HomeMy WebLinkAboutResolution_24-99/00_12/09/1999•
•
RESOLUTION NO. 24-99/00
A RESOLUTION OF THE VILLAGE COUNCIL OF THE
VILLAGE OF TEQUESTA, PALM BEACH COUNTY,
FLORIDA, AWARDING BID CONTRACT TO AIELLO
LANDSCAPE, INC., OF HOBE SOUND, FLORIDA, FOR
THE REVERSE OSMOSIS WATER TREATMENT PLANT
LANDSCAPE IMPROVEMENTS IN THE AMOUNT OF
$25,896, HAVING A FY 1999/2000 WATER
ENTERPRISE FUND, 1998 SERIES BOND CONSTRUCTION
BUDGET ALLOCATION OF $26,000, AND AUTHORIZING
THE VILLAGE MANAGER TO EXECUTE THE APPLICABLE
CONTRACT ON BEHALF OF THE VILLAGE.
NOW, THEREFORE, BE IT RESOLVED BY THE VILLAGE COUNCIL OF
THE VILLAGE OF TEQUESTA, PALM BEACH COUNTY, FLORIDA, AS
FOLLOWS:
Section 1. The Contract Proposal for Reverse Osmosis
Water Treatment Plant Landscape Improvements from Aiello
Landscape, Inc., of Hobe Sound, Florida, attached hereto
as Exhibit "A" and incorporated by reference as part of
this Resolution is hereby approved and the Village
Manager is authorized to execute the same on behalf of
the Village.
THE FOREGOING RESOLUTION WAS OFFERED by
Councilmember
~r-haiiPr who moved its adoption. The motion was
seconded by Councilmember Walker and upon
being put to a vote, the vote was as follows:
FOR ADOPTION
Joseph N. Capretta
AGAINST ADOPTION
Basil E. Dalack
Carl C. Hansen
Elizabeth A. Schauer
Sharon D. Walker
The Mayor thereupon declared the Resolution duly passed
and adopted this 9th day of December, A.D., 1999.
•
MAYOR OF TEQUESTA
~ -;~ ~%~ G=am` s ~~
C
Carl C. Hansen
•
ATTEST:
-+e~.,~......~
Joann Manga 'ello
Village Clerk
Word\MyDOCUments\Resolutions 24-99-00
:7
•
VILLAGE OF TEQUESTA
WATER TREATMENT PLANT EXPANSION
LANDSCAPE IMPROVEMENTS
TABLE OF CONTENTS
Page No.
•
ADVERTISEMENT FOR BID .
SCOPE OF WORK
INSTRUCTIONS TO BIDDERS
BID QUOTATION
QUALIFICATION OF BIDDERS
GENERAL CONDITIONS . .
TECHNICAL SPECIFICATIONS
AGREEMENT
. AB-1
SW-1
. IB-1-4
. BQ-1-3
. QB-1-2
. GC-1-6
. TS-1-9
. A 1- 4
•
• VILLAGE OF TEQUESTA
WATER TREATMENT PLANT EXPANSION
LANDSCAPE IMPROVEMENTS
ADVERTISEMENT FOR BID
fq, 1999'
Sealed bids will be received by the Village of Tequesta, at the Office of
the Director of Utilities, 136 Bridge Road, Tequesta, FL 33469, until ~--9~9-'4'P'^
p.m., July I, 1999, at which time they will be opened and read. Bids
received after the designated time will not be considered.
Such bids are to provide for "WATER TREATMENT PLANT EXPANSION LANDSCAPE
IMPROVEMENTS".
All work. performed shall be in accordance with conditions, requirements,
and specifications pertaining thereto, which may be obtained,- free of
charge, at the Office of the Director of Utilities, at the aforementioned
address. Inquiries should be directed to Matthew J. Morrison, Director of
Utilities, 561-575-6234, hereinafter referred to as OWNER.
Bids shall be submitted on blank Bid Quotation forms provided and shall be
enclosed in a sealed envelope bearing the name and address of the bidder
• and marked "WATER TREATMENT PLANT EXPANSION AND LANDSCAPE IMPROVEMENTS".
The words "BID ENCLOSED" shall be indicated. Bids shall be accompanied by
a satisfactory bid bond or cashier's check, drawn upon any State or
National bank in Florida, made payable to the Village of Tequesta, in the
amount of two percent (2%) of the bid, as a guarantee that the Bidder will
enter into written contract with the Village to perform the contract bid
upon. The deposit will be retained by the Village to ensure performance of
the contract bid upon and as liquidated damages in the event the successful
bidder fails to enter into the contract.
The deposits of unsuccessful bidders will be returned promptly following
execution of the contract and. delivery of proper certificates of insurance.
'As early as practicable and within sixty (60) days after receiving the
bids, the Village shall advise as to the successful bidder.
The Village of Tequesta reserves the right to reject any or all bids, with
or without cause, to waive technical errors and informalities, or to accept
the bid which, in its judgment, best serves the Village of Tequesta.
VILLAGE OF TEQUESTA
L`
Matthew J. Morrison
Director of Utilities
AB-1
Bid ContractWTPLandscape6.99
APP~NUIX ~1
This document forms a part of the Village of Tequesta
R. O. Water Treatment Plant Landscape Improvements
Contract Documents and Modifies Page AB-1 of the -
original documents. This Addendum #1 consists of one
(1) page. -
• VILLAGE OF TEQUESTA
WATER TREATMENT PLANT EXPANSION
LANDSCAPE IMPROVEMENTS
ADVERTISEMENT FOR BID
Sealed bids ~arill be received by the Village of Tequesta, at the Office of
the Director of Utilities, 136 Bridge Road, Tequesta, FL 33469, until 4:00
p.m., November 19, 1999, at which time they will be opened and read. Bids
received after the designated time .will not be considered.
Such bids are to provide for "WATER TREATMENT PLn..NT EXPANSION LANDSCAPE
IMPROVEMENTS".
All work performed shall be in accordance with conditions, requirements,
and specifications pertaining thereto, which may be obtained, free of
charge, at the Office of the Director of Utilities, at the aforementioned
address. Inquiries should be directed to Matthew J. Morrison, Director of
Utilities, 561-575-6234, hereinafter referred to as OWNER.
Bids shall be submitted on blank Bid Quotation forms provided and shall be
enclosed in a sealed envelope bearing the name and address of the bidder
and marked "WATER TREATMENT PLANT'EXPANSION AND LANDSCAPE IMPROVEMENTS".
• The words "BID ENCLOSED" shall be indicated. Bids shall be accompanied by
The deposits of unsuccessful bidders will be returned promptly following
execution of the contract and delivery of proper certificates of insurance.
a satisfactory bid bond or cashier's check, drawn upon any State or
National bank in Florida, made payable to the Village of Tequesta, in the
amount of five percent (5%) of the bid, as a guarantee that the Bidder will
enter into written contract with the Village to perform the contract bid
upon. The deposit will be retained by the Village to ensure performance of
the contract bid upon and as liquidated damages in the event .the successful.
bidder fails to enter into the contract.
As early as practicable and within sixty (60) days after receiving the
bids, the Village shall advise as to the successful bidder.
The Village of Tequesta reserves the right to reject any or all bids, with
or without cause, to waive technical errors and informalities, or to accept
the bid which, in its judgment, best serves the Village of Tequesta.
VILLAGE OF TEQUESTA
__ atthe ~. orrison
_ Director of Utilities
•
AB-1
•
VILLAGE OF TEQUESTA
WATER TREATMENT PLANT EXPANSION
LANDSCAPE IMPROVEMENTS
SCOPE OF WORK
The Contractor shall furnish all labor, materials, equipment, and
supplies necessary or proper for or incidental to' the work
contemplated by this proposed contract. The work included shall
consist of providing landscape plants, trees, and mulch.
All work shall be completed in accordance with plans and
specifications prepared by Reese, Macon & Associates of Lake Worth,
FL (Water Treatment Plant Expansion Landscape Plan).
•
•
sw-i
• ~ VILLAGE OF TEQUESTA
WATER TREATMENT PLANT EXPANSION
LANDSCAPE IMPROVEMENTS
INSTRUCTIONS TO BIDDERS
1. BIDS
All bids shall be made on the blank Bid Quotation forms attached and
shall set forth in words and figures the amount of each bid.
2. EXAMINATION OF SITE
The bidder is required to examine the project site and must satisfy
itself by personal examination or otherwise, of the location of the
proposed work and actual field conditions, thereby precluding any
dispute or complaint or misunderstanding in regard to the nature or
amount of work to be done. It is mutually agreed that the submission
of a proposal shall be considered prima facie evidence that the
• bidder has made such examination.
3. PREPARATION OF BID QUOTATIONS
All blank spaces must be filled in with words and figures as
required. If the bid is submitted by an individual, a firm or a
partnership, it shall be signed by the owner or partner, showing the
address of the firm or partnership. If submitted by a corporation,
the bid shall be signed in the name of the corporation by the
officer(s) of the corporation authorized-by its bylaws to execute
such instrument, with the corporate seal affixed thereto and the
address of such corporation indicated thereon.
"=~4. BID QUOTATION SUBMITTALS
Bid quotations shall be placed in a sealed envelope, so marked to
indicate its contents, without being opened, in the form prescribed
in the Advertisement For Bid.
5. QUALIFICATION OF BIDDERS
This bid shall be awarded only to a responsible bidder, qualified to
provide the work specified and who possesses a current Florida
• Certified Landscape Contractor's license (FCLC). The bidder shall
submit the following supplemental information using the enclosed
forms:
IB-1
A. Three (3) references for contractual work of a similar nature
with a brief description of work and supporting documentation,
including: project completion date; location; and, names,
addresses- and phone numbers of knowledgeable representative of
the owner.
B. List of subcontractors to be utilized for the work. Include
name, address and phone number for each.
C. Number of years the bidder has been in business and the prior
experience in working on similar projects with identified
subcontractors.
D. Verification of services available by a minimum of one (1)
certified I.S.A. (International Society of Arboriculture) or
similarly-cerfified individual assigned to cover Section 6 of the
Technical Specifications.
6. INDEMNIFICATION/HOLD HARMLESS AGREEMENT
The Bidder hereby acknowledges and confirms that the bid amount total
includes the :consideration for indemnification/hold harmless
provision, as set forth in General Conditions..
7. INSURANCE REQUIREMENTS
The Bidder offers to provide and maintain throughout the term of the
work, insurance with all the subject features in accordance with
instructions and requirements given in General Conditions. Proof of
insurance or proof of ability to obtain must be submitted with bid.
8. LICENSES
9.
.,
The Bidder must hold and submit copies of its occupational licenses -
unless exempt. Proof of exemption must be submitted prior to
commencement of work.
WITHDRAWALS
If a Bidder wishes to withdraw a Bid Quotation after submitting it,
Bidder may do so before the opening of .bids, without prejudice to
itself, by requesting such withdrawal in writing, and when received,
Bid Quotation will be handed to the Bidder or authorized agent.'
10. REJECTION OF BIDS
Bids which contain any alteration, addition, condition, limitation,
unauthorized alternates, or show irregularities of any kind, may be
• rejected, by the_Village as non-responsive or irregular. The Village
reserves the right to waive any irregularities, technicalities, or
infoYmalities in any bid and to reject any or all bids.
IB-2
11. ADDENDA
• Changes. in plans, specifications or requirements will be issued in
official addenda. The issuance of written addenda is the only
official method whereby interpretation, clarification changes, or
additional information can be given. If any addenda are issued, the
Village Engineer will attempt to notify all known prospective bidders
by fax or by mail. However, it shall be the responsibility of each
Bidder, prior to bid submittal, to contact the Village Engineer to
determine if addenda were issued and to make sure such addenda are
incorporated into the bid. The Village Engineer shall not be
responsible for providing said addenda to potential bidders who
receive a bid package from other sources.
12. CONTRACT AWARD AND EXECUTION
A. It is the intent of the Owner to award a Contract to the lowest
responsible Bidder whose Bid is in conformance with the Bidding
Documents and does not exceed the funds available.
B. The Owner shall have the right to accept Alternates in any order
or combination, and to determine the low Bidder on the basis of
the sum of the Base Bid and any Alternates accepted (and the Time
of Completion state), which produce a (combined) total Contract
Sum (and Time of Completion) acceptable to the Owner.
C. Upon acceptance of a Bid and award of Contract, the successful
Bidder shall deliver the executed Contract, along with required
bonds and any other items requested, to the Owner within ten (10)
days. Failure to do so will be deemed as a breach of agreement
by the Bidder and result in forfeiture of bid security as
described in the Instructions to Bidders.
13. CONTACT PERSON FOR INQUIRIES
Bidders desiring additional information or clarification of attached
documents, should contact the Utilities Director - Matthew J.
Morrison, at 561-575-6234.
14. PERFORMANCE, LABOR AND MATERIAL PAYMENT BOND
A. With the execution and delivery of the Contract, the Bidder shall
furnish the following Surety bonds of the forms contained herein:
1. Performance Bond guaranteeing full and faithful execution of
the Work in an amount equal to 110 percent of the Contract Sum,
~ and including guaranteed repair and maintenance of all defects
due to faulty materials and workmanship that appear within one
(1) year after completion of contract.
IB-3
2. Labor and Material Payment Bond guaranteeing full and proper
• protection of all Claimants supplying labor and materials in
the Work in an amount equal to 110 percent of the Contract Sum.
B. Bonds shall be executed by Surety authorized to do business in the
State of Florida and listed on the latest U.S. Treasury Department
list of companies holding certificates of authority as acceptable
sureties on Federal Bonds.
C. Bonds executed by an Attorney-in-Fact on behalf of the Surety,
shall have affixed thereto a certified and current copy of Power
of Attorney, indicating the monetary limit of such power.
•
,;
IB-4
•
VILLAGE OF TEQUESTA
• WATER TREATMENT PLANT EXPANSION
LANDSCAPE IMPROVEMENTS
BID QUOTATION OF:
Name:
Address
Telephone No.:
to provide complete guidelines and perform all work in accordance with the
specifications and contract documents attached hereto for the:
Village of Tequesta
P. O. Box 3273
Tequesta, FL 33469-0273
Gentlemen:
The undersigned Bidder has carefully examined the plans, specifications,
contract documents and the site of the proposed work and is familiar with
the nature and extent of the work and any local. conditions that may in any
manner affect the work to be done and the equipment and labor required.
The undersigned agrees to do all work called for by said specifications and
contract documents, in the manner prescribed therein and to the standards
of quality established by same at a cost to the Village `of Tequesta equal
to the total amounts indicated below:
A. Trees/Palms ~ Est. Cost
1. LIVE OAKS
A. 12' Ht. 5 Ea. $ 275.00 $1375.00
B. 20' Ht. 5 Ea. '
2. LAUREL OAKS
~~`'
' $ 250.00 $2750.00
A. 12
Ht. 11 Ea.
3. SABAL PALM
$ 115.00 $ 1840.00
A. 14' Ht. 16 Ea.
B. 16' Ht. 16 Ea. 115.00 1840.00
C. 18' Ht. 16 Ea. 115.00 1840.00
4.YELLOW TABEBUTA
$ 200.00 $ 2000.00
A. 12' Ht. to Ea.
• SUB-TOTAL, TREES/PALMS $$15395.00
BQ-1
Est. Cost
B. SHRUBS/GROUND COVER
1. COCOPLUM
A. 24" Ht. 131 Ea. $ 8.00 $ 1048.00
2. DRACAENA
A. 7' Ht. (5 Head.
min.) 2 Ea. $ 150.00 $ 300.00
3. SANDANKWA VIB
$ 8.00 $ 576.00
A. 24" Ht. 72 Ea.
4. SHILLINGS HOLLY
" $ 8.00 $ 240.00
A. 12
Ht. 3o Ea.
5. IXORA
$ 8.00 $ 376.00
A. 24" Ht. 47 Ea.
6. LILY TURF
A. 12" Ht. 658 Ea. $ 4.00 $ 2632.00
7. PYGMY DATE PALM
A. 4' Ht. (3 Head 3 Ea. $ 150.00 $ 450.00
min. )
8. THRYALLIS
" $ 8.00 $:1440.00
A. 24
Ht. 180 Ea.
9. MYRTLE WAX
A. 3' x 2' Min. 273 Ea. $ 8.00 $ 21$4.00
C. SOD 20o sy $ .35 $ 630.00
SUBTOTAL, SHRUBS/GROUND COVER $ 9876.00
D. BID EXPENSE (PERFORMANCE BOND) ..... ..... .................. $ 625.00
TOTAL BASIC BID $ 25896.00
•
BQ-2
• Note:
Incidentals such as staking trees, fertilizer, mulch, soil, etc., to be
included in the price of the related item.
The undersigned also agrees as follows:
1. To perform additional services and provide necessary equipment,
facilities, and materials for work not covered by the above Bid
Quotations, which may be authorized by the Village and to accept as
full compensation, therefore, such prices as may be agreed upon in
writing by the Village and the Contractor in accordance with Item 14,
in General Conditions, (Claims for Extra Cost).
2. To commence work no later than December 1, 1999 or within ten (10) days
after the date of written Notice to Proceed, to substantially complete
the entire Work within thirty (30) consecutive calendar days after the
date of written Notice to Proceed, subject to such extensions of time
allowed by the Conditions of the Contract, and to achieve Final
Completion of the Work by no later than fifteen (15) days after the
actual date of substantial completion.
Accompanying this proposal is a certified check or a Bid Bond in the
amount of $ 5% of total bi d(not less than two percent (2 0 ) of the base bid) ,
made payable to the Village of Tequesta, which is to be forfeited as
liquidated damages, if, in the event this proposal is accepted, the
undersigned shall fail to execute the contract and furnish satisfactory
contract bond under the conditions and within the time specified in the
proposal; otherwise said certified or cashier's check or Bid Bond is to be
returned to the undersigned.
Dated this 19 day of November 1999.
~' CONTRACTOR: ~~E1r~-C~ I..{x--I/~~.,,~1~ II`-e
ADDRESS : ~• ~' ~'-~~ ~~~
(Signature & Title)
•
BQ-3
~.
QUALIFICATIONS OF BIDDERS
A. Three (3) references for similar landscape/streetscape projects
(completed or current) performed by Bidder.
1. Name of Firm, City, County or Agency: VILLAGE OF TEQUESTA
Address: PO BOX 3474 Telephone No. .561-575-6234
Joann Manganiello Asst. Village Manager
Contract: Title:
Summary of Services Performed: Country . Club Drive-streetscape Improvements
Contract Dates: From May 4 1999 To: July 4 ~~ 1999
2. Name of Firm, City, County or Agency: Martin County Bd, of County Comm.
Address: 2400 SE Monterey Road, Stuart, F(Felephone No. 561-288-5779
contract : Ray Krikorian Title: Project Manager
• Summary of Services Performed• Savanna Road S treetscape Phase II
Contract Dates : From March 17 1999 To : Apri 1.16 ~pcp 1999
3. Name of Firm, City, county or Agency: Sunrise Management
Address: 275 Toney Penna Drive/Suite 10 Telephone No. 561=575-7792
upi ter, on a
Contract: Craig Kunkle Title:
f'` Summary of Services Performed: Seminole .Landing US #1 Buffer Landscape
Contract Dates: From November 199 To: February. >QCOC~: 1999
QB-1
B. Proposed Subcontractq~s:
1. Name:
Address:
Phone No.
Responsibility:.,,
N/A-
•
2. -Name:
Address•
Phone No. `
Responsibility:.
C. Bidder to submit proof or copy of a minimum of one (1) Certified
I.S.A. (International Society of Arboriculture) individual assigned to
cover Section 6.0 of the Technical Specifications. Indicate
individual's name and if working under Contractor or subcontractor
(indicate name of Subcontractor).
QB-2
• mk/Fo rms (2)Bids.5.i0.99 ~ .. ,
• VILLAGE OF TEQUESTA
WATER TREATMENT PLANT EXPANSION
LANDSCAPE IMPROVEMENTS
GENERAL CONDITIONS
1. CONTENTS AND CLARIFICATIONS
A. This proposed contract document consist of:
• Advertisement for Bid
• Scope of Work
• Instructions to Bidders
• General Conditions
• Technical Specifications
• Bid Quotation Form
• Qualifications of Bidders Form
B. The Village and Contractor are those mentioned as such in the
Bid Quotation-form.
C. Written notice shall be deemed to have been duly served, if
delivered in person to the individual or to a member of the firm
or to an officer of the corporation for whom it is intended, or
if delivered at or sent by Certified Mail to the last business
address known to the person who gives the notice.
D. The term "work" of the Contractor includes labor or materials or
both, equipment, transportation, or other facilities and
supplies necessary to complete the contract..
2. CONTRACTOR'S UNDERSTANDING
.. ,~
It is understood and agreed that the Contractor has, by careful
examination, satisfied itself as to the nature and location of the.
work, the conformation of the ground, the character, quality and
quantity of the materials to be encountered, the character of the
equipment and facilities needed preliminary to and during the
performance of the work, the general and local conditions, and all
other matters which can in any way affect the work under this
contract. No verbal agreement or conversation with any officer,
agent or employee of the Village, either before or after the
• execution of this contract, shall affect or modify any of the terms
or obligations herein contained.
GC-1
3. MATERIALS, EQUIPMENT, EMPLOYEES
Unless otherwise stipulated, the Contractor shall provide and pay for
all materials, labor, water, tools, equipment, light, power,
transportation, signage, barricades, and other facilities necessary
for the execution and completion of the work.
The Contractor shall, at all times, enforce strict discipline and
good order among its employees and subcontractors and shall not
employ on the work any unfit person or anyone not skilled in the work
assigned to that person.
4. COMMENCEMENT OF WORK
The Contractor will be required to commence work under this contract
no later than December 1, 1999 or within ten (10) days after issuance
of a "Notice to Proceed". In any case, work shall not begin until
Contractor receives "Notice to Proceed".
5. CAPACITY
The Contractor must have the capability to perform contracted work on
a timely basis and with proper equipment and supervision. The
Contractor must adhere to procedures and schedules as set forth in
the conditions and specifications. Failure to do so shall result in
contract termination.
6. TRANSFER PROHIBITED
The Contractor shall not assign, transfer, convey, sublet or
otherwise dispose of this contract, or of any or all of its rights,
title or interest herein, or its power to execute such contract to
any person, company or corporation without prior written consent of
the Village.
_,~
7. SAFETY AND PROTECTION
The Contractor shall continuously maintain adequate protection of all
work from damage; and shall prevent injury or loss, arising in
connection with work performed under this contract. Contractor shall.
make good any such damage, injury, or loss, except that which may be
directly due to errors in the contract documents, or caused by agents
or employees of the Village. Contractor shall adequately protect
adjacent property, as provided by the law, and shall provide guard
fences, lights, directional/warning signage, barricades, and other
facilities for -the protection required by applicable laws, public
agency policies or local conditions.
Until acceptance of the work by the Village, it shall be under the
GC-2
• charge and care of the Contractor, and the Contractor shall take
every necessary precaution against injury or damage to the work by
the action of_ the elements or from any other cause whatsoever, and
shall repair, restore and make good, without additional compensation,
all injuries or damages to any portion of the work occasioned by any
of the above causes before its completion and acceptance.
8. OCCUPATIONAL AND ENVIRONMENTAL SAFETY AND HEALTH
The Contractor shall comply with all applicable Federal, State and
Local Laws regarding "Occupational Environmental Safety and Health".
This shall include, but not limited to, compliance with the U.S.
Department of Labor-Occupational Safety and Health and the Florida
State Department of Labor Divisions of Safety Standards and
Regulations. Upon request, the Contractor shall provide the village
with a copy of their written safety program pertaining to the subject
of the Bid/Contract, if such a program is required by law.
All work involving the use of chemicals shall be in compliance with
all Federal, State and Local Laws and shall be accomplished by a
Florida Certified Pesticide Applicator. A current Florida Certified
Pesticide Applicator license copy must be submitted to the Village
with the Bid.
• In compliance with Chapter 442, Florida Statutes, all fertilizers,
fungicides, herbicides, pesticides, and all similar solid or liquid
chemicals required to complete the work as described shall be
accompanied by a Material Safety Data Sheet (MSDS).
9. JURISDICTION OF OTHER AGENCIES
All construction activities or other operations occurring in the
Water Treatment Expansion Landscape Improvements site shall comply
with all rules, requirements, and regulations of the owners or
agencies having lawful jurisdiction in such area.
_~
10. INSPECTION AND MONITORING BY VILLAGE
The Village and its representatives will, at all times, have access
to the work site.
11. INTERACTION WITH ABUTTING PROPERTY OWNERS
The contractor shall make every reasonable effort throughout the
course of the construction work to prevent hardships, inconvenience
and disruptions to operations and maintenance activities at the Water
• Treatment Facility. Care shall be taken to avoid blockage of roads
and parking with equipment and materials; intrusion on lawn and
landscaped areas other than those areas required to be disturbed
GC-3
as part of the construction; and damage to other features due to
equipment usage or careless actions of personnel. Any such damage
determined to_be caused by the contractor shall be corrected promptly
by the contractor.
The contractor and all employees shall handle communications with
property owner in a manner that is respectful and courteous. An
English speaking employee shall be present on the job site at all
times while work activity is occurring.
12. SCHEDULING OF WORK ACTIVITIES AND NOTIFICATION
The Contractor shall execute the various activities required for the
project so as to avoid having a given portion of the site under
construction for an extended period. It is expected that the general
phasing of activities will be as follows for each of several project
areas as shall be mutually agreed by the Village and the Contractor
prior to initiating construction:
1) Installation of trees and shrubs
2) Placement of mulch
• 3) Clean up of site
The above work phases shall be completed within a period of thirty
(30) calendar days.
13. PAYMENT
A. .Installation of plants, trees and mulch
When the work provided for under this contract has been
completed, and when the Contractor has made a written request for
payment, and when such request is approved by the Village, the
Village shall make payment to the Contractor in the amount of the
t' request within twenty-eight (28) days after receipt of the
request for payment.
B. Maintenance/Warranty (See Technical Specifications Item G & H)
14. CLAIMS FOR EXTRA COST
If the Village authorizes any additional services or improvements not
covered by this contract, the Contractor will accept as full
compensation therefore such prices as may be agreed-upon in writing
by the Village- and the Contractor before the extra services are
provided or work is commenced.
GC-4
15. COMPLIANCE WITH CODES
• All laws and safety regulations, National, State, and Local that are
applicable to work performed under this contract, shall be strictly
adhered to by the Contractor.
16. COMPLIANCE WITH LAWS
All laws, National, State, and Local that are applicable to the
project, shall be strictly adhered to by the Contractor. The Village
requires the Contractor to comply with the Employment Eligibility
Verification as required by Title 8, United States Code, Section
1324A.
17. LICENSES
The successful Bidder must obtain all applicable Tequesta licenses
upon award of contract and prior to commencement of any work under
such contract.
18. PERFORMANCE
It is the intention of the Village of Tequesta to contract
professional landscape construction services, as specified herein,
• from a source of supply that will give prompt and convenient service.
The Contractor shall have the obligation to advise the Village
promptly after determining that unnecessary damage or disruption has
occurred to Village property or improvements thereon; that
problematic mechanical, electrical, irrigation or other conditions
exist so that public safety, health and welfare are endangered; or
that remedial actions outside the scope of the Contractor's
responsibility are indicated.
Any failure of the Contractor to comply with the conditions and
specifications of the contract may be cause for termination of said
contract immediately upon notice by the Village or may result in one
`~ or more sites being deleted from the contract with a corresponding
reduction in the contract amount. The date of termination shall be
stated in the notice. The Village shall be sole judge of
non-performance.
19. INSURANCE - MINIMUM REQUIREMENTS
The following minimum limits of coverage shall be maintained by the
Contractor during the term of the contract:
(A) Worker's Compensation
1) State (Coverage A) Statutory Amount
2) Employee's Liability (Coverage B) $500,000
GC-5
(B) Comprehensive General Liability
1) Bodily Injury:
Each Occurrence $1,000,000
General Aggregate $1,000,000
2) Personal Injury/Advertising Injury:
Each Occurrence $1,000,000
(C) Comprehensive Automobile Liability
1) Combined Single Limit (Bodily Injury
and Property Damage)
Each Occurrence $1,000,000
(D) Contractor's Comprehensive General Liability Insurance, Personal
Injury/Advertising Injury Liability Insurance, and Business Auto
Liability Insurance Policies shall designate the Village of
Tequesta, P.O. Box 3273, Tequesta, FL 3.3469-0273, as additional
insured.
20. INDEMNIFICATION/HOLD HARMLESS AGREEMENT
The Contractor shall, in addition to any other obligation to
indemnify the Village and to the fullest extent permitted by law,
protect, defend, indemnify and hold harmless the Village, their
agents, elected officials and employees from and against all claims,
actions, liabilities, losses (including economic losses), costs
arising out of any actual or alleged: (a) bodily injury, sickness,
disease or death, or injury to or destruction of tangible property
including the loss of use resulting therefrom, or any other damage or
loss arising out of or resulting or claimed to have resulted in whole
or in part from any actual or alleged act or omission of the
Contractor, any Subcontractor, anyone directly or indirectly employed
'~ by any of them, of anyone for whose acts any of them may be liable in
.the performance of the work; or (b) violation of law, statute,
ordinance, governmental administration order, rule, regulation, or
infringement of patent rights by contractor in the performance of the
work; or (c) liens, claims or actions made by the Contractor or any
Subcontractor or other party performing the work.
• GC-6
VILLAGE OF TEQUESTA
'WATER TEEATMENT PLANT EXPANSION
LANDSCAPE IMPROVEMENTS
TECHNICAL SPECIFICATIONS
TREES AND PLANTS
1. GENERAL
A. WORK INCLUDED
The work included in this Section consists of furnishing and
planting trees and plants of the species, size and quality in
the location indicated on the drawings or as directed by the
Village.
B. PLANT MATERIALS
1. NOMENCLATURE
All trees, shrubs and plants shall be true to name as
established by the American Joint Committee on Horticultural
• Nomenclature publication "Standard Plant Names". The
designated authority for the identification of all material
shall be the two publications of L.H. Bailey, "Hortus II"
and "Manual of Cultivated Plants", and all specimens shall
be true to type, name, etc., as described therein.
2. Plants Required
The Contractor shall furnish all plants, trees and shrubs of
the species and in the quantities shown on the drawings and
listed in the Bid Quotation.
3. Grade Standards and Quality
All plants shall be nursery grown and shall comply with all
required inspections, grading standards and plant
regulations as set forth in the Florida Department of
Agriculture "Grades and Standards For Nursery Plants",
including revisions.
The minimum grade for all trees and shrubs shall be Florida
No. 1 unless otherwise indicated and all plants shall be
sound, healthy and vigorous, well branched and densely
• foliated when in leaf. They shall have healthy, well
developed root systems and shall be free of disease and
insect pests, eggs or larvae.
TS-1
- All plants shall conform to the measurements specified or
• indicated on the drawings except that up to ten percent
(10%) undersized plants in any one variety to grade may be
used provided there are sufficient oversized plants to make
the average equal to or above specified grade. Undersized
plants shall be larger than the average size of the next
smaller grade. Plants larger than specified may be used if
approved by the Village, but use of such plants shall not
increase the Contract price. The spread of roots or ball of
earth for larger plants shall be increased in proportion to
the size of the plant.
4. Plant Designation
With reference to method of cultivation, root system status,
etc., plants for landscaping shall be classified under the
following designations:
a. Balled and Burlapped: Plants so classified shall be dug
with firm natural root balls of earth, of sufficient
diameter and depth to include most of the fibrous roots.
The root ball of these plants shall be properly wrapped
with burlap sack material and remain protected and wet
until they are planted. The plant shall be handled only
the earth ball and not by the plant itself. All balled
• and burlapped plants which cannot be planted immediately
upon delivery shall be set on the ground and shall be
well protected with soil, wet moss, or other acceptable
material. The plants shall be set with the burlap cover
intact and with the burlap showing, until inspection.
At final inspection, the burlap may be cut away to
ground level and then completely covered soil.
As a specific requirement, balled and burlapped
materials, 1-1/2 inches or more in caliper, shall be
root pruned at least thirty (30) days before being dug
and such fact shall be certified on accompany invoices.
t b. Wire Balled and Burlapped: Plants grown in soil of a
loose texture which does not readily adhere to the root
system shall have wire placed around the burlapped ball
before the plant is removed from the excavation. The
wire shall be looped and tensioned until the burlapped
ball is substantially packaged so as to prevent
loosening of the soil around the roots during handling.
Wire balled and burlapped plants shall otherwise comply
with the requirements for balled and burlapped plants
described in 4.a, above.
c. Container Grown Plants: Container grown plants shall
have been grown in a container large enough and for
sufficient time for the root system to have developed
TS-2
- well to hold its soil together (firm and whole). No
• plants shall be loose iri the container. Plants which
have become pot bound or for which the top system is too
large for the size of the container, will not be
acceptable.
All containers shall be cut and opened fully, in a
manner such as will not damage the root system.
Container grown plants shall not be removed from the
container until immediately before planting, when all
due care shall be taken to prevent damage to the root
system.
d. Treespade Plants: Treespade plants shall be moved by a
truck or tractor with a hydraulic machine with moveable
plates extending below the rootball at an angle and
having sufficient diameter size. The plants shall be
properly handled during moving so that trunks will not
be damaged and/or scarred and to avoid broken limbs.
Treespade plants are to be planted similar to the
planting operations outlined in Section D. The
Contractor shall be responsible for backfiring treespade
holes with proper size soil plugs.
• 5. Transportation and Inspection
Plant transportation shall comply with all Federal and State
regulations therefore and, upon delivery at the site, all
plants shall be inspected for conformity to specifications
and for handling damage. Rejected plants shall be
immediately removed from the site by the Contractor.
C. PLANTING MATERIALS
1. Planting Soil
Plants shall be planted in a 50/50 mix. 50% sand and 50%
screened muck or approved equal (composted material is
~.+, acceptable) guaranteed as weed free.
2. Fertilizer
a. Granular fertilizer shall be complete fertilizer, with
minor elements of which 50% of the NPK elements shall be
derived from organic sources. It shall contain the
following minimum percentages by weight:
Nitrogen N - 6 percent
Phosphorus P - 6 percent
• Potassium K - 6 percent
TS-3
b. Tablet fertilizer to be 21 gram Agriform Tablet - Sierra
• blend (20-10-5) applied as follows:
1 tablet per 3 gallon
2 tablets per 1" of trunk caliper (Palms excluded)
3. Mulch
Shall be cypress wood chips
4. Antidesiccant
Antidesiccant shall be "Wilt Pruf", or approved equal,
delivered in manufacturer's containers and used in
accordance with the manufacturer's instructions.
5. Water
Suitable water for the irrigation of the new plantings
during the progress of construction shall be provided by
the Village via the Existing Irrigation System.
6. Wire
Wire for the bracing and guying shall be pliable No. 12
gauge galvanized soft steel wire.
• 7. Stakes and Ties
Stakes and ties shall be provided in accordance with the
requirements of Article D, Paragraph 4, hereinafter.
8. Sod
All sod placed shall match existing. The sod quantity in
the Bid Quotation reflects an estimated amount that may be
required to form the landscape bids. This quantity will
not be used for replacement of sod that is damaged during
the landscape installation.
,~
D. PLANTING OPERATIONS
1. Excavation of Plant Holes
Plant hole excavations shall be cylindrical in shape, with
the sides vertical. Holes for trees and palms shall be 6"
larger in all directions than the root balls and those for
shrubs and ground cover shall be half of the container size
larger in all directions. Plants shall be centered in the
hole, with the trunk location as shown in the plans.
Bottoms of the holes shall be loosened at least 6 inches
TS-4
- deeper than the required depth of excavation. Unfilled
excavations (including treespade holes) shall be marked in
precautionary manner (flags or tape) until properly
backfield.
2. Underground Obstructions
Upon request from the Contractor, the Owner shall provide
plans showing locations of underground utilities and/or
will assist the Contractor in securing underground
locations from other public utility companies, such as
telephone, electricity, irrigation.
In the event the rock, underground construction work,
utility lines or obstructions out of the ordinary are
encountered in any plant pit excavation, alternative
locations shall be selected by the Village. Where
locations cannot be changed and the obstructions may be
removed, the obstructions shall be removed to a depth of
not less than 3 feet below grade and no less than 6 inches
below. bottom of balls or roots when plant is properly set
at the required grade.
3. Setting of Plants
• When lowered into the hole, the plant shall rest on a
prepared hole bottom such that the roots are level with,
or slightly above, the level of their previous growth and
so oriented such as to present the best appearance. The
Contractor, when setting plants in holes, shall make
allowances for any anticipated settling of the plants.
The backfill shall be made with specified soil and shall
be firmly rodded and watered-in, so that no air pockets
remain. The quantity of water applied immediately upon
planting shall be sufficient to thoroughly moisten all of
the backfilled earth. Plants shall be kept in a moistened
" t condition for the duration of the planting period.
Apply 6-6-6 fertilizer at rate of five pounds per cubic
yard of backfill.
4. Staking and Guying
Plants shall be staked in accordance with the following
provisions:
. A. Small Trees: For trees and shrubs of less than 1 inch
caliper, the size of stakes and the method of tying
shall be such as to rigidly support the staked plant
TS-5
- against damage caused by wind action or other effects.
Trees larger than 1 inch and smaller than 2 inch
caliper shall be staked with a 2 inch stake, set at
least 24 inches in the ground and extending to the
crown of the plant. The plant shall be firmly
fastened to the stake with two strands of 12 or 14
gauge soft wire, enclosed in rubber hose, or other
approved covering. The wire shall then be nailed or
stapled to the stake to prevent slippage.
B. Medium Trees: All trees, other than palm trees,
larger than 2 inch caliper and smaller than 3-1/2 inch
caliper shall be staked with two, 2 inch by 4 inch
stakes, 8 feet long, set 2 feet in the ground. The
tree shall be midway between the stakes and held
firmly in place by two strands of 12 gauge wire,
applied as specified above for single stakes. The
wires shall be tightened and kept tight by twisting.
C. Larne Trees: All trees, other than palm trees, larger
than 3-1/2 inch caliper, shall be guyed from at least
three points with double strands of 12 gauge wire.
Guy wires shall be anchored to 2 inch by 4 inch
stakes, 24 inches long, driven into the ground at
• least 2 feet and sufficient that the top of the stake.
is at least 3 inches below the finished ground level.
Tie wires shall be securely fastened to the tree by
means of a collar of rubber hose, or other approved
material. Guy wires shall be tightened and kept tight
by twisting.
D. Palm Trees: All palm trees shall have 6 layers of
rublap wrapped around the trunk and three (3) 2" x 4"
x 1"-0" wood cleats attached to the tree by wrapping
with 12 gauge wire around the cleats and tree, and
stapling the wire to the cleats. Three (3) 2" x 4"
`~ braces shall be placed at 40° angles from the ground
to the tree and nailed to the three wood cleats at a
sufficient height to support the tree from wind action
or other effects. A 2" x 4" x 2'-0" wood stake shall
be nailed to secure the end of each brace to remain in
contact with the tree and ground.
5. Pruning
All broken or damaged roots shall be cut off smoothly and
• the tops of all trees shall be pruned in a manner
complying with standard horticultural practice. At the
TS-6
time pruning is completed, all remaining wood shall be
• alive. All cut surfaces of 1 inch or more in diameter,
above the ground, shall be treated with an approved
commercial tree paint.
6. Mulching and Preemergant Herbicide (Ronstar) Application
Within one week after planting, mulch material, consisting
of cypress mulch or approved equal shall be uniformly
applied to a minimum loose thickness of 3 inches, over the
entire area of the backfilled hole or bed. The mulch
shall be maintained continuously in place until the time
of final inspection. Apply herbicide prior to mulching
operation at rate specified by the manufacturer.
E. VEGETATION PROTECTION
Existing plant material to remain onset and transplanted trees
shall be protected by designating vehicle and material storage
areas located outside of the tree canopy drip line and
prohibiting the disposition of chemicals around the material.
The General Contractor shall be responsible for protecting
existing plant material onset from root, trunk and/or branch
damage. If necessary, barriers shall be erected around plant
• material to be protected.
F. SUBSTANTIAL COMPLETION
On completion of the work and upon receipt of the written
request of the Contractor, the Village shall inspect all
planting work for substantial completion. The request shall
be received from the Contractor at least three (3) days before
the anticipated date of substantial completion.
The Contractor shall repair or replace all defective work
denoted in the Walk-thru within seven (7) days and prior to
Final Payment.
G. MAINTENANCE
Maintenance shall begin immediately after each plant is
planted and shall continue until substantial completion of
the Contract Plants shall be watered, mulched, weeded, pruned,
sprayed, fertilized, cultivated and otherwise maintained and
protected until substantial completion is granted.
Settled plants shall be reset to proper grade position,
planting saucer restored and dead material removed. Guys
• shall be tightened and repaired. TS-
Defective work shall be corrected as soon as possible after it
becomes apparent. (Weather and season permitting) Upon
TS-7
-completion of planting, the Contractor shall remove the site
• excess soil and debris, and repair any damage to structures,
etc., resulting from planting operations.
H. GUARANTEE
The Contractor shall guarantee all planting work for a period
of ninety (90) days with the exception of cabal palm trees
which shall be guaranteed for one hundred eighty (180) days
after the date of substantial completion.
During the guarantee period, the Contractor shall replace at
no cost to the Owner and plant required under the Contract
that dies or is not established within the time frames
stipulated above. In case of any doubt as to the condition
and satisfactory establishment of a plant, the Village may
allow such a plant to remain through another establishment
ninety (90) days period at which time the plant in question
if found to be dead, in an unhealthy or badly impaired
condition, shall be replaced by the Contractor at no cost to
the Owner.
I. FINAL INSPECTION
• At the end of the guaranty period, inspection of plants will be
made by the Village upon written notice requesting such
inspection, submitted by the Contractor at least three (3) days
before the anticipated inspection. All defects discovered
shall be repaired or replaced by the Contractor within seven
(7 ) days .
J. CLEANING UP THE SITE
Upon completion of the landscape project, the Contractor must
thoroughly clean up the project site. In addition to removing
all equipment, unused materials, deleterious material, and
surplus excavated material, the Contractor shall fine grade all
' t disturbed areas and the areas adjacent to the new plantings to
provide a neat and uniform site. All damaged or altered
existing structures pavements, irrigation system sidewalk and
grassing as a result of the landscape work, shall be corrected.
K. MAINTENANCE INSTRUCTIONS
Full and complete written instruction for maintenance of the
plantings shall be furnished by the Contractor to the Village
at least ten (10) days prior to substantial completion in order
• to familiarize Contractor with the maintenance requirements for
proper care and development of the plantings. The Contractor
shall also furnish one set of as-built drawings, clearly
TS-8
-showing all changes made during the progress of the work to the
• original contract drawings.
L. SOD REMOVAL
Some sod has been installed on the site. Due to changes in be
lines, some sod will have to be removed/relocated and properly
disposed of on-site at a site determined by the Village.
TS-9
•
-~
•
AGREEMENT
•
•
•
THIS AGREEMENT is dated as of the ~~~L day of
' in the year
1999, by and between THE VILLAGE OF TEQUESTA (hereinafter called OWNER)
and AIELLO LANDSCAPE INC. INC. (hereinafter called CONTRACTOR.)
OWNER and CONTRACTOR, in consideration of the mutual covenants hereinafter
set forth, agree as follows:
ARTICLE 1. Work
CONTRACTOR shall complete all Work as specified or indicated in the
Contract Documents. The Work is generally described as follows: For
complete installation or a landscape plan including trees, shrubs/ground
cover and mulch.
The Project for which the Work under the Contract Documents may be the
whole or only a part is generally described as follows: VILLAGE OF
TEQUESTA, LANDSCAPE IMPROVEMENTS.
ARTICLE 2. ENGINEER
The Project has been designed by:
Reese, Macon & Associates, Inc.
6415 Lake Work Road, Suite 307
Lake Worth, FL 33463
who is hereinafter called ENGINEER and
representative, if so requires, assume all
have the rights and authority assigned
Documents in connection with completion of
Contract Documents.
ARTICLE 3. CONTRACT TIME.
who is to act as OWNER's
duties and responsibilities and
to ENGINEER in the Contract
the Work in accordance with the
" ~~ 3.1. The Work will be substantially completed within thirty (30) days
from the date when the Contract Time commences to run as provided
in paragraph 4 of the General Conditions, and completed and ready
for final payment within forty five (45) days from the date when
the Contract Time commences to run.
3.2. Liquidated Damages. OWNER and CONTRACTOR recognize that time is
of the essence of this Agreement and that OWNER will suffer
financial loss if the Work is not completed within the times
specified in paragraph 3.1 above, plus any extensions thereof
allowed. _They also recognize the delays, expense and
difficulties involved in proving in a legal or arbitration
proceeding the actual loss suffered by OWNER if the Work is not
A-1
completed on time. Accordingly, instead of requiring such proof,
• OWNER and CONTRACTOR agree that as liquidated damages for delay
(but not as a penalty) CONTRACTOR shall pay OWNER One Hundred
Dollars ($100.00) for each day that expires after the time
specified in paragraph 3.1 for Substantial Completion of the
Work. After substantial completion, if Contractor shall neglect,
refuse or fail to complete the remaining work within the Contract
Time or any proper extension granted by Owner, Contractor shall
pay_ OWNER Fifty Dollars ($50.00) for each day that expires after
the time specified in paragraph 3.1 for completion and readiness
for Final Payment.
ARTICLE 4. CONTRACT PRICE
4.1. OWNER shall pay CONTRACTOR for completion of the Work in
accordance with the Contract Documents in current funds at"the
unit prices defined within the Bid Quotation for a total amount
of $_5.896
ARTICLE 5. PAYMENT PROCEDURES
Applications for Payment will be processed by Village as outlined below.
5.1. Progress Payments. OWNER shall make progress payments on account
of the Contract Price on the basis of CONTRACTOR'S Applications
• for Payment, on or about the 15th day of each month during
construction. All progress payments will be on the basis on the
Work measured items installed to date.
5.1.1. Prior to Substantial Completion, progress payments will
be made in an amount equal to the percentage indicated
below, but, in each case, less the aggregate of payments
previously made. 90% of materials and equipment not
incorporated in the Work (but delivered, suitably stored
and accompanied by documentation.
5.1.2. Upon Substantial Completion, in an amount sufficient to
increase total payments to CONTRACTOR to 95°s of the
Contract Price.
5.2. Final Payment. Upon final completion and acceptance of the Work,
OWNER shall pay the remainder of the Contract Price.
ARTICLE 6. INTEREST - N/A
ARTICLE 7. CONTRACTOR'S REPRESENTATIONS.
In order to induce OWNER to enter into this Agreement, CONTRACTOR makes the
following representations:
7.1. CONTRACTOR has familiarized itself with the nature and extent of
• the Contract Documents, Plans, Work, site, locality, and all local
conditions and Laws, and Regulations that in any manner may affect
cost, progress, performance or furnishing of the Work.
A2
ARTICLE 9. -MISCELLANEOUS.
• 9.1. Terms used in this Agreement which are defined in Article 1 of the
General Conditions will have the meanings indicated in the General
Conditions.
9.2. No assignment by a party hereto of any rights under or interest in
the Contract Documents will be binding on another party hereto
without the written consent of the party sought to be bound; and
specifically but without limitation moneys that may become due and
moneys that are due may not be assigned without such consent
(except to the extent that the effect of this restriction may be
limited by law), and unless specifically stated to the contrary in
any written consent to an assignment, no assignment will release
or discharge the assignor from any duty or responsibility under
the Contract Documents.
9.3. OWNER and CONTRACTOR each binds itself, its partners, successors,
assigns and legal representatives to the other party hereto, its
partners, successors, assigns and legal representatives in respect
of all covenants, agreements and obligations contained in the
Contract Documents.
ARTICLE 10. OTHER PROVISIONS.
IN WITNESS WHEREOF, OWNER and CONTRACTOR have signed four (4) copies of
this Agreement. One counterpart each has been delivered to OWNER and
CONTRACTOR, and two (2) to the ENGINEER. All portions of the Contract
Documents have been signed or identified by OWNER and CONTRACTOR or by
ENGINEER on their behalf.
This Agreement wil be effective on /_~-z-~~->-~~-`-z % ~
1999.
OWNER:
CONTRACTOR:
Village of Tequesta
$y`.~J~Z~~~ ~• ~ BY
(CORPORATE SEAL)
Attest : '~c~Y ~ ~ ~,~ Attest
P.O. Box 3273
Tequesta, FL 33469-0273
(561) 575-6234)
License No.
(If Contractor
attach evidence
sign.)
A4
is a corporation,
of authority to