must be licensed to conduct business in Pennsylvania. The signers must have their names and titles typed or printed under the signatures. VII. INSURANCE REQUIREMENTS: The Contractor is required to have in place during the term of the Contract and any renewals or extensions thereof, the following types insurance, issued by companies acceptable to the Commonwealth and authorized to conduct such business under the laws of the Commonwealth of Pennsylvania: 1. Worker s Compensation Insurance for all of the Contractor s employees and those of any subcontractor, engaged in work at the site of the project as required by law. 2. Public Liability and Property Damage Insurance to protect the Commonwealth, the Contractor, and any and all subcontractors from claims for damages for personal injury (including bodily injury), sickness or disease, accidental death and damage to property including the loss of use resulting from any property damage, which may arise from the activities performed under the Contract or the failure to perform under the Contract, whether such performance or non-performance be by the Contractor, by any subcontractor, or by anyone directly or indirectly employed by either. The minimum amounts of coverage shall be $250,000 per person and $1,000,000 per occurrence for bodily injury, including death, and $250,000 per person and $1,000,000 per occurrence for property damage. Such policies shall be occurrence rather than claims-made policies and shall not contain any endorsements or any other form designated to limit and restrict any action by the Commonwealth, as an additional insured, against the insurance coverage in regard to work performed for the Commonwealth. Prior to commencement of the work under the Contract and at each insurance renewal date during the term of the Contract, the Contractor shall provide the Commonwealth with current certificates of insurance. The certificates or policies shall name the Commonwealth of PA DCNR as an additional insured and shall contain a provision that the coverage s afforded under the policies will not be cancelled or changed until at least thirty (30) days written notice has been given to the Commonwealth. These certificates shall include the location and a brief description of the work to be performed under the contract. The Commonwealth shall be under no obligation to obtain such certificates from the Contractor(s). Failure by the Commonwealth to obtain the certificates shall not be deemed a waiver of the Contractor s obligation to obtain and furnish certificates. The Commonwealth shall have the right to inspect the original insurance policies. 4

VIII. BID AWARD: Bidder must complete and return the following for award of bid: 1. The electronic Invitation for Bid to be found at www.pasupplierportal.state.pa.us. 2. A copy of your self-certification form from the Department of General Services and the Small Business Procurement Initiative. Failure to produce a valid Self-Certified Small Business certificate shall render your submission non-responsive. The unit price shall include all labor, materials, equipment, tools, insurance, and all items necessary for completion of the project. The bid will be awarded based on the total sum as indicated on the IFB-Invitation for Bid. The contract quantities herein are estimated only and may increase or decrease depending on the needs of the Department. The Contractor shall be paid at the unit price bid for actual work performed. Please note that the Department will only accept out to two (2) decimal points when entering your pricing. IX. CONTRACT TERM: The Contract shall commence upon execution and receipt of the purchase order and Notice to Proceed notification, and continue until December 31, 2018. This contract must be started within one (1) month from the date the purchase order is issued. If the contract is not started within one (1) month after the purchase order is issued, the vendor will forfeit the contract. If site conditions, as determined by the Department, are unfavorable to proceed, the start may be delayed. Work must then commence within ten (10) days of the onset of favorable conditions, as determined by the Department. The start date may also be postponed if the contractor is actively working on another Bureau of Forestry mowing contract. X. LIQUIDATED DAMAGES: At the discretion of the Department, Liquidated Damages may be assessed if the contractor fails to meet the terms of the contract. 1. Purchase Order Completion Failure: If the contractor fails to complete the project In the Purchase Order by the termination date of December 31, 2018, the Department representative may assess a Liquidated Damage equal to all or a portion of the $2,500 Performance Bond as required in Section VI. The Department may, at their discretion, give the contractor a written extension, not to exceed 90 days, for the work to be completed. An extension will only be granted if 75% of the project (46 acres) is satisfactorily completed. 5

Should an extension be granted, the liquidated damage equal to all or a portion of the $2,500.00 Performance Bond may still be assessed. Should the contractor fail to complete the project after the extension is granted, any value remaining on the $2,500.00 Performance Bond (if the full bond was not already retained) may be taken. XI. PAYMENT TERMS: Payment shall be made upon satisfactory completion of the block or authorized partial block. A block will be deemed complete when all items listed in the Guidelines have been met for that block. Invoice must state the number of acres properly treated. On blocks larger than 50 acres, the contractor may invoice for partial payment. The District Forester/Assistant District Forester must be in agreement with the contractor, and the District Forester/Assistant District Forester must authorize the partial payment. XII. INVOICES: Invoice format shall be in accordance with the IFB Invitation for Bid. All invoices for this contract MUST either be: 1. E-mailed to the following for a Paperless E-mail Invoice Option: E-mail a copy of the correctly executed invoice to: 69180@pa.gov. For information on the Commonwealth s E-Invoicing Program, visit: http://www.budget.pa.gov/programs/pages/e-invoicing.aspx. 2. Or, mailed to the following address: Commonwealth of PA PO Invoice PO Box 69180 Harrisburg PA 17106 And a copy of the invoice MUST also be sent to: Andrew Duncan Bureau of Forestry, Silviculture Section P.O. Box 8552 Harrisburg, PA 17105 717-783-7990 aduncan@pa.gov All invoices MUST have the purchase order number, project number, as well as your SAP Vendor Number on the invoice. The name and address listed on the purchase order must also be listed on each invoice. Failure to provide this information will result in a delay of payment. Please Note: Vendors are reminded to NOT include employer identification numbers, Social Security Numbers, bank account information, or other personally identifiable information on 6

their invoices. This information is uniquely tied to your SAP Vendor Number and, for security purposes, should not be explicitly stated on an invoice. XIII. RECEIPT AND OPENING OF BIDS: Bids must be submitted via the PA Supplier Portal, to be found at www.pasupplierportal.state.pa.us. Faxed bids and mailed bids will not be accepted. No responsibility will be attached to any employee of the Department for the premature opening of or the failure to open a bid not addressed properly and identified, or for any reason whatsoever. XIV. BID RESULTS: Bidder can obtain bid results by accessing http://www.emarketplace.state.pa.us/bidtabs.aspx. The bids will be posted within three (3) business days following the bid opening. The results are the apparent bidders, and all bids are under review until final award of the purchase order. Attachments: Project Map Statewide Forest Districts Map 7