Exhibit A PennDOT District 2-0 Tree Work Specifications for a Specialized / Expandable Arboriculture Complement Summary Statement of Work I. DESCRIPTION A. This statement of work is in addition to the Statement of Work noted in the Statewide Tree and Stump Cutting Services Invitation to Qualify 4400006436. We are bidding under the Specialized/Expandable Arboriculture Complement section of the ITQ. B. Method of Award: All lines on the Invitation for Bid (IFB) will be awarded lump sum or by line item, whichever is in the best interest of the Commonwealth. The Contractor may bid on one or all items. Multiple line items awarded to a single Contractor will be combined to form one Purchase Order. C. All physical work must be completed between the date of a fully executed purchase order through March 31, 2014. D. Omitted. E. The work will consist of furnishing all equipment, personnel, materials, herbicides, liability insurances, safety items and proper arboricultural practices necessary for the efficient and workmanlike removal of trees and other woody vegetation from the Department s right-of-way. Each work site is specified in the location listing spreadsheet (Exhibit B) and by line item on the overall contract. All work shall be performed in accordance with all requirements of this specification or as otherwise directed by the District Roadside Specialist or their designee. F. The Contractor shall select and furnish all the trained personnel, equipment and tools necessary to satisfactorily perform and complete all phases of this work before termination of the awarded Purchase Order period. Additionally, one (1) person (at a minimum) shall possess a current PA Certified Herbicide Applicator License in Category 10 and a copy shall be on file in the District Roadside Specialist s office.
G. As stated earlier the work includes the complete removal of all woody vegetation within the Department s Right of Way, hereafter noted as the ROW. The ROW width for each item/site is variable and designated on the attached spreadsheet (Exhibit B). Any portion of a tree or woody vegetation overhanging the cut width limits shall be removed. Tree limbs should be removed back to the branch collar. Trees that require 2/3 or more of canopy removal must be removed at ground level. For any trees required to be removed from maintained lawns the stumps shall be removed to within 6 inches below existing ground level, debris removed, and backfilled with topsoil, seeded and mulched. H. Prior to conducting any work, it will be necessary for the Contractor to contact all abutting property owners in writing informing them of the proposed work and offering them the resulting wood. The wood will be cut into manageable lengths and placed on private property at the ROW line. When the property owner agrees to retain the cut wood, the Contractor will get such an agreement in writing and submit a copy to the PennDOT District Office. Documentation must be made in the form of a log indicating the date/time of attempted contact and type of contact (personal/note/door hanger). The Department will also furnish the Contractor with a sample letter for this purpose. When the property owner refuses the wood, the Contractor shall arrange for satisfactory disposal of the wood if requested or leave it along the Department s edge of the ROW. The Department and their contracted vendors only have the authority to work within the limits of the ROW unless special provisions are made accordingly. Permission must be obtained from the property owner if this operation goes beyond the Department s ROW. The Contractor shall obtain a written release from each abutting property owner when it is necessary to enter onto a private property to perform any contract related work. The Department will furnish the Contractor Form RW-397A (Authorization to Enter) for this purpose. I. All trees and brush cut must be cut no higher than 3 inches from and parallel with the ground line. All stumps of brush and deciduous trees removed over 1 inch in diameter shall be chemically treated to prevent re-sprouting. All existing woody debris present in the work area will also be removed. J. All drainage ditches and/or swales along the roadway must remain clear of any tree trimming debris associated with this project. K. A pre-job field view will be scheduled by the Department with the winning bidder(s) prior to the start of any work. Work scheduling, documentation, traffic control and a field view of each work location will be addressed. Within the cut widths indicated, there may be small areas of residential shrubbery or trees. These areas will be identified at this time. The Contractor will be directed by the District Roadside Specialist or their designee what work is to be performed within these areas.
L. ALL QUANTITIES ARE ESTIMATED. The Department reserves the right to delete any route or sections of routes from the contract or any portion thereof. Furthermore, the Department reserves the right to exempt any tree or group of trees if the Department s best interest is promoted. M. The Contractor will be required to establish the Department s ROW line and required cut widths as per attachment Exhibit B. N. All equipment must have a current Pennsylvania Business License number on the side of the vehicles. Additionally, a copy of the license shall be on file with the District Roadside Specialist s Office. O. All cut stump treatments will be done using a 25% solution of Garlon 4 and Arborchem Basal Oil (or approved equal) according to the enclosed instructions (See Exhibit C). Weather permitting stump treatments must be applied on the same day the tree(s) are removed. P. Except as otherwise herein above specified, the Contractor shall also be responsible for damage claims as provided in Section 107.14 of the current Department of Transportation Specifications Form 408. Q. In areas where tree(s) are removed and a fence is attached to the tree(s), the Contractor as an integral part of this contract will repair the fence to existing condition using material which is similar to the existing fence. R. The Contractor must notify local government municipalities or Townships. Contractor must comply with local ordinances and are responsible for all applicable fees. The Department is not aware of any concerns at this time. S. Work around utility lines may be involved in the designated work areas. Consequently, the vendor is advised to field view work areas prior to submitting bids to determine if there would be any utility conflicts. II. MATERIALS The Contractor shall furnish all materials including, but not limited to the following: A. Tree wound dressing (Tree Hold or equal). B. All lubricants, hydraulic fluid, fuel, and anti-freeze for equipment. C. Throughout the contract period, the Contractor is responsible for treating stumps with herbicides approved by the District Roadside Specialist (See Exhibit C). Treatments will occur in accordance with the current law and/or amendments to the law governing the use and application of pesticides within the Commonwealth of Pennsylvania. Approved herbicide materials to be used on this project would include: a) Garlon 4 (Triclopyr) or approved equal b) Arborchem Basal Oil or approved equal
D. Any materials needed for the repair of fences affected by the tree removal during the course of this contract. E. Any materials needed for the repair of yards (i.e. soil, seed, and mulch) affected by the removal of a tree(s) during the course of this contract as previously stated in Section I.G. III. SAFETY A. The Contractor shall provide all necessary warning light, signs, flags, amber flashing lights etc. to assure maximum safety to the public and minimize interference with the natural flow of traffic. All traffic control shall be in accordance with PennDOT Publication 213. B. Where reasonably feasible, all tree removal, trimming and chipping operations will be conducted from off the travel lanes. C. All personnel must wear a hard hat in work areas and also reflective vest/shirt when working on foot within 15 feet of the roadway. D. The Contractor shall comply with all Federal and State Laws, OSHA Safety requirement and ANSI standards. IV. BIDDING RESERVATION CLAUSE A. The right is reserved to reject any or all proposals or to advertise for new proposals if, in the Judgment of the Department, its best interests will be promoted thereby. B. The Department reserves the right to award any or all line items of this bid proposal. V. NON-COMPLIANCE A. In the event the Contractor fails to perform work according to the specifications and requirements of the contract or any part thereof, the Department reserves the right upon forty eight (48) hours written notice to terminate further performance by the Contractor or record and award the same to another Contractor without liability therefore, except for payment for work satisfactorily performed prior to date of termination. B. All tree trimming/removal and cleanup work will be completed by to March 31, 2014. A semifinal inspection will be scheduled by the Contractor when completed or no later than two weeks prior to scheduled completion of work. Unsatisfactory items will be noted at that time and all remaining work must be completed prior to March 31, 2014. No contractual time extensions will be permitted.
VI. BASIS OF PAYMENT (ALL QUANTITIES ARE ESTIMATED) A. Payment will be made on a per item basis after the following conditions have been met: 1. The Contractor will be responsible for work documentation the Department will supply form M-609 for this purpose. The Contractor will also include all necessary information required to document herbicide application within the Department s ROWs. The Contractor must place the Purchase Order Number on each M-609 form and on each invoice. a. Form M-609 and Form RW-397A (if used) are to be forwarded to the PennDOT District 2-0 Maintenance Office. 2. At the Contractor s request or approximately two weeks prior to the scheduled completion of work, a semi-final inspection will be performed. A Contractor s representative is required to attend. At that time any unsatisfactory items will be identified and the Contractor will have until the scheduled completion date (March 31, 2014) to complete the required work. 3. The Department shall perform a final inspection before the Contractor invoices for final payment. The District Roadside Specialist or a designee will make this final inspection. 4. Certified weekly payroll forms. 5. After final inspection, the Contractor will be immediately notified of the results. When the contracted work item is accepted by the Department the Contractor may then invoice the Commonwealth at the Bill To: address on the purchase order. At no time will the Department accept invoices for payment; all invoices must process through Harrisburg VII. LIQUIDATED DAMAGES The Contractor is required to satisfactorily complete the awarded purchase order in accordance with the terms and conditions and attached specifications. If the purchase order is not complete and accepted by the Department, the Contractor will be assessed liquidated damages in accordance with the terms and conditions of the ITQ. VII. EQUIPMENT Contractor is required to provide all equipment necessary to complete identified work in the time frame from the date of being provided a fully executed purchase order.
VIII. PERSONNEL A. The Contractor is required to supply as many crews as necessary to complete the work within the scheduled time frame. B. One (1) person shall possess a current certified applicator s license with Category 10 and a copy shall be on file in the District Roadside Specialist s Office.