GENERAL SPECIFICATIONS: FRAMAR/Dead Man’s Hollow/Rostraver Herbicide Application Project

  1. SCOPE OF WORK
  1. The Pennsylvania Game Commission, Southwest Region, requires herbicide application services. Services shall include, but not be limited to, the furnishing of all labor, superintendence, tools, and equipment for the herbicide application/invasive species control project as per Attachment 1, Herbicide Application Specifications. All Purchase Orders require the contractor to provide the equipment, labor, insurance, and all miscellaneous expenses to complete the operation.
  1. This project is being bid as one contract, and the contract is comprised of a three (3)line item bid.

Any questions concerning the technical aspects of this bid should be directed to the Regional Wildlife Diversity Biologist:

Tammy Colt

Southwest Regional Wildlife Diversity Biologist

PA Game Commission Southwest Region

4820 Route 711

Bolivar, PA 15923

Phone 814-233-2281

Email

  1. CONTRACT TASKS
  1. Project Coordinates

FRAMAR: N40.192, W79.847; Rostraver Township, Westmoreland County

Dead Man’s Hollow: N40.317, W79.850; Lincoln and Liberty Boroughs, Allegheny County

See Map 1 for locations.

  1. Contractor must comply with Attachment 1, Herbicide Application Specifications.

August-September 2016

  • FRAMAR – hack and squirt or cut-stump herbicide application to control Oriental bittersweet and Ailanthus, 26 acres, Map 2, Stands 1, 2, 3, 4.
  • FRAMAR – individual treatment, foliar spray, to control invasive shrubs (multiflora rose, autumn olive, Japanese barberry, bush honeysuckle), 14 acres, Map 2, Stand 1.
  • Dead Man’s Hollow – individual treatment via foliar, hack and squirt, or cut-stump herbicide application (as appropriate) to control common buckthorn, Oriental bittersweet, Ailanthus, multiflora rose, autumn olive, bush honeysuckle, and Japanese barberry, 40 acres, Map 3, Stands 2 and 9.
  1. SITE INSPECTION AND ASSISTANCE

The PGC will conduct an optional one-time-only tour of the work site for prospective bidders on Wednesday, June 1, 2016, at 9:30 am. Meeting location will be at the gravel parking area of the former Sredy Store, on Route 136, between Ella Hollow Road and Ella Hollow Bible Church. See Map 4. Coordinates for the meeting location are N40.206, W79.858. Viewing the site prior to bidding is highly recommended. Additional site inspections are the responsibility of the bidder.

  1. CONTRACT REQUIREMENTS
  1. All work must be completed by the termination date of September 30, 2016.
  2. The contractor agrees to comply with all attachments.
  1. Failure to comply with any of the terms or conditions of the contract will result in cancellation of the agreement.
  1. INSURANCE REQUIREMENTS
  1. The contractor will provide workmen’s compensation insurance sufficient to cover all of the employees of contractor working to fulfill this contract.
  1. Comprehensive general liability insurance, including bodily injury and property damage insurance, to protect the Commonwealth and the contractor from claims arising out of performance of the contract. The amount of bodily injury insurance shall not be less than $300,000.00 for injury to or death of persons per occurrence. The amount of property damage insurance shall not be less than $300,000.00 per occurrence.

Such policies shall name the Commonwealth as an additional insured. Prior to commencement of work under contract, the contractor must provide the Commonwealth with current certificates of insurance. These certificates shall contain a provision that coverage afforded under the policy shall not be canceled or changed until at least thirty (30) days prior written notice has been given to the Commonwealth.

HOLD HARMLESS:

The contractor shall be responsible for and agrees to indemnify and hold harmless the Commonwealth from and against damages to property or injuries (including death) to any persons and other losses, damages, expenses, claims, demands, suits, and actions by any party against the Commonwealth in connection with the work performed by the contractor.

  1. DAMAGE TO PROPERTY

The contractor shall be responsible for any damage to Commonwealth property resulting from the improper use of equipment for this project.

  1. BID AWARD

Bidders must offer a price per acre forall required services for each line item in the bid.

Bid is for all materials and services as outlined in Attachment 1, Herbicide Application Specifications.

The bid will be awarded to the bidder with the lowest price for the above listed line items. One purchase order will be awarded for the project.

Bids are to be submitted electronically through the Commonwealth’s “PA Supplier Portal” system by 2:00pm, Friday, June 10, 2016. If you have not registered as a vendor with the state, you must do this at prior to submitting an electronic bid. Any questions regarding this may be directed to Bobbi Mercer () at717-787-6594.

The Commission reserves the right to reject any and all bids and to choose the bid that, in its sole opinion, best meets the needs of this project.

ALL VENDORS WHO CONDUCT BUSINESS WITH THE PENNSYLVANIA GAME COMMISSION MUST HAVE A VENDOR NUMBER ASSIGNED TO THEM IN ORDER TO RECEIVE PAYMENT FROM THE COMMONWEALTH.

Vendors may access the website or phone (877) 435-7363 or (717)346-2676 or email for assistance to register as a new vendor, or, if you are an existing vendor, to change a main or remit to address. This is a Department of General Services (DGS) website so you need to contact them directly if you have any problems with the website.

  1. CONTRACT TERM

The contract term shall commence upon contractor’s receipt of the purchase order that includes a notice to proceed, and terminate on September 30, 2016. No contract extensions will be approved.

  1. PAYMENT TERMS

Payment forFRAMAR/Dead Man’s Hollow Herbicide Application contract: The unit price shall include all labor, equipment, tools, insurance, and all items necessary for the completion of the project.

The contractor shall be paid on a reimbursement basis after the final inspection verifies work was successfully completed to the terms and specification outlined in the contract.

ATTACHMENT 1: HERBICIDE APPLICATION SPECIFICATIONS

  1. All invasive plant species within the delineated area shall be treated. Species targeted for treatment include, but may not be limited to, invasive shrubs and vines such as multiflora rose, honeysuckle, autumn olive, Japanese barberry, Oriental bittersweet and common buckthorn. Ailanthus is also present and will be treated.
  1. Herbicide to be a foliar application of 3 pounds acid equivalent per acre of glyphosate and 1 pound acid equivalent per acre triclopyr amine (Garlon 3A or equal). The use of an approved surfactant at the proper concentration is required.
  1. Desirable trees and shrubs “not to be treated” in areas treated with herbicide include crabapple, hawthorn, apple, flowering dogwood, hazelnut, gray dogwood, silky dogwood, serviceberry, witch hazel, blueberry, blackberry and raspberry.
  1. No herbicide is to be sprayed outside of the designated block boundaries. All project area boundaries will be marked with blue tree marking paint or blue flagging.
  1. Invasive plant species too large to be treated with a foliar application may be cut and the freshly cut stump treated with an undiluted triclopyr amine. This method can be used on Oriental bittersweet vines. Ailanthus will be treated via either hack and squirt or cut-stump application of undiluted triclopyr amine.
  1. Application only to be applied when weather conditions will allow the herbicide to be effective as determined by the Regional Wildlife Diversity Biologist or designee.
  1. No herbicide application will be conducted after first frost or after September 30.
  1. The successful bidder shall have a pre-work meeting with the Regional Wildlife Diversity Biologist or designee prior to any herbicide application.
  1. Daily progress report and updates shall be provided to the Regional Wildlife Diversity Biologist at the above listed phone number in Section I.
  1. An 80% kill rate is necessary before funds shall be released at the conclusion of the project.