STATEMENT of WORK
August 3, 2023
DELIVER and PAVER-PLACE AGGREGATE
TANNERY AND SAND SPRING ROADS
FOREST DISTRICT 11
LACKAWANNA COUNTY
I.
SCOPE OF WORK:
The Commonwealth of Pennsylvania, Department of Conservation and Natural
Resources (DCNR), Forest District 11, requires services to deliver, paver-place, and
compact approximately 1,100 tons of sandstone, limestone, or basalt Driving Surface
Aggregate (DSA) to Tannery and Sand Springs Roads in Lackawanna County.
Questions regarding the technical aspects of this bid should be directed to James
Jopling, reachable at jjopling@pa.gov or 570-472-3011 or 570-906-4408. Questions
regarding the bidding or contractual aspects of this bid should be directed to Emily
Parkovic, reachable at eparkovic@pa.gov or 717-772-0299 (Procurement Contact).
II. BID REQUIREMENTS:
The following are requirements of this bid solicitation. Failure to comply with any
of these requirements could result in a non-responsive determination and
subsequent disqualification for the Contractor.
A. Signed Acknowledgement of DCNR DSA Specifications:
1. If the Contractor will be producing the DSA product, a signed letter of
acknowledgement must be included with the Contractor’s bid response
confirming the Contractor’s ability to competently create and supply certified
DSA that meets the below specifications (Attachment A.1).
2. If the Contractor will not be producing the product, a letter of intent, signed by
the desired quarry, must accompany the Contractor’s bid response that
confirms the quarry’s ability to competently create and supply certified DSA
that meets the below specifications (Attachment A.2).
3. Contractor’s must choose the appropriate acknowledgement letter from
Attachment A (A.1 Contractor acknowledgement of DSA product or A.2
quarry letter of intent in instances where Contractor is not producing the DSA)
and include the fully executed copy with their bid response.
Passive Sieve
1 ½ inch
¾ inch
#4
#16
#200*
Low Percentage
100%
65%
30%
15%
11%
High Percentage
--
97%
65%
30%
15%
* If the Plasticity Index for the material is 2 or below, then the #200 sieve is permitted to be 11-17%
passing.
The fines passing the #200 sieve must be rock material. No clay or silt soil
may be added. Limestone material passing the #200 sieve may be used to
make up a deficit in the distribution of sandstone aggregate rock, and vice
versa. All added material passing the #200 sieve must be derived from rock
material that conforms to program specifications. The amount of particles
1
passing the #200 sieve will be determined using the washing procedures
specified in PTM No. 100.
B. Reciprocal Limitations Act Form: The Contractor must include with their
solicitation response a properly executed Reciprocal Limitations Act form that
lists the state of manufacture for any supplies procured with their bid response.
C. Worker Protection and Investment Certification Form: Pursuant to Executive
Order 2021-06, Worker Protection and Investment (October 21, 2021), the
Commonwealth is responsible for ensuring that every Pennsylvania worker has a
safe and healthy work environment and the protections afforded them through
labor laws. To that end, contractors and grantees of the Commonwealth must
certify that they are in compliance with all applicable Pennsylvania state labor
and workforce safety laws. Such certification shall be made through the Worker
Protection and Investment Certification Form (BOP-2201) and submitted with the
bid, proposal or quote.
III. CONTRACT TASKS:
The following tasks must be completed in performance of the contract:
A. Schedule of Work: The Forest District contact noted in Section I: Scope of
Work will request the Schedule of Work. Within two weeks of said request, the
lowest responsive and responsible Contractor must submit a fully executed and
signed Schedule of Work to the respective Forest District Contact.
The Schedule of Work must include:
1. The quarry name and contact information (name, address, phone number,
and email address if applicable);
2. In instances where the creation of the entire project-specific pile of DSA
material is prohibitive, the Contractor must include a proposed schedule for
the creation of the DSA material;
3. The name and contact information of any intended subcontractors (name,
address, phone number, and email address);
4. The proposed schedule for the delivery and application of the DSA Material.
Please note that the Contractor shall not subcontract with any person or entity to
perform all or any part of the work to be performed under this Contract without
the prior written consent of the Forest District Contact, which consent may be
withheld at the sole and absolute discretion of the Forest District Contact.
B. Creation of DSA
1. Contractor is required to create a project-specific pile of compliant DSA,
equal to the total requested tonnage
a) The project-specific pile must be available for testing a minimum of 45
days prior to the Contract End Date as stated in Section X: Contract
Term.
b) Before testing can commence, a fully executed DCNR Bureau of Forestry
DSA Certification Form must be submitted and approved by the DCNR
Forest District Contact listed in Section I: Scope of Work.
2. If the Contractor is not producing the product and/or the Contractor desires to
change the quarry supplier (from the supplier noted with the bid response), the
Contractor must submit an updated signed letter of intent to the Forest District
Contact from the new quarry as soon as feasible, but prior to the creation of
any DSA material.
2
3. Should the Contractor require additional DSA material after the testing and
approval of the initial product, the DCNR reserves the right to request that the
newly-created DSA material is tested prior to delivery to prove compliance
with the material requirements listed in this Statement of Work.
4. Should the contractor hold several concurrent DSA jobs with the
Commonwealth, the DSA for each project must be kept whole and separate
from other projects as well as other commodity and non-commodity products
at the quarry.
5. Approved DSA material may only be utilized on the designated project.
Substituting DSA from other projects is strictly forbidden.
6. The Forest District Contact and/or their designated representative(s) may
perform quality assurance and quality control visits to the quarry and DSA
load site at any time over the duration of this contract. Visits may be to
inspect and test the DSA for this specific project; observe quarry operations;
or for any other reasons deemed pertinent as determined by the DCNR.
The Contractor must provide transportation and/or escort the DCNR
representative(s) to the DSA load site over the duration of the project.
C. DSA Material Requirements
1. All material must be certified to not degrade the environment nor create
health hazards.
2. Aggregate must originate from a Pennsylvania Department of Transportation
(PennDOT)-qualified quarry source. Quarry source must be approved for the
production of C2A, as listed in PennDOT Bulletin 14.
3. Wearing course material must be structurally durable so that weathering and
traffic loads do not result in the creation of dust, sediment, or pollution.
4. All driving surface aggregate is to be derived from natural stone formations.
a) Stone is defined as rock that has been crushed; rock is defined as
consolidated mineral matter.
b) For use in this program, both are restricted to that which has been mined
or quarried from existing geologic bedrock formations.
5. All components of the aggregate mix are to be derived by crushing parent
rock material.
6. LA Abrasion Less than 45% passing. Los Angeles Abrasion test, AASHTO
T-96 (ASTM C 131) will be used to determine this property.
7. The Plasticity Index (PI) of the DSA must be a maximum of 4. The laboratory
test required for these results is the ASTM D4318 – Standard Test Method for
Liquid Limit, Plastic Limit, and Plasticity Index of Soils.
8. Aggregate must be within the range of pH 6 - pH 12.45 as measured by EPA
9045C.
9. Material is to be delivered and placed at optimum moisture content, or up to
2% below that value, as determined for that particular source. The optimum
percentage moisture is to be determined using Proctor Test ASTM D698,
procedure C, Standard.
10. DSA must be properly mixed and at the proper moisture content before it is
loaded onto the transport vehicles.
3
11. Tarps are to be used to cover 100% of the load's exposed surface from the
time of loading until immediately before dumping, including standing time
waiting to dump.
D. Rejection of DSA Material
1. If the created DSA material fails up to two separate compliance tests, as
outlined in Section III, Subsections A & B, of this Statement of Work, the
DCNR reserves the right to disqualify the Contractor as non-responsible. The
Contractor may not receive payment for failed DSA material.
2. If material is delivered to the project site that the DCNR suspects will not
meet the required specifications as defined in Section III, Subsections A & B,
of this Statement of Work, the delivery may be rejected. The DCNR may
request to visit the quarry to observe the quarry conditions and project-
specific DSA pile.
If necessary, additional testing may be requested if the DCNR has concerns
that the DSA material has been compromised. The Contractor may not
receive payment for rejected DSA material or the delivery of the rejected DSA
material. In the instance of additional testing, no work can be completed until
the test results are received.
E. Delivery of DSA
1. A fully executed, signed DCNR Bureau of Forestry DSA Certification Form
must be provided to the on-site DCNR representative at the time of initial
delivery. This form must apply to the specific stockpile of DSA material from
the Contractor’s source. The form certifies that the DSA material meets all
specifications and requirements referenced in this Statement of Work.
a) Should quarry conditions change, it is the Contractor’s responsibility to
provide an updated, executed certification form; the form must be
provided to the Forest District Contact prior to the delivery of the DSA
material.
2. The Contractor cannot begin delivery of the DSA to the job site until the
following four conditions are met:
a) A fully executed Purchase Order is received by the Contractor, and
b) A Schedule of Work has been provided to and approved by the Forest
District Contact, and
c) The DSA Material for the project has been created, tested, and approved
by the DCNR, and
d) The Forest District Contact for the DCNR has given the Notice to Proceed
with delivery to the Contractor.
3. Should environmental conditions preclude the start of delivery of DSA
material, the DCNR may delay delivery until conditions are satisfactory for
paver-placement and compaction. Any such delay is at the discretion of the
DCNR and will be relayed to the Contractor in writing.
4. Delivery must be at a rate of 1,100 tons of aggregate per day.
5. No material can be delivered before 7:00 a.m. or after 5:00 p.m.
6. Delivery must continue on an uninterrupted basis. Any delays in delivery
must be immediately relayed to the Forest District Contact.
7. All trucks must be driven by individuals capable of placing material in a paver.
4
F. Placement and Rolling of DSA Material
1. DSA material is to be placed using a fully functioning, track mounted motor
paver capable of spreading stone to a width of 12 to 18 feet in a single pass
and creating a ½ inch per foot (4%) crown in the surface. Material must be
placed in a single, loose lift of 6 inches.
2. The surface of the road is to average 16 feet in width and to be crowned to
DCNR's specifications.
3. The Contractor must provide, at the beginning and ending of DSA
placements, a paving notch across the width of the subgrade. The paving
notch must have a minimum depth equal to the compacted DSA placement
and a sufficient length to facilitate transition into the existing road surface.
The paving notch must be created by a milling machine or portable milling
attachment.
4. The Contractor must have a minimum of four employees present during
placement. Three of these four employees on site must operate the paver at
all times during placement activities.
5. After placement, the material is to be compacted by the Contractor to an
average finished depth of 4 inches.
a) Compaction must be completed with a minimum 10-ton static, 20-ton
vibratory, double-steel drum roller. The roller must be equipped with a
fully operational water tank and spray nozzles, as well as properly
adjusted drum scraper bars.
b) Use of alternate compaction equipment will be approved only at the
discretion of the DCNR.
c) DSA material must be compacted to a minimum of 95% of the dry-mass
(dry-weight) density, determined according to ASTM D698, procedure C,
Standard. The DCNR, through its designated representative(s), will
determine the in-place density according to AASHTO T310.
6. The Contractor is responsible for repairs to any damage to the general job
site, including but not limited to drainage structures and the existing road
surface, caused by the Contractor during the delivery and placement of the
DSA. The Contractor must provide the equipment necessary to remediate
said damage.
7. If freezing temperatures or precipitation are forecast that may cause the
material to freeze or prevent the material from drying, paver placement and
compaction may be postponed at the discretion of the DCNR.
G. Use of Roads
1. The DCNR does not guarantee the successful Contractor the use of roads
maintained by the PennDOT, townships, or other agencies or owners.
2. The Contractor must contact the PennDOT-posted highway coordinator
and/or officials of other roads needed for this project to inquire about possible
restrictions, including weight limits, that would prevent or limit use.
3. The Contractor is responsible for obtaining all necessary Road Use Permits
and/or any associated bonds from the PennDOT, townships, or other
agencies or owners.
5
This page summarizes the opportunity, including an overview and a preview of the attached documents.