HomeMy Public PortalAboutRoy-Fisher BidTOWN OF GULF STREAM
STATE ROAD AIA HISTORIC HIGHWAY
LANDSCAPE ENHANCEMENT PROJECT
Construction Documents
ROY -FISHER ASSOCIATES, INC.
381 Tequesta Drive
Tequesta, FL 33469
Tel 561-747-3462
TABLE OF CONTENTS
TITLE
PAGE NUMBER
SECTION 1 - Instructions and Conditions
Request For Bid
2
Conditions
3-5
Index to Instructions to Bidders
6
Instructions to Bidders
7-12
Index of General Conditions
13
General Conditions
14-44
SECTION 2 - Bid Forms 42
Bid 46-50
Bid Bond 51-52
Sworn Statement on Public Entity Crimes 53-54
SECTION 3 - Sample Contract and Post -Award Forms
60
Sample Contract
61-65
Performance Bond
66-67
Payment Bond
68-69
Certificate as to Corporate Principal
70
Contractor's Invoice & Request for Payment Forms
71-80
Certificate of Substantial Completion
81
Contractor's Affidavit and Final Release of Lien
82-83
Subcontractor's, Materialmen and Laborer's Final Waiver of Lien
84
SECTION 4 - Technical Specifications 86
Index of Technical Specification 86
Trees, Shrubs and Ground Covers 87-108
Grass Sodding 109-115
Grass Seeding 116-123
1
REQUEST FOR BIDS
TOWN OF GULF STREAM
STATE ROAD AIIA HISTORIC HIGHWAY
LANDSCAPE ENHANCEMENT PROJECT
PALM BEACH COUNTY
Sealed bids will be received by the Town Clerk, Town of Gulf Stream, 100 Sea Rd., Gulfstream,
Florida on April 30, 1998, up to the 3:00 p.m. opening for work described in the Contract Documents
entitled, State Road AIA Historic Highway Landscape Enhancement Project.
All bid responses must conform to the instructions in the Request for Bids and shall include a
properly executed bid forth and an acceptable bid guaranty in the amount of five percent (5%) of the
total bid. The estimated range for this project is $200,000-275,000.
The work consists of but is not limited to: Tree, shrub and groundcover planting, landscape labor,
installation of split rail fence, pavement removal and associated maintenance of traffic.The
contractor shall provide all materials, labor and associated services for bed preparation and planting
within FDOT right of way for State Road A1A in Gulf Stream. The contractor shall be responsible for
maintenance and watering of the newly planted material for ninety days after final acceptance by
hand watering with a watering truck supplied by the contractor.
Drawings and specifications may be obtained beginning April 2, 1998 at the Town Hall, 100 Sea
Road, Gulf Stream, or by calling (561) 276-5116. Each bid set will be furnished for a fee of $50.00
per set to prospective bidders. There is a mandatory pre-bid meeting on April 15, 1998 in Town Hall
Council Chambers at 10:00 a.m. The bid opening is a public meeting. Bid opening will be held in
the Gulf Stream Town Hall Council Chambers.
Any questions regarding the construction documents should be directed to Diane Johnson at Roy -
Fisher Associates, 561-747-3462.
2
STATE ROAD AIIA HISTORIC HIGHWAY
LANDSCAPE ENHANCEMENT PROJECT
TOWN OF GULF STREAM
PALM BEACH COUNTY
SUPPLEMENTAL CONDITIONS:
The Supplemental Conditions are provided, to clarify, revise or amend the terms and conditions of
the Instructions to Bidders, General Conditions and Bid Form for this particular project. Refer to the
specific paragraphs noted. Bidders are encouraged to read the following conditions carefully.
Failure to comply to these conditions may cause the bid to be declared non-responsive.
1. The Landscape Contractor shall hold a current certification from the Florida Nurserymen and
Growers Association Certified Landscape Contractor Program.
2. The work shall include the watering of all plantings on the project, from the time of planting to 90
days after the final acceptance of the planting by the owner and the Landscape Architect. The
contractor will submit, at the time of bid, a watering plan describing means and methods of watering.
(Section 4.1,3.14)
3. The contractor will be responsible for insuring adequate drainage and appropriate soil in planting
areas and will remove any roadway construction debris encountered within planting areas within the
project limits. (Section 4.1,3.06)
4. The contractor will call Sunshine, 1-800-432-4770 and the Town of Gulf Stream Water
Department to locate utilities.
5. The contractor will submit, at the time of Bid, all sources for coconut palms as well as seed
sources for coconuts (Section 4.1, 1.03)
6. The work for this contract will be within the State Road A1A right of way, a heavily used roadway,
and all traffic control for work on the road shall conform to the Manual of Uniform Traffic Control
Devices(MUTCD), published by the Florida Department of Transportation. Contractor shall meet
OSHA safety requirements. Contractor shall submit plan for maintenace of traffic prior to
construction.
7. Contractor shall read and agrees to all submittals in Section 4.1, 1.03 and 4.2, 1.03.
3
8. Contractor shall schedule installation for area in front of Gulf Stream School for after June 15th.
Contractor shall schedule installation for area adjacent to Golf Club properties after June 1". It
may be necessary to postpone the work done at the Bath and Tennis parking area so that paving
work can be completed. These areas are marked on the index sheet of the plans.
9. Contractor shall provide price for 40 hours of labor that could be used at the landscape architects
discretion for Exotic removals or general maintenance. Should these labor hours not be required,
the contractor shall not charge the town.
10. Contractor shall honor unit prices and charge according to the amount of materials used. Some
material may not be used due to utility constraints and adjacent property owners wishes. The
Town shall not be charged if material is not used.
11. The Landscape Contractor shall stake trees out by section as mutually agreed upon by
Landscape Contractor and Landscape Architect. The Landscape Architect may make sight
adjustments to tree locations.
12. The drawings are currently going through the review process with Florida Department of
Transportation. Successful bidder agrees to fairly negotiate and conditions applied by Florida
Department of Transportation during this process.
13. The owner reserves the right to select the bidder which best represents the Town's interest
considering location and references as well as price. Each bidder shall submitt a minimum of 3
references for similar projects.
A. INSTRUCTIONS TO BIDDERS
1. Every request for interpretation shall be in writing addressed to the
Landscape Architect and mailed or faxed to
Connie Fisher or Diane Johnson
Roy -Fisher Associates
381 Tequesta Drive
Tequesta, FL 33469
Phone: (561) 747-3462
Fax: (561) 747-0281
n
B. GENERAL CONDITIONS
1. Paragraph 7, Insurance Requirements. Specific limits are:
a)
b)
C)
Worker's Compensation - Statutory limits in compliance with applicable State
and Federal laws.
Comprehensive General Liability
Business Auto Liability
5
Limits (Min $500,000)
Limits (Min $500,000)
INSTRUCTIONS TO BIDDERS
INDEX
PAGE
1. Date and Place of Bid Opening......................................................................7
2. Inquiries/Addenda..........................................................................................7
3. Preparation of Bids.........................................................................................7
4. Credentials of Bidders....................................................................................8
5. Bidders Disclosure.........................................................................................8
6. Joint Venture 8
7. Public Entity Crimes Affidavit.........................................................................8
8. Bid Guaranty.............................................................................................9
9. Power of Attorney...........................................................................................9
10.
Delivery of Bids.......................................................................................
9-10
11.
Withdrawal of Bids.......................................................................................10
12.
Notice of Intended Award.............................................................................10
13.
Acceptance or Rejection of Bids..................................................................11
14.
Contract
11
15.
Insurance
11
16.
Drawings and Specifications........................................................................11
17.
Substitute Material and Equipment........................................................
11-12
18.
Equal Opportunity........................................................................................12
3
BIDDERS ARE ENCOURAGED TO READ THE FOLLOWING INSTRUCTIONS CAREFULLY.
DEVIATIONS, CHANGES, MODIFICATIONS OR FAILURES TO COMPLETE THE BID CAN, AND IN
SOME INSTANCES SHALL, INVALIDATE THE BID.
INSTRUCTIONS TO BIDDERS
1. Date and Place of Bid Opening
Sealed bids will be received by the Town Clerk, Town of Gulf Stream, 100 Sea Road, Gulf Stream,
Florida, at the time set forth in the "Request For Bids "(RFB)". Bids will be publicly opened and read
on April 30, 1998. If an award of the Contract is made, it will be as soon thereafter as is practical.
2. Inquiries/Addenda
Verbal requests for interpretations of the meaning of the Drawings, Specifications, or other Contract
requests for documents will not be valid. Every request for interpretations shall be in writing
addressed to the Landscape Architect and to be given consideration must be received at least five
(5) calendar days prior to the date fixed for the opening of bids. The Town/Landscape Architect will
record its responses to written inquiries and any supplemental instructions in the form of written
addenda. Any and all such interpretations and any supplemental instructions will be in the form of
written addenda to the specifications which, if issued, will be mailed or faxed to all parties to whom
the Town provided the RFB (at the respective addresses for such purposes) not later than two (2)
calendar days prior to the bid opening date fixed for the opening of bids. Bidders must acknowledge
receipt of the addenda in their bid. Failure of any bidder to receive, or to acknowledge receipt of any
such addenda shall not relieve such bidder from any obligation under its bid as submitted, provided,
however, that failure to so acknowledge receipt of any such addenda may render a bid non-
responsive and result in its rejection. Bidders are advised to contact the Town prior to submitting
bids to satisfy themselves as to the existence and number of all such addenda. All addenda so
issued shall become part of the Contract Documents,
3. Preparation of Bids
Bids shall be submitted on the Bid Forms furnished, or upon an exact copy thereof, and must be
signed by an authorized representative of the firm submitting the bid. Bidders must quote on all
items listed and failure to do so may disqualify the bid. The intent of the Bid Forms is to secure a
price for the work described in these Contract documents entitled as shown in the Supplemental
Conditions.
VA
4. Credentials of Bidders
The Landscape Contractor shall hold a current certification from Florida Nurserymen and Growers
Association Certified Landscape Contractor Program.
The Landscape Contractor shall have a good command English and be well versed in Florida plant
material, planting operations, Plan and Specification interpretation, coordination between the nursery
and the project areas. The Landscape Contractor will supervise all work at all times including
replacement or guaranatee work. All employees shall be competent and highly skilled in their
particular job in order to properly perforin the work assigned to them. The Contractor will be
responsible for maintaining the quality of the material on the project.
5. Bidders Disclosure
Bids shall be signed by the person or member of the firm, and in the case of a corporation, by some
authorized officer or agent subscribing the name of the corporation and his own name. Once bids
are opened, they become the property of the Town and will not be returned. The bids become
"public records" and shall be subject to disclosure consistent with Chapter 119, F.S. ten (10)
calendar days after the bid opening.
6. ,Joint Venture
If the bid involves a joint venture, a copy of the joint venture agreement shall be included with the bid
along with the attached "Statement of Business Organization".
7. Public Entity Crimes Affidavit
All bidders shall submit an affidavit with their bid affirming that the bidder is not in violation of the
Public Entity Crime Statute, Section 287.133, Florida Statutes. If it is determined that the bidder is in
violation of the Public Entity Crime Statute, the bid bond will be forfeited to the Town (affidavit form
enclosed).
u
8. Bid Guarantv
Each bid must be accompanied by a bid bond acceptable to the Town, prepared on a standard form
similar to the Bid Bond Form attached, duly executed by the bidder as Principal. Such Bid Bond shall
have a satisfactory surety company, admitted and authorized to do business in the State of Florida,
and be in an amount equal to five (5%) percent of the bid amount. Cash, certificate of deposit,
cashier's check, treasurer's check or bank draft of any national or state bank in the State of Florida
may be tendered in lieu of the bid bond. Certificates of deposit, checks and bank drafts shall be
made payable to the Town. Such cash, certificate of deposit, check, bank draft or bid bonds will be
returned to all bidders, with the exception of the two (2) lowest bidders, within thirty (30) calendar
days after the opening of the bids. Cash, certificates of deposit, check, bank draft or bid bonds of
the two (2) lowest bidders will be returned to them promptly after the Town and the successful bidder
have (i) executed the Contract for the work, and (ii) the Contractor (successful bidder) has secured
and tendered to the Town valid and acceptable Performance and Payment Bonds as required under
the provisions of the Contract. Failure of the Town to execute the Contract within eighty (80)
calendar days after the date of the bid opening shall initiate release of the cash, certificate of
deposit, check, bank draft or bid bonds of the lowest and second lowest bidders unless mutually
agreed otherwise.
9. Power of Attomev
Attomeys-In-Fact who sign bonds must file with such bond a certified copy of their power of attorney
to sign said bonds.
10. Delivery of Bids
The original plus one (1) copy of the bid shall be submitted in a sealed envelope and must indicate
on the outside, the name and address of the bidder, the title of the proposed work and the contract
number. The Town shall not be responsible for bids improperly identified. If forwarded by regular
mail or express mail, the sealed envelope containing the bid and marked as directed above, shall be
enclosed in another envelope addressed to:
Rita Taylor
Town Clerk
Town of Gulf Stream
100 Sea Road
Gulf Stream, Florida 33483-7427
G
If forwarded by overnight courier service (other than United States Postal Service Express Mail), the
sealed envelope containing the bid and marked as directed above, shall be enclosed in another
envelope.
Bids may be hand -delivered to the Town Clerk, at the, Town Hall Building. Facsimile bids will NOT
be accepted. The Town cautions bidders to assure actual delivery of mailed or hand -delivered
bids directly to the Town Clerk. Telephone confirmation of timely receipt of the bid may be made
by calling (561) 276-5116 before bid opening time. Bids received after the established deadline will
be returned unopened to the bidder.
11. Withdrawal of Bids
Prior to the bid opening, a bid may be withdrawn provided that the bidder submits a written request
signed by an authorized representative of the firm that submitted the bid.
12. Notice of Intended Award
Tentative bid tabulations will be posted for review by interested parties at Town Hall within two (2)
working days of the bid opening. After completion of the review of the bids, a final bid tabulation will
be posted for a period of not less than seventy-two (72) hours. Interested parties may inquire by
telephone or visit the Town for information as to the intended award. Failure to file a protest within
the time prescribed in Rule 40E-7.302, Florida Administrative Code, and Section 120.53(5), Florida
Statutes, shall constitute a waiver of proceedings under Chapter 120,
Florida Statutes.
13. Acceptance or Resection of Bids
Pursuant to Rule 40E-7.301, Florida Administrative Code, the Town reserves the right to reject any
and all bids when (i) such rejection is in the interest of the Town; (ii) such bid is void per se; or (iii)
the bid contains any irregularities, PROVIDED, however, that the Town reserves the right to waive
any minor irregularities and to accept the lowest responsible and responsive bid determined by the
Town. Bids will be considered irregular if there are omissions, unauthorized alterations of any forms,
additions not called for, conditional or unauthorized alternate bids, or other irregularities of any kind.
The Town reserves the right to request a written confirmation of the bid and the responsibility of the
bidder prior to the awarding of the Contract. Failure of the bidder to confirm the bid within seven (7)
10
working days from the date of the Town's request may render the bid unresponsive and will entitle
the Town to award to the next lowest bidder and may require forfeiture of the bid bond.
14. Contract
The bidder understands that this RFB does not constitute a Contract with the bidder. An official
Contract does not exist until the Contract has been executed by both parties. The bidder to whom
the award is made shall, within fifteen (15) calendar days after receipt of the Contract, execute the
Contract in substantially the form attached, entering into a Contract with the Town. The executed
Contract should be returned to the Town accompanied by the required performance and payment
bonds and certificates of insurance as set forth herein. If the bidder fails to execute the Contract or
provide the bonds and certificate of insurance within fifteen (15) calendar days, there shall be just
cause for the annulment of the award and forfeiture of the Bid Guaranty to the Town. Award may
then be made to the next lowest, responsible, and responsive bidder or the work may be
readvertised at the Town's sole discretion.
15 Insurance
If awarded a Contract, the bidder shall maintain insurance coverage uninterrupted for the duration of
the Contract in accordance with the minimum amounts and conditions specified in the General and
Supplemental Conditions. Misrepresentations of any material fact, whether intentional or not,
regarding the insurance coverage, policies or capabilities may be grounds for rescission of the
Contract.
16. Drawings and Specifications
Each set of the Contract documents will be provided to prospective bidders for a fee of $30.00.
17. Substitute Material and Equipment
A Contract, if awarded, will be on the basis of material and equipment described in the Drawings and
the Technical Specifications without consideration of possible substitute or an "or equal" item.
Whenever it is indicated that a substitute or an "or equal" item of material or equipment may be
furnished or used by the Contractor if acceptable to the Landscape Architect, application for such
acceptance will not be considered by the Landscape Architect until after the date of execution of the
Contract In all cases, the low bidder shall be determined on the basis of the base bid which shall
11
reflect the costs for the materials and equipment specified. Bidders unable to provide the specified
materials and equipment shall be determined unresponsive.
18. EgualO000rtunity
The Town of Gulf Stream recognizes fair and open competition as a basic tenet of public
procurement. Contractors doing business with the Town are prohibited from discriminating on the
basis of race, color, creed, national origin, handicap, age or sex.
12
GENERAL CONDITIONS
INDEX
SUBJECT
PAGE
1.
Definitions.......................................................................................................................14
2.
Conditions Affecting Work...............................................................................................15
3.
Specifications and Drawings......................................................................................16-17
4.
Superintendence by Contractor.......................................................................................17
5.
Performance Work by the Contractor
6.
of ..........................................................................17
Performance Bond and Payment Bond
7.
...........................................................................18
Insurance Requirements
8.
............................................................................................18-19
Indemnification
9.
...........................................................................................................19-20
Subcontracts
...................................................................................................................20
10.
Permits............................................................................................................................20
11.
Protection of Existing Vegetation, Strictures,
Utilities and Improvements.........................................................................................20-22
12.
Safety - Loss Control Provisions................................................................................22-23
13.
Emergencies...................................................................................................................
23
14.
Stone Procedures
15.
...........................................................................................................
Changes
23
16.
.....................................................................................................................23-25
Claims
17.
.............................................................................................................................
Time Extensions
25
..............................................................................................................
25
18.
Differing Site Conditions..................................................................................................
26
19.
Termination for Default...............................................................................................26-27
20.
Termination for Convenience.....................................................................................27-29
21.
Suspension of Work........................................................................................................29
22.
Inspection and Acceptance
23.
........................................................................................2931
Payment to Contractor
24.
...............................................................................................
Substantial Completion
31-32
..............................................................................................
32-34
25.
Use and Possession Prior to Completion........................................................................
34
26.
Other Contracts...............................................................................................................
34
27.
Material and Workmanship.........................................................................................34-35
28.
Warranty ..........................................................................................................................0
29.
Work and Storage Areas.................................................................................................
35
30,
Tax Exemption
31.
................................................................................................................
Records
36
32.
......................................................................................................................36-37
Public Access
33.
..................................................................................................................
Non-Discrimination
37
34.
..........................................................................................................37
Force Majeure
............................................................................................................37-38
35.
Value Engineering......................................................................................................38-40
13
GENERAL CONDITIONS
1. DEFINITIONS:
a. TOWN: The Town of Gulf Stream, a public corporation of the State of Florida,
Gulf Stream, Florida.
b. CONTRACTOR: Any individual, firm, partnership, joint venture or corporation entering into
a Contract to perform the work specified herein.
C. ENGINEER: Certified Inspector by FDOT. For this job Jonathon P. Weymonth, Project
Engineer,Keith & Schnars, (954)-776-1616.
d. LANDSCAPE ARCHITECT: Professional Consultant under contract by town. For this
project Roy -Fisher Associates (561) 747-3462.
e. SUBCONTRACTOR: Any individual, firm, partnership or corporation furnishing labor,
services or material required under the Contract to the Contractor.
f. CONTRACT: The documents containing and describing the mutual understanding between
the Town and the Contractor.
g. SPECIFICATIONS: The directions, provisions, and requirements contained herein,
together with all stipulations contained in the Contract setting out or relating to the method
and manner of performing the work, or the quantities and qualities of materials and labor to
be furnished under the Contract.
h. DRAWINGS: The Drawings, approved by the Town, including reproductions thereof,
showing the location, character, dimensions and details of the work to be done.
I. DAY: A calendar day
j. RESPONSIBLE BIDDER: A responsible bidder is one who is not only financially
responsible, but one who is possessed of a judgment, experience, skill, ability, capability
and integrity requisite and necessary to perform the Contract according to its terms.
14
k. RESPONSIVE BIDDER: A responsive bid is one in which the bidder has complied with all
of the instructions as required in the Request for Bids without modifying or qualifying the
work proposed or the forms supplied to be submitted. This includes, but is not limited to,
bonds, licenses, certificates of insurance.
2. CONDITIONS AFFECTING WORK
The Contractor acknowledges that he has investigated and correlated his observations with the
requirements of the Contract and satisfied himself as to the conditions affecting the work. These
conditions include, but are not restricted to, those bearing upon transportation, disposal, handling
and storage of materials, availability of labor, water, electrical power, roads and uncertainties of
weather, tides or similar physical conditions at the site, and the character of equipment and facilities
needed preliminary to and during prosecution of the work. The Contractor further acknowledges that
he has satisfied himself as to the character, quality and quantity of surface and subsurface materials
or obstacles to be encountered insofar as this information is reasonably ascertainable from an
inspection of the site, including all exploratory work done by the Town, as well as from information
presented by the Drawings and Specifications made a part of this Contract.
Any failure by the Contractor to acquaint himself with the available information will not relieve him
from responsibility for estimating properly the difficulty or cost of successfully performing the work.
The Town assumes no responsibility for any conclusions or interpretations made by the Contractor
on the basis of the information made available by the Town, its officers or employees prior to the
execution of the Contract, unless such information has been stated expressly in the Contract.
The Contractor shall be responsible for making site subsurface investigations and examinations as
he or she chooses in order to become familiar with the character of the existing material and the
construction conditions under which he or she will work. These subsurface investigations and
examinations shall be included in the bid. The Contractor shall not receive separate additional
compensation for this.
Some or all work areas may contain existing materials such as but not limited to lime rock, and road
construction debris and it may even be compacted. This material and any compacted material may
interfere with adequate vertical drainage and or proper plant survival and growth. Removal of this
material, in order to have adequate vertical drainage is part of the scope of work for this project.
Therefore, the subsurface investigations and examinations are necessary in order to determine the
extent of removal and excavation required above and beyond the minimum requirements indicated
in these Specifications. Compensation for any removal and excavation required above and beyond
15
the minimum requirements indicated including any additional planting soil needed in order to fill the
larger excavated area shall be included in the bid. The Contractor shall not receive separate
additional compensation for this.
3. SPECIFICATIONS AND DRAWINGS
The Contractor shall check all Drawings furnished to him immediately upon their receipt and shall
promptly notify the Town or Landscape Architect of all errors, inconsistencies, omissions and
discrepancies.
Modifications to the Bidding Documents will be issued to all Bidders as Addenda to the Drawings
and Specifications and will become a part of the contract. The Landscape Architect and the Owner
will not be responsible for oral clarifications.
Figures marked on Drawings shall, in general, be followed in preference to scale measurements.
Anything mentioned in the Specifications and not shown on the Drawings, or shown on the Drawings
and not mentioned in the Specifications, shall be of like effect as if shown or mentioned in both. In
case of a difference between the Drawings and the Specifications, the Specifications shall govern.
In case of a discrepancy either in the figures, in the Drawings, or in the Specifications, the matter
shall be submitted to the Town who shall make a determination in writing. Any adjustment by the
Contractor without such a determination by the Town shall be at his own risk and expense. All
deviations made by the Contractor from the Specifications and Drawings will be compiled and
provided to the Town. The Town may furnish from time to time such detail Drawings and other
information considered necessary to clarify the Contract.
Each bidder submitting a proposal for this Contract shall be responsible to inspect the site to
acquaint himself with the nature of conditions which will be encountered during construction. Bids
shall include all costs required to execute work under existing conditions. Bidder shall make himself
aware of all existing and/or proposed utilities in area of work.
The Contractor shall furnish a unit price breakdown for all materials. The Landscape Architect and
the Owner may add to or delete from the materials utilizing the unit price breakdown submitted to
and accepted by the Landscape Architect/Owner. Unit prices shall be valid throughout the period of
this contract from approval of contract.
All dimensions indicated for the planting design are approximate. Prior to proceeding with the Work,
the Contractor shall carefully check and verify all dimensions and shall report all variation from those
indicated in the planting plan to the Landscape Architect in writing.
16
Omissions from the Drawings or Specifications or the misdescription of details of work which are
manifestly necessary to cant' out the intent of the Drawings and Specifications, or which are
customarily performed, shall not relieve the Contractor from performing such omitted or misdescribed
details of the work as if fully and correctly described in the Drawings and Specifications. If the
Contractor performs any construction activity knowing it involves a recognized error, inconsistency or
omission in the Contract without providing written notice to the Town, the Contractor shall assume
appropriate responsibility for such performance and shall bear an appropriate amount of the
attributable costs for correction. Standard references used in the Specifications shall be the latest
revision or edition of that reference. Any such referenced paragraph or section revised shall apply to
the work as indicated.
4. SUPERINTENDENCE BY CONTRACTOR/PERSONNEL
The Contractor, at all times during performance and until the work is completed and accepted,
including replacement or guarantee work shall give his personal superintendence to the work or
have a competent superintendent at the project site, satisfactory to the Town and with authority to
act for the Contractor.
The Landscape Contractor shall have a good command English and be well versed in Florida plant
material, planting operations, Plan and Specification intrepretation, coordination between the nursery
and the project areas. The Landscape Contractor shall hold a current certification from Florida
Nurserymen and Growers Association Certified Landscape Contractor Program.
All employees shall be competent and highly skilled in their particular job in order to properly perform
the work assigned to them. The Contractor shall be responsible for maintaining the quality of the
material on the project.
5. PERFORMANCE OF WORK BY THE CONTRACTOR
The Contractor shall, with his own organization, perform work equivalent to at least seventy percent
(70%) of the total amount of the work to be performed under the Contract.
17
6. PERFORMANCE BOND AND PAYMENT BOND
Concurrent with the execution of these Contract documents, the Contractor shall tender to the Town
an acceptable performance bond and an acceptable payment bond, using either the forms provided
and attached hereto or standard surety forms, in an amount on each bond equal to or greater than
one hundred percent (100%) of the total Contract price. Cash, certificate of deposit, cashier's check,
treasurer's check or bank draft of any national or state bank in the State of Florida may be tendered
in lieu of the payment and the performance bond. Certificates of deposit, checks and bank drafts
shall be made payable to the Town. All surety bonds tendered must be written by a company duly
authorized to do business in the State of Florida, and if furnished through a broker or agent, said
broker or agent shall be registered in the State of Florida. If at any time after the execution of this
Contract and the surety bonds, the Town shall deem the surety or sureties upon such bonds to be
unsatisfactory or, if for any reason such bonds cease to be adequate to cover the requirements of
the Contract, the Contractor shall, at its expense within five (5) days after the receipt of notice from
the Town, furnish an additional bond in such form and amount and with such surety as shall be
satisfactory to the Town. In such event, no further payment to the Contractor shall be deemed to be
due under this Contract until such new or additional security shall be furnished in manner and form
satisfactory to the Town as to protect the interests of the Town and ensure the payment of persons
supplying labor and materials under the Contract.
7. INSURANCE REQUIREMENTS
The Contractor shall maintain, or cause to be maintained, the following specified insurance
coverages in the amount set forth hereafter.
a. WORKERS' COMPENSATION: Coverage to apply for all employees for Statutory Limits in
compliance with the applicable state and federal laws. The policy shall include Employer's
Liability. Notwithstanding the number of employees or any other statutory provisions to the
contrary, coverage shall extend to all employees of the contractor and subcontractor.
b. COMPREHENSIVE GENERAL LIABILITY: Shall have the minimum limits as specified in
the Supplemental Conditions Per Occurrence, Combined Single Limit for Bodily Injury
Liability and Property Damage Liability. This shall include Premises and Operations,
Independent Contractors, Products and Completed Operations, Broad Form Property /
Personal Injury, XCU coverage, and a Contractual Liability Endorsement.
18
c. BUSINESS AUTO LIABILITY: Shall have the minimum limits of coverage as specified in
the Supplemental Conditions Per Occurrence, Combined Single Limit for Bodily Injury and
Property Damage Liability. This shall be an "any -auto" policy including Owned, Hired, Non -
Owned, and Employee Non -Ownership Coverage.
d. BUILDERS RISK COVERAGE: Shall have an All Risk Coverage with the limits of
insurance equal to 100% of the completed value of such addition(s), building(s), or
structure(s). Coverage shall include Waiver of Occupancy Clause Endorsement which will
enable the Town to occupy the facility under construction/renovation during such activity.
There shall be a Maximum Deductible clause of $5,000 for each claim.
The Town of Gulf Stream shall be included as an Additional Insured under the General Liability,
Automobile Liability, and Builders Risk policies.
Current valid insurance policies meeting the requirements herein identified shall be maintained
during the duration of the named project. There shall be a thirty (30) day notification to the Town of
Gulf Stream, in the event of cancellation or modification of any stipulated insurance policy. It shall
be the responsibility of the Contractor to ensure that all Subcontractors are adequately insured or
covered under their policies. Certificates of Insurance shall be on file with the Town of Gulf Stream,
and approved by same prior to the commencement of any work activities. Such approval does not
waive the Contractor's responsibility to comply with the requirements of this section on modifications
of this section. The Town may at its discretion, require the Contractor to provide a complete certified
copy of its insurance policy(s). If this contract includes the installation of machinery and/or
equipment into an existing structure, the above policy must include an endorsement covering same.
This includes installation and transit.
8. INDEMNIFICATION
For $100.00 and other good and valuable consideration, the receipt and sufficiency of which is
hereby acknowledged as part of the first payment for services, the Contractor shall indemnify and
save harmless the Town, its agents, guests, invitees and employees, from all suits, actions, claims,
demands, damages, losses, expenses, including attorney's fees, costs and judgments of every kind
and description to which the Town, its agents, guests, invitees, or employees may be subjected by
reason of personal injury, bodily injury including death or property damage, resulting from or growing
out of any intentional negligent, or careless act of commission, omission, or consequential damage
connected with the Contractor, its Subcontractors, its agents, or employees, and committed in
connection with this Contract, Contractors performance hereof, or any work performed hereunder.
19
C
C
G
F
C
C
I
C
I
The Contractor shall indemnify and save harmless the Town, its agents, or employees from and
against all claims, demands, actions, suits, damages losses, expenses, costs, including attorney's
fees, and judgements of every kind and description arising from, based upon, or growing out of the
violation of any Federal, State, county or city law, by-law, ordinance of regulation by the Contractor,
its agents, trainees, invitees, servants or employees. The Contractor further acknowledges that it is
solely responsible for ensuring the safety of the premises to protect its employees, subcontractors,
invitees, licensees and all other persons during the course of the work, and agrees to hold and save
the Town harmless against all claims involving alleged negligence by the Town in failing to
adequately ensure the safety of the premises or otherwise ensure compliance with the Contract.
9. SUBCONTRACTORS
The Contractor is as fully responsible to the Town for the acts, coordination and omissions of his
Subcontractors and of persons either directly or indirectly employed by said Subcontractor, as he is
for the acts and omissions of persons directly employed by him. The Contractor shall submit the
names of the Subcontractors proposed for the work for Town acceptance at the pre -construction
conference. The Contractor shall not substitute any Subcontractor without the prior consent of the
Town. Nothing contained in the Contract shall create any contractual relationship between any
Subcontractor and the Town.
10. PERMITS
The Contractor shall, without additional expense to the Town, be responsible for obtaining licenses
and permits and for complying with any applicable Federal, State, County and municipal laws,
codes, and regulations in connection with the prosecution of the work. A notice to proceed from
FDOT is included with these Contract Dcuments.
11. PROTECTION OF EXISTING VEGETATION, STRUCTURES, UTILITIES AND
IMPROVEMENTS
The Contractor will preserve and protect all existing vegetation such as trees, shrubs, and grass on
or adjacent to the site of work which is not to be removed and which does not unreasonably interfere
with the construction work. The Contractor shall exercise caution when working in the vicinity of
existing vegetation to prevent damage to the vegetation, both mechanical and chemical. If
Contractor damages existing plants due to his own negligence, then he shall be responsible to
replace the plants at his cost, within five (5) calendar days.
20
The Contractor shall remove all existing herbaceous plant material and exotics necessary to
implement the landscape plan, as indicated on the drawings. Any other existing vegetation shall be
examined by the Landscape Architect on site to determine whether it should be removed.
Contractor shall be responsible for removal or protection as determined on site. Care will be taken in
removing trees authorized for removal to avoid damage to vegetation to remain in place. Any limbs
or branches of trees broken during such operations or by the careless operation of equipment, or by
workmen, shall be trimmed with a clean cut.
The work area may have existing utilities, such as, but not limited to, irrigation, phone, electrical and
storm sewer. The location of some of these existing utilities have been indicated on the Plans.
However, no guarantee is implied that the Plans are accurate or complete. It shall be the
responsibility of the Contractor to verify the location of all such utilities, structures, etc., by hand
excavation or other appropriate measures before performing any work that could result in the
damage or injury to persons, utilities, structures or property. The Contractor shall make a thorough
search of the site for utilities, sutrotures, etc. before work is commenced in any particular location.
The Contractor shall coordinate with Call Sunshine and the Town of Gulf Stream to mark all existing
utilities.
The Contractor shall take immediate steps to repair, replace or restore all services to any utilities or
other facilities which are disrupted due to his or her operations. Further, the Contractor shall engage
any additional outside repairs on a continuous "around the clock° basis until services are restored.
The Contractor shall also provide and operate any supplemental temporary services to maintain
uninterrupted use of the facilities. All costs involved in the repairs and restoring of disrupted service
resulting from negligence on the part of the Contractor shall be bome by the Contractor and the
Contractor shall be fully responsible for any and all claims resulting from the damage.
Should utilities, structures, etc. be encountered which interfere with the work, the Landscape
Architect shall be consulted immediately in order for a decision to be made on the relocation of the
work so it will clear the obstruction, if the obstruction cannot be relocated.
The Contractor shall not purposefully disrupt or disconnect any type of utility whatsoever without first
obtaining the written permission of the Landscape Architect. Request for disconnection must be in
writing and received by the Landscape Architect or owner at least sever (7) days prior to the time of
the requested interruption.
21
The Contractor shall continuously maintain adequate protection of all his Work from damage and
shall protect the Owners property from injury or loss arising in connection with his Work. The
Contractor shall take care to avoid damage to any existing buildings, equipment, piping, pipe
coverings, electrical systems, sewers, sidewalks, landscaping, grounds, aboveground or
underground installations of structures of any kind, and shall be responsible for any damage that
occurs as result of his Work. Contractor shall adequately protect his Work and all adjacent property
as provided and required by law
The Contractor shall keep neat and orderly all of the area where this system is being installed.
Disposal of rubbish and waste material resulting from the installation shall be continual. Upon
completion of the system, the Contractor shall remove from the property, at his own expense, all
temporary structures, rubbish, and waste materials resulting from the installation of system.
12. SAFETY - LOSS CONTROL PROVISIONS
The Contractor shall be responsible for providing safe and healthful working conditions for
employees of the Contractor, subcontractors, the Town or its invitees. The Contractor shall initiate
and maintain an accident prevention program which should include, but is not limited to, the
following: Establish and supervise programs for the education and training of employees in the
recognition, avoidance, and prevention of unsafe conditions and acts.
The Contractor shall be responsible for providing first-aid services and medical care to all his
employees. The Contractor shall be responsible for development and maintenance of an effective
fire protection and prevention program at the job site throughout all the phases of construction,
repair, alterations, or demolition work. The Contractor shall establish and maintain good
housekeeping practices throughout all phases. The Contractor shall be responsible for requiring the
wearing of appropriate personal protective equipment in all operations where there is an exposure to
hazardous conditions, including safety belts, lifelines and lanyards.
The Town's safety representative or any superior may, but is not required to, order that the work be
stopped if a condition of immediate danger exists. Nothing contained herein shall be construed to
shift responsibility or risk of loss for injuries or damage sustained as a result of a violation of this
section from the Contractor to the Town and the Contractor shall remain solely and exclusively
responsible for compliance with all safety requirements and for the safety of all persons and property
at the project site. Employees required to handle or use toxins, caustics and other harmful
substances shall be instructed regarding the safe handling and use, and be made aware of the
potential hazards, personal hygiene and personal protective measures required. All work shall meet
22
and be in compliance with standards and regulations set forth by Occupational Safety and Health
Administration (OSHA), Florida Department of Labor and Employment Security and any and all other
appropriate federal, state, local or Town safety and health standards including but not limited to
OSHA Excavation Safety Standards as enumerated in the "Trench Safety Act" Section 553.60,
Florida Statutes.
13. EMERGENCIES
In emergencies affecting the safety or protection of persons or the Work or property at the site or
adjacent thereto, the Contractor, without special instruction or authorization from the Town, is
obligated to act to prevent threatened damage, injury or loss.
14. STORM PROCEDURES
The Contractor shall be required to secure or remove from the site, prior to a storm event, any
materials or equipment which could cause bodily injury, damage to the Work, the Town's
installations and/or public or private property. Site excavations shall be required to be secured
and/or backfilled. No Contractor equipment may be parked within 100 feet of any Town facilities. In
the event of the issuance of a Storm Warning, the Town will attempt to notify the Contractor,
however, the Contractor is responsible for preparing for a storm event. The Contractor shall take the
necessary precautions to protect the walking and motoring public from harm due to construction
activity.
15. CHANGES
The Town may, without invalidation of the Contract, at any time, without notice to the sureties, by
written change order, make any change in the work within the general scope of the Contract,
including, but not limited to, changes:
a. In the Specifications (including drawings and designs);
b. In the method or manner of performance of the work;
c. In accelerating the performance of the work.
23
Any other written order from the Town which causes any such change, shall be treated as a change
order under this clause. No additional compensation or change in Contract time will be allowed in
the absence of a change order signed by an authorized Town representative. If any change under
this clause causes an increase or decrease in the Contractor's cost of, or the time required for the
performance of any part of the work under this Contract, whether or not changed by any order, an
equitable adjustment shall be made and the Contract modified in writing accordingly. In the case of
defective Specifications for which the Town is responsible, the equitable adjustment shall include
any increased cost reasonably incurred by the Contractor in attempting to comply with such
defective Specifications.
If the Contractor intends to assert a claim for an equitable adjustment under this clause, he shall,
within ten (10) days after receipt of a written change order or the furnishing of a written notice,
submit to the Town a written statement setting forth the general nature and monetary extent of such
claim. No claim by the Contractor for an equitable adjustment hereunder shall be allowed if asserted
after final payment under this Contract.
All adjustments to the Contract sum resulting from a change in work shall be determined by the
measure of actual, or estimated, out-of-pocket costs and direct expenses incurred or saved by the
Contractor for labor, materials, equipment plus overhead and profit for performing or deleting the
changed work. The maximum percentages and other considerations relative to change orders shall
be as follows:
a. For all change order work done by the Contractor's own organization, the Contractor may
add an amount not to exceed fifteen percent (15%) of his actual costs for combined
overhead and profit.
b. For all change order work done by the Subcontractor, the respective Subcontractor may
add an amount not to exceed fifteen percent (15%) of the actual costs for combined
overhead and profit, and the Contractor may add an amount not to exceed seven and one-
half percent (7 1/2%) of the above Subcontractor's cost for his overhead and profit.
c. A bond cost of one percent (1 %) of the total amount of the added cost will be allowed the
Contractor.
24
The Contractor, in connection with any proposal he makes for a Contract modification, shall furnish a
price breakdown, itemized as required by the Town. Unless otherwise directed, the breakdown shall
be in sufficient detail to permit an analysis of all materials, labor, equipment, subcontract, and
overhead costs, as well as profit, and shall cover all work involved in the modification, whether such
work was deleted, added or changed. Any amount claimed for subcontracts shall be supported by a
similar price breakdown. In addition, if the proposal includes a time extension, a justification,
therefore, shall also be furnished. The proposal, together with the price breakdown and time
extension justification, shall be furnished by the date specified by the Town.
16. CLAIMS
The Contractor shall give written notice to the Town of any claim for an increase in the Contract sum
or Contract performance period arising under or relating to the Contract within ten (10) days after the
occurrence of the event giving rise to such claim. The Contractor shall provide the Town justification
of all claims with complete and accurate supporting data. The claim shall accurately reflect the
Contract adjustment for which the Contractor believes the Town is liable. The Town shall review all
such material within thirty (30) days and make such determinations which it considers fair and
reasonable. If the materials are insufficient to make a determination, the Town may request
additional documentation from the Contractor and the thirty (30) days will begin from receipt of
additional documents. The Contractor shall proceed diligently with performance of the Contract
pending resolution of any claim or dispute. Upon agreement between the Town and the Contractor
all equitable adjustments shall be set forth in a change order. No claim by the Contractor for an
equitable adjustment herein shall be allowed if asserted after final payment under this Contract.
17. TIME EXTENSIONS
The Contractor's right to proceed shall not be terminated nor the Contractor charged with liquidated
damages if the delay in the completion of the work arises from unforeseeable causes beyond the
control and without the fault or negligence of the Contractor, including, but not restricted to, acts of
God, acts of the public enemy, acts of the Town, acts of another contractor in performance of a
contract with the Town, fires, floods, epidemics, quarantine restrictions, strikes, embargoes,
unusually severe weather, or delays of subcontractors or suppliers arising from unforeseeable
causes beyond the control and without fault or negligence of both the Contractor and such
subcontractors or suppliers.
25
18. DIFFERING SITE CONDITIONS
During the progress of the work should the Contractor encounter differing site conditions the
Contractor shall within 48 hours, and before such conditions are disturbed, deliver to the Town
written notice of:
a. Subsurface or latent physical conditions at the site differing materially from those indicated
in this Contract, or,
b. Unknown physical conditions at the site, of an unusual nature, differing materially from
those ordinarily encountered and generally recognized as inherent in work of the character
provided for in this Contract.
The Town shall promptly investigate the conditions, and if he finds that such conditions do materially
so differ and cause an increase or decrease in the Contractor's cost of, or the time required for,
performance of any part of the work under this Contract, whether or not changed as a result of such
conditions, an equitable adjustment shall be made and the Contract modified in writing accordingly.
No claim by the Contractor for an equitable adjustment hereunder shall be allowed if asserted after
final payment under this Contract.
19. TERMINATION FOR DEFAULT
The Town may terminate the Contract if the Contractor.
a. Persistently or repeatedly refuses or fails to supply enough skilled workers or proper
materials;
b. Fails to make payment to Subcontractors for materials or labor in accordance
with the respective agreements between the Contractor and the
Subcontractors;
c. Disregards laws, ordinances, or rules, regulations or orders of a public authority having
jurisdiction;
d. Is adjudged bankrupt, or if he makes a general assignment for the benefit of his creditors,
or if a receiver is appointed on account of his insolvency;
26
e. Otherwise is guilty of substantial breach of a provision of the Contract.
When any of the above reasons exist, the Town may, without prejudice to any other rights or
remedies of the Town and after giving the Contractor and the Contractor's surety seven (7) days'
written notice, terminate employment of the Contractor and may, subject to any prior rights of the
surety:
a. Take possession of the site and all materials, equipment, tools, and construction equipment
and machinery thereon owned by the Contractor,
b. Accept assignment of subcontracts; and
c. Finish the work by whatever reasonable method the Town may deem expedient.
When the Town terminates the Contract for one of the reasons stated in this paragraph, the
Contractor shall not be entitled to receive further payment until the work is finished. If the unpaid
balance of the Contract Sum exceeds costs of finishing the work as determined by the Town, such
excess shall be paid to the Contractor. If such costs exceed the unpaid balance, the Contractor
shall pay the difference to the Town. This obligation for payment shall survive termination of the
Contract. Upon a final determination that the termination was improper, it will be deemed converted
to a termination for convenience and the Contractor's remedy for a wrongful termination will be
limited to recovery of profit for the completed work and reasonable termination costs.
20. TERMINATION FOR CONVENIENCE
The performance of work under this Contract may be terminated by the Town in accordance with this
clause in whole, or from time to time in part, whenever the Engineer shall determine that such
termination is in the best interest of the Town. Any such termination shall be effected by delivery to
the Contractor of a Notice of Termination specifying the extent to which performance of work under
the Contract is terminated, and the date upon which such termination becomes effective. After
receipt of a Notice of Termination, and except as otherwise directed by the Town, the Contractor will:
a. Stop work under the Contract on the date and to the extent specified in the Notice of
Termination;
27
b. Place no further orders or subcontracts for materials, services or facilities, except as may
be necessary for completion of such portion of the work under the Contract as is not
terminated;
c. Terminate all orders and subcontracts to the extent that they relate to the performance of
work terminated by the Notice of Termination;
d. Assign to the Town, in the manner, at the times, and to the extent directed by the Town, all
of the right, title and interest of the Contractor under the orders and subcontracts so
terminated, in which case the Town shall have the right, in its discretion, to settle or pay any
or all claims arising out of the termination of such orders and subcontracts;
e. Settle all outstanding liabilities and all claims arising out of such termination of orders and
subcontracts, with the approval or ratification of the Town, to the extent required, which
approval or ratification shall be final for all the purposes of this clause;
f. Transfer title and deliver to the Town, in the manner, at the times, and to the extent, if any,
directed by the Town: The fabricated or unfabricated parts, work in process, completed
work, supplies, and other material produced as a part of, or acquired in connection with, the
performance of the work terminated by the Notice of Termination, and the completed or
partially completed plans, drawings, information, and other property which, if the Contract
had been completed, would have been required to be furnished to the Town;
g. Use best efforts to sell, in the manner, at the times, to the extent, and at the price directed
or authorized by the Town, any property of the types referred to in (0 above; provided,
however, that the Contractor shall not be required to extend credit to any purchaser, and
may acquire any such property under the conditions prescribed by and at a price or prices
approved by the Town; and provided further, that the proceeds of any such transfer or
disposition shall be applied in reduction of any payments to be made by the Town to the
Contractor under this Contract or shall otherwise be credited to the price or cost of the work
covered by this Contract or paid in such other manner as the Town may direct;
h. Complete performance of such part of the work as shall not have been terminated by the
Notice of Termination; and
28
L Take such action as may be necessary, or as the Town may direct, for the protection and
preservation of the property related to this Contract which is in the possession of the
Contractor and in which the Town has or may acquire an interest.
After receipt of a Notice of Termination, the Contractor shall submit to the Town his termination
claim, in the form and with certification, prescribed by the Town. The Contractor and the Town may
agree upon the whole or any part of the amount to be paid to the Contractor by reason of the total or
partial termination of work pursuant to this clause. This amount may include a reasonable allowance
for profit on work not performed, provided that such agreed amount, exclusive of settlement costs,
shall not exceed the total Contract price as reduced by the amount of payments otherwise made and
as reduced by the estimated cost of the Contractor's overhead and administrative expenses for work
not performed, and as further reduced by the Contract price of work not terminated. The Contract
shall be amended accordingly, and the Contractor shall be paid the agreed amount in accordance
with the Section entitled "Payment to Contractor'.
21. SUSPENSION OF WORK
The Town may, with or without cause, order the Contractor in writing to suspend, delay or interrupt
the Work, in whole or in part, for such period of time as the Town may determine.
An adjustment shall be made for increases in the cost of performance of the Contract, including
profit on the increased cost of performance caused by suspension, delay or interruption. No
adjustment shall be made to the extent:
a. That performance is, was, or would have been so suspended, delayed, or interrupted by
another cause for which the Contractor is responsible; or
b. That an equitable adjustment is made or denied under another provision of this Contract
Adjustments made in the cost of performance may have a mutually agreed, fixed, or percentage fee.
22. INSPECTION AND ACCEPTANCE
All work shall be subject to inspection and test by the Town and/or Landscape Architect at all
reasonable times and at all places prior to acceptance. Any such inspection and test is for the sole
benefit of the Town and shall not relieve the Contractor of the responsibility of providing quality
control measures to assure that the work strictly complies with the Contract requirements.
29
An observation or approval at the growing site does not preclude the right of rejection at the project
site.
If the Landscape Architect has not made an on site observation to discover faulty material or work,
omitted material or work, or material or work performed which is not in accordance with the Plans
and Specification, this shall not bar the Landscape Architect from subsequently rejecting such
material or work at a later time.
The Landscape Architect's on site observations or inspections shall be only for the purpose of
verifying that the Plans and Specifications are being implemented properly.
No inspection or test by the Town or Landscape Architect shall be construed as constituting or
implying acceptance. Inspection or test shall not relieve the Contractor of responsibility for damage
to or loss of the material or work in place prior to acceptance, nor in any way affect the continuing
rights of the Town after acceptance of the completed work.
The Contractor shall, without charge, replace any material or correct any workmanship found by the
Town not to conform to the Contract requirements, unless the Town consents to accept such
material or workmanship with an appropriate adjustment in Contract price. The Contractor shall
promptly segregate and remove rejected material from the premises. If the Contractor does not
promptly replace rejected material or correct rejected workmanship, the Town:
a. May, by Contract or otherwise, replace such material or correct such workmanship and
charge the cost thereof to the Contractor, or
b. May terminate the Contractor's right to proceed in accordance with the Section of this
Contract entitled 'Termination for Default". The Contractor shall furnish promptly, without
additional charge, all facilities, labor and material reasonably needed for performing such
safe and convenient inspection and test as may be required by the Town. All inspection
and test by the Town shall be performed in such manner as not to unnecessarily delay the
work. The Town reserves the right to charge to the Contractor any additional cost of
inspection or test when material or workmanship is not ready at the time specified by the
Contractor for inspection or test, or when reinspection or retest is necessitated by work not
complying with the Contract and/or any applicable Federal, State or municipal laws, codes
and regulations in connection with the prosecution of the work.
iD
Should it be considered necessary or advisable by the Town at any time before acceptance of the
entire work to make an examination of work already completed, by removing or tearing out same, the
Contractor shall, on request, promptly furnish all necessary facilities, labor and material. If such work
is found to be defective or not conforming in any material respect, due to the fault of the Contractor
or his Subcontractors, he shall defray all the expenses of such examination and of satisfactory
reconstruction. If, however, such work is found to meet the requirements of the Contract, an
equitable adjustment shall be made in the Contract price to compensate the Contractor for the
additional services involved in such examination and reconstruction and, if completion of the work
has been delayed thereby, he shall, in addition, be granted a suitable extension of time. Upon
occasion, Landscape Architect may require that a tree or shrub be 'lifted' out of a planting hole to
inspect the application of fertilizer and soil ammendments. Any expense associated with these
inspections shall be included in the contract price.
Unless otherwise provided in this Contract, acceptance by the Town shall be made as promptly as
practicable after completion and inspection of all work required by this Contract, or that portion of the
work, that the Town determines can be accepted separately. Acceptance shall be final and
conclusive, except as regards latent defects, fraud or such gross mistakes as may amount to fraud
or as regards the Town's rights under any warranty or guarantee. The Town shall evidence
acceptance of the work in writing by approved request for "Final Payment".
23. PAYMENT TO CONTRACTOR
The Contractor shall submit to the Town for review a realistic Schedule of Contract Values which will
reflect the estimated cost of each subdivision of work of each specification section; the value of each
item shall include a true proportionate amount of the Contractor's overhead and profit. The Itemized
bid can be used for this purpose. The sum of all such scheduled values shall equal the Contract
sum as evidenced by the Contract. The Schedule of Contract Values, when approved by the Town,
will accompany and support the Contractor's periodic applications for payment and shall indicate the
value of suitably stored material as well as labor performed and materials incorporated into the work
for each subdivision of the schedule during the period for which the application is prepared.
The Contractor shall submit original applications for payment (invoices) every two weeks to the
Town. The first application for payment shall indicate a charge of $100.00 for indemnification of the
Town by the Contractor pursuant to Section 725.06 Florida Statutes. An early payment discount, if
offered by the Contractor, shall be clearly indicated on the invoice, including the percentage of the
discount and the time period of which the discount is valid. The Town reserves the option to accept
such early payment discounts. The acceptance of the invoice by the Town shall constitute the start
31
of the payment process whereby the Town shall pay the full amount of the invoice for the cost of
work performed and of the actual cost of materials suitably stored at the site, less ten (10%) percent
retainage, within thirty (30) days, provided the Contractor performed the work according to the terms
and conditions of the Contract. In the event that the Town disputes any part of the Contractor's
invoice, then it shall be returned to the Contractor within five (5) days for the Contractor to revise and
resubmit the invoice to the Town and the thirty (30) days begins from receipt of the revised invoice.
After the work is fifty percent (50%) complete, the Contractor may request that the Town reduce the
total retainage to five percent (5%) of the dollar value of all work satisfactorily completed, provided
that the Contractor is making acceptable progress and there is no specific cause for greater
retainage. The Town may reinstate the retainage to ten percent (10%) if the Town determines, at its
discretion, that the Contractor is not making acceptable progress, or where there is other specific
cause for such withholding.
Cost of work is defined as material, labor, overhead and profit. The Contractor shall submit invoices
from material suppliers to substantiate the actual cost of material stored. All applications for
payment shall follow the format shown in the "Standard Contractor's Invoice" form prescribed, with
the current Schedule of Values and other supporting documents attached.
The Contractor warrants that title to all work covered by the application for payment will pass to the
Town upon payment. The Contractor further warrants that upon submittal of an application for
payment, all work for which certificates for payment have been previously issued and payments
received from the Town shall be free and clear of liens, claims, security interests or encumbrances in
favor of the Contractor, subcontractors, material supplies, and other persons or entities making a
claim by reason of having provided labor, material, and equipment relating to the work.
24. SUBSTANTIAL COMPLETION
Substantial Completion is the stage in the progress of the work when the work, or designated portion
thereof, is sufficiently complete in accordance with the Contract so the Town can occupy or utilize
the work for its intended use.
When the Contractor considers that the work, or a portion thereof, which the Town agrees to accept
separately is substantially complete, the Contractor shall prepare and submit a comprehensive list of
items to be completed or corrected. The Contractor shall proceed promptly to complete and correct
items on the list. Failure to include an item on such list does not alter the responsibility of the
Contractor to complete all work in accordance with the Contract. Upon receipt of the Contractor's
32
list, the Town will make an inspection to determine whether the work or designated portion thereof is
substantially complete. If the Town's inspection discloses any item, whether or not included on the
Contractor's list, which is not in accordance with the requirements of the Contract, the Contractor
shall, before issuance of the Certificate of Substantial Completion by the Town, complete or correct
such item upon notification by the Town. The Contractor shall then submit a request for another
inspection by the Town to determine Substantial Completion. The contractor shall be responsible for
fees at current hourly rates for Landscape Architect for any more than three site visits associated
with substantial completion. When the Work, or designated portion thereof, is substantially
complete, the Town will prepare a Certificate of Substantial Completion which shall establish the
date of Substantial Completion, and shall establish the responsibilities between the Town and
Contractor for security, maintenance, heat, utilities, damage to the work and insurance, as
applicable, and shall fix the time within which the Contractor shall finish all items on the list
accompanying the Certificate. Warranties required by the Contract shall commence on the date of
Substantial Completion of the work, or designated portion thereof, unless otherwise provided in the
Certificate of Substantial Completion. The Certificate of Substantial Completion shall be submitted
to the Contractor for its written acceptance of responsibilities assigned to it in such Certificate.
If, after Substantial Completion of the work, final completion thereof is materially delayed through no
fault of the Contractor or by issuance of Change Orders affecting final completion, the Town shall,
upon application by the Contractor and without terminating the Contract, make payment of the
balance due for that portion of the work fully completed and accepted. If the value of the remaining
balance for work not fully completed or corrected is less than retainage stipulated in the Contract,
the written consent of surety to payment of the balance due for that portion of the work fully
completed and accepted shall be submitted by the Contractor to the Town prior to certification of
such payment. Such payment shall be made under terms and conditions governing final payment,
except that it shall not constitute a waiver of claims.
Payments of the retained percentage shall not become due until the Contractor has fulfilled all
requirements of the Contract, the Town has accepted the work, and the Contractor has submitted to
the Town a waiver of liens as described herein.
Upon request for final payment, the Contractor shall furnish to the Town an affidavit duly executed
on the form prescribed, listing thereon the names and addresses of all subcontractors who have filed
a Notice To Owner and other parties furnishing material, supplies, services, or performing work in
regards to the Contract. In addition and concurrent therewith, the Contractor shall furnish to the
Town a waiver of liens on the form prescribed by the Town and duly executed by the subcontractors
and other parties as listed on the affidavit described herein. The request for payment shall not be
33
considered by the Town unless the affidavit and waiver of liens is submitted by the Contractor as
provided herein. The acceptance of final payment shall constitute a waiver of all claim by the
Contractor, except those previously made in writing and identified by the Contractor as unsettled at
the time of the final application for payment.
25. USE AND POSSESSION PRIOR TO COMPLETION
The Town shall have the right to take possession of or use any completed or partially completed part
of the work. Such possession or use shall not be deemed an acceptance of any work under the
Contract. If such prior possession or use by the Town delays the progress of the work or causes
additional expense to the Contractor, an equitable adjustment in the Contract price or the time of
completion will be made and the Contract shall be modified in writing accordingly.
26. OTHER CONTRACTS
The Town may undertake or award other contracts for additional work, and the Contractor shall fully
cooperate with such other contractors and Town employees and carefully coordinate his own work to
such additional work as may be directed by the Town. The Contractor shall not commit or permit any
act which will interfere with the performance of work by any other contractor or by Town employees.
27. MATERIAL AND WORKMANSHIP
Unless otherwise specifically provided in this Contract, all equipment, material and articles
incorporated in the work covered by this Contract are to be new and of the most suitable grade for
the purpose intended. Unless otherwise specifically provided in this Contract, reference to any
equipment, material, article or patented process, by trade name, make or catalog number, shall be
regarded as establishing a standard of quality and shall not be construed as limiting competition, and
the Contractor may, at his option, use any equipment, material, article or process which, in the
judgment of the Town, is equal to that named. The Contractor shall furnish to the Town, for his
approval, the name of the manufacturer, the model number and other identifying data and
information respecting the performance, capacity, nature, and rating of the machinery and
mechanical and other equipment which the Contractor contemplates incorporating in the work. The
Contractor shall furnish the Town, for approval, full information concerning the material or articles
which he contemplates incorporating in the work. When so directed, samples shall be submitted for
approval at the
34
Contractor's expense. Machinery, equipment, material, and articles installed or used without
required approval shall be at the risk of subsequent rejection. All work under this Contract shall be
performed in a skillful and workmanlike manner. The Town may, in writing, require the Contractor to
remove from the work any employee the Town deems incompetent, careless or otherwise
objectionable.
28. WARRANTY
The warrantee will be consistent with the technical specifications, Section 4.1, 4.02.
29. WORK AND STORAGE AREAS
All operations of the Contractor, including storage of materials upon Town premises, shall be
confined to areas authorized or approved by the Town. Temporary buildings, storage sheds, shops,
offices, etc., may be erected by the Contractor only with the approval of the Town and shall be built
with labor and materials furnished by the Contractor without expense to the Town. Such temporary
buildings and utilities shall remain the property of the Contractor and shall be removed by him at his
expense upon the completion of the work. With the written consent of the Town, such buildings and
utilities may be abandoned and need not be removed.
The Contractor shall, under regulations prescribed by the Town, use only established roadways or
construct and use such temporary roadways as may be authorized by the Town. Where materials
are transported in the prosecution of the work, vehicles shall not be loaded beyond the loading
capacity recommended by the manufacturer of the vehicle or prescribed by any Federal, State or
local law or regulations. When it is necessary to cross curbing or sidewalks, protection against
damage shall be provided by the Contractor and any damaged roads, curbing or sidewalks shall be
repaired by, or at the expense of the Contractor.
The Contractor shall not store materials, except those to be incorporated in the work, on the contract
site. Portions of completed work and materials incorporated in the work shall be deemed to have
become the property of the Town, but if any such materials or parts of the work become lost,
damaged or destroyed by any means whatsoever, the Contractor shall satisfactorily repair and
replace the same at his own cost. The Contractor shall be responsible for any materials of
construction stored on the contract site, and shall replace, in kind, any such materials lost, damaged
or destroyed at his own expense.
35
The Contractor shall maintain, where and when needed, suitable and sufficient guard signs and
barriers, and at night, suitable and sufficient lights for the prevention of accidents. Guard signs and
lights shall comply with OSHA and FDOT regulations.
The Contractor shall clear from within the limits of the Town's work area all objectionable debris
necessary to conduct the work operations. The work area shall, at all times, be kept free from
accumulation of waste material or rubbish, and prior to completion of the work, all rubbish, tools,
equipment and materials shall be removed from, on or about the premises.
Upon completion of the work specified herein and before acceptance and final payment shall be
made, the Contractor shall remove from the site all machinery, equipment, surplus and discarded
materials, rubbish and temporary structures. Material cleared from the site and deposited on
adjacent property will not be considered as having been disposed of satisfactorily. Any salvaged
material not specified to be disposed of otherwise, shall become the property of the Contractor and
shall be removed from the site.
30. TAX EXEMPTION:
The Town is exempted from payment of Florida State Sales and Use taxes and Federal Excise tax.
The Contractor, however, shall not be exempted from paying Florida State Sales and Use taxes to
the appropriate governmental agencies or for payment by the Contractor to suppliers for taxes on
materials used to fulfill its contractual obligations with the Town.
The Contractor shall be responsible and liable for the payment of all of its FICA/Social Security and
other taxes resulting from this Contract.
31. RECORDS:
The Contractor shall maintain records and the Town shall have inspection and audit rights as
follows:
a. Maintenance of records: The Contractor shall maintain all financial and non-financial records
and reports directly or indirectly related to the negotiation or performance of this Contract
including supporting documentation for any service rates, expenses, research or reports. Such
records shall be maintained and made available for inspection for a period of five years from
completing performance and receiving final payment under this Contract.
36
b. Examination of records: the Town or its designated agent shall have the right to examine in
accordance with generally accepted governmental auditing standards all records directly or
indirectly related to this Contract. Such examination may be made only within five (5) years from
the date of final payment under this Contract and upon reasonable notice, time and place.
Records which relate to any litigation, appeals or settlements of claims arising from performance
under this Contract shall be made available until a final disposition has been made of such
litigation, appeals or claims.
b. Cost and Pricing data: the Contractor, by executing this Contract, certifies to
truth -in -negotiation, specifically, that wage rates and other factual unit costs supporting the
consideration are accurate, complete, and current at the time of contracting. The
Contractor agrees that the Town may adjust the consideration for this Contract to exclude
any significant sums by which the consideration was increased due to inaccurate,
incomplete, or non-current wage rates and other actual unit costs. The Town shall make
any such adjustment within one (1) year following the termination of this Contract.
32. PUBLIC ACCESS:
The Contractor shall allow public access to all project documents and materials in accordance with
the provisions of Chapter 119, Florida Statutes. Should the Contractor assert any exemptions to the
requirements of Chapter 119 F.S. and related Statutes, the burden of establishing such exemption,
by way of injunctive or other relief as provided by law, shall be upon the Contractor.
33. NON-DISCRIMINATION:
The Contractor hereby assures that no person shall be excluded on the grounds of race, color,
creed, national origin, disability, age or sex from participation in, denied the benefits of, or
otherwise be subjected to discrimination in any activity under this Contract. The Contractor shall
take all measures necessary to effectuate these assurances.
34. FORCE MAJEURE:
37
Notwithstanding any provisions of this Contract to the contrary, the parties shall not be held liable if
failure or delay in the performance of this Contract arises from fires, floods, strikes, embargoes, acts
of the public enemy, unusually severe weather, outbreak of war, restraint of Government, riots, civil
commotion, force majeure, act of God, or for any other cause of the same character which is
unavoidable through the exercise of due care and beyond the control of the parties.
35. VALUE ENGINEERING
a. General. The Contractor is encouraged to develop, prepare, and submit value engineering
proposals (VEP's) voluntarily. The Contractor shall share in any contract savings realized
from accepted VEP's in accordance with paragraph (e) below.
b. VEP preparation. As a minimum, the Contractor shall include in each VEP the information
described in subparagraphs (i) through (viii) below:
(i) A description of the difference between the existing contract requirement and that
proposed, the comparative advantages and disadvantages of each, a justification
when an item's function or characteristics are being altered, and the effect of the
change on the end item's performance.
A list and analysis of the contract requirements that must be changed if the VEP is
accepted, including any suggested specification revisions.
(iii) A separate, detailed cost estimate for. 1) the affected portions of the existing
contract requirement, and 2) the VEP. The cost reduction associated with the VEP
shall take into account the Contractor's costs, including any amount attributable to
subcontracts under paragraph (f) below.
(iv) A description and estimate of costs that the Town may incur in implementing the
VEP, such as test and evaluation, operating, maintenance and support costs.
(v) A prediction of any effects the proposed change would have on the operating costs
of the Town.
(vi) A statement of the time by which a Contract amendment accepting the VEP must be
issued in order to achieve the maximum cost reduction, noting any effect on the
Contract completion time.
IM
(vii) Identification of any previous submissions of the VEP, including the dates submitted,
the Contract numbers involved, and previous Town actions.
(viii) Any design change to the plans and specifications must be prepared under the
supervision of a Professional Engineer or a registered Landscape Architect in the
State of Florida at the Contractor's expense. Such changes must be approved by
the Engineer or Landscape Architect.
c. Submission. The Contractor shall submit VEP's to the Landscape Architect.
d. Town action.
(i) The Landscape architect shall notify the Contractor of the status of the VEP within
fourteen (14) calendar days after Landscape Architect receives it. If additional time
is required, the Landscape Architect shall provide the reason for the delay and the
expected date of the decision. The Town will process VEP's expeditiously;
however, it shall not be liable for any delay in acting upon a VEP.
(ii) If the VEP is not accepted, the Landscape Architect shall notify the Contractor in
writing, explaining the reasons for rejection. The Contractor may withdraw any VEP,
in whole or in part, at any time before it is accepted by the Town The Landscape
Architect may require that the Contractor provide written notification before
undertaking significant expenditures for VEP effort.
(ii) Any VEP may be accepted, in whole or in part, by the Town's execution of an
amendment to this Contract citing this clause: The Town may accept the VEP,
even though an agreement on price reduction has not been reached, by issuing the
Contractor a notice to proceed with the change. Until a notice to proceed is issued
or a Contract amendment applies a VEP to this Contract, the Contractor shall
perform in accordance with the existing Contract. The Town's decision to accept or
reject, all or part of any VEP, shall be final and not subject to the Disputes clause or
otherwise subject to litigation.
39
e. Sharing.
(i) Rates. The Contractor's share of savings is determined by subtracting Town costs
[listed in paragraph (b)(iv) above] from Contract savings and multiplying the result by
fifty percent (50%) for fixed-price contracts.
(ii) Payment. Payment of any share due the Contractor for use of a VEP on this
Contract shall be authorized by an amendment to this Contract to:
(1) Accept the VEP;
(2) Reduce the Contract price or estimated cost by the amount of Contract savings;
and
(3) Provide the Contractor's share of savings by adding the amount calculated
under subparagraph (i) above to the Contract price or fee.
f. Subcontracts. The Contractor is encouraged to include an appropriate value engineering
clause in any subcontract and to share any cost savings with its subcontractors.
g. Substitution of materials and/or equipment in lieu of that specified shall not necessarily be
considered a VEP. To be considered as a VEP, the substitution must involve cost savings
other than a simple reduction in price of the equipment or materials.
40
SECTION 2
BID FORMS
M
Swom Statement on Public Entity Crimes
41
STATE ROAD AIA HISTORIC HIGHWAY
LANDSCAPE ENHANCEMENT PROJECT
TOWN OF GULF STREAM
PALM BEACH COUNTY
TOWN OF GULF STREAM Submitted on}�'''
GULF STREAM, FLORIDA
By
BIDDER'S NAME AWOZA BROTHERS CORPORATION
301
Date
1. The undersigned, as Bidder, hereby declares that the only person or persons interested in the
Bid as Principal or Principals is or are named herein and that no other person than herein mentioned
has any interest in this Bid or in the Contract to be entered into; that this Bid is made without
connection with any other person, company or parties making a bid or proposal; and that it is in all
respects fair and in good faith without collusion or fraud.
2. The Bidder further declares that he has examined the site, or location, of the work and has
informed himself fully in regard to all conditions pertaining to that place where the work is to be done;
that he has examined the Drawings and Specifications for the work and contractual documents
relative thereto, including but not limited to, the Request For Bids, Instructions to Bidders, Bid, Bid
Bond, Sworn Statement on Public Entity Crimes, Sample Contract, General and Supplemental
Conditions, Technical Specifications, and the forms listed in Sections 2 & 3, and has read all of the
provisions furnished prior to the opening of bids; and that he has satisfied himself relative to all work
to be performed.
3. If this Bid is accepted, the undersigned Bidder agrees to complete all work under this Contract
within 60 calendar days from the date established in the "Notice to Proceed with Contract Work."
4. In case of failure on the part of the Contractor to complete the work within the time foxed in
the Contract, or any extension thereof granted, then the Contractor shall be liable to pay the
Town not as a penalty but as liquidated damages, the sum of $250.00 for each calendar day
that the work remains incomplete after the expiration of the time limit specified or any
extension thereof, plus any monies which are paid by the Town to any other person, firm or
corporation for services rendered for the preservation or completion of the work. Such
monies shall be chargeable to the Contractor and shall be deducted from any monies due
said Contractor, or if no money is due or the amount due is insufficient to cover the amount
charged, then the Contractor and his Surety shall be liable for said amount.
5. If this Bid is accepted, it is understood that the terms and conditions of the bid provisions and
documents relative thereto, as hereinbefore stated in Paragraph 2, shall be binding upon the parties;
however, the undersigned Bidder agrees, upon acceptance, to execute the aforementioned contract
with Town of Gulf Stream as a written memorial and formalization of said Bid provisions and matters
relative thereto, as set forth in Paragraph 2, together with necessary bonds and evidence of
insurance (each bond equal to one hundred percent (100%) of the total Contract Bid), of which this
Bid, Instructions to Bidders, General Conditions, Technical Specifications, and Drawings shall be
made a part for the performance of work described therein; to furnish all necessary materials,
equipment, machinery, tools, apparatus, transportation, supervision, labor and all means necessary
to construct and complete the work specified in this Bid and Contract and called for in the Drawings
42
and in the manner to commence work within Thirty (30) consecutive calendar days after effective
date of the "Notice to Proceed with Contract Work" from the Engineer, and to complete all contract
work within the time specified in the Bid Form or pay for liquidated damages and cost of supervision
for each calendar day in excess thereof according to the terms set forth in the Contract and
Specifications.
6. Attached hereto is a cashiers check on the Bank of or approved
Bid Bond for the sum of , t, ;_ ,F, Dollars $ LTJ, �3/ according to the conditions
( /9 s
under instructions to Bidders and provisions therein.
7. The Bidder understands that this Bid does not constitute a contract with the Bidder. There is no
official contract binding the parties until: (1) bids are reviewed and accepted by appointed staff; (2)
the Contract has been approved by the appropriate level of authority within the Town; and (3) the
Contract has been executed by both parties.
8. The undersigned agrees that, in case of failure on his part to execute and deliver the said
Contract and the Bonds within fifteen (15) days after receipt of the Contract, the Bid Bond, or
securities accompanying his Bid, shall be paid into the funds of Town of Gulf Stream, otherwise, the
Bid Bond or securities accompanying this Bid shall be returned to the undersigned.
9. The Corporation, Partnership or Business name and signature of authorized Corporate
Officer, Partner, or Individual making this Bid, together with the signature of the licensee
qualifying Bidder, must appear on the signature page of this Bid.
10. The Bidder understands and agrees that he must perform all work necessary to complete the
job as described in the Drawings and Specifications. Payment to the Contractor will be made only
for the actual quantities of work performed and accepted or materials furnished in accordance with
the Contract. All work and materials not specified under 'Item Description" in the Bid shall be
considered incidental to the Contract.
11. The undersigned Bidder hereby states that, in making his Bid, he has complied with Section
725.06, Florida Statutes (if that law is applicable to this project), by including in the prices listed
above the specific consideration required by said law.
12. Both the Bidder and the licensee shall fill in the information below, pursuant to Chapter 489,
Florida Statutes. Licensee is defined as the person who is the licensed Contractor who qualifies the
bidding Company, Corporation or Partnership. If the Bidder is an individual, he must be licensed.
(Please print or type, excluding signatures).
43
NAME: ARAZOZA BROTHERS CORPORATION
P -C) 2�ox g2.L1590 Prinre-4,r✓1 l -L, 33082
ADDRESS: ► 64W 1 50 2.42 G4F 6E+T t-40� ries IeoG1 �L 3303 f
FEIN OR SOCIAL SECURITY NUMBER: �S-�3t33Z
LICENSE NUMBER:
STATE OR COUNTY:I-�
LICENSE TYPEr�
: eF-"��-I ,'//C,r,�l G�c�r r( �� L(� �✓� Std
LICENSE LIMITATIONS, IF ANY: GKGlSca pk
LICENSEE SIGNATtM0&YOBIDDER'S NAME: TH RA(gN
BIDDER'S SIGNATURE, BY:
BIDDER'S ADDRESS: T(
BIDDER'S PHONE NUMBER:223
ADDENDUM ACKNOWLEDGEMENT (If necessary)
The Bidder has received Addendum Nom dated L112.-2-)016
The Bidder has received Addendum No.2- dated 4/-,7a)'915
The Bidder has received Addendum No._ dated
(If an INDIVIDUAL is Bidder,
sign on this line. If doing
business as another entity,
(If a PARTNERSHIP is Bidder,
fill in name of partnership,
followed by the signature of
the partner signing)
0
Address
By:
Partner
Business Address of Business Address of Partnership
Partnership (Names and
Addresses of all Partners -
attach a separate sheet if
necessary)
44
PL 3303
(If a CORPORATION is Bidder,
fill in the name of the
Corporation, followed by the
signature of the President
or Vice President.
(IF BIDDER IS CORPORATION,
AFFIX CORPORATE SEAL)
Name of Corporation AHAZOMBROTHERS CORPORATtOR
By. at" an
President
Address of Corporation i5`'LOt 2�4—Z S{-,
E 4o me , F�-- 3�3
Organized under the Laws of the State of 1- b tcW- , and authorized by the law to make
this Bid and perform all work and furnish materials and equipment required under the
Contract Documents.
CERTIFICATE AS TO CORPORATE PRINCIPAL
I, -P-1!_ r- -PrOZ.f> a cert'iyf that I arrk� the Secretary of the Corporation named as
principal in the within Bond; that #J el z/v H*t a�zr# , who signed the said Bond on
behalf of the principal, was then President of said Corporation; that I know his signature,
and his signature thereto is genuine; and that said bond was duly signed, sealed and
attested for and in behalf of said Corporation by authority of its governing body.
Secretary
(Corporate Seal)
45
RPR -22-99 WED 02:59 PM ROY -FISHER Assoc -
IHC -
TOWN OF GULF STREAM
HISTORIC HIGHWAY STATE ROAD AIA
LANDSCAPE ENHANCEMENT PROJECT
MISCELLANEOUS ITEMS
BID SHEET
OTY
BOTANICAL
SIZE
40
HAND LABOR tWEED1NG,
HOURS
PRUNING)
'-7'•—'"L'�
2 /f lam/ • Jr�i
PLANTING SOIL PER SPECS
- ��, x171
320
SPLIT RAIL FENCE (MATCH
LINEAR FT.
E)IIST.)
200
BAHIA SEED
LOS.
4707
PINE NEEDLES
13AI-E
5
STUMP GRINDING
• T-B.D. BAHIA $OD SQUARE FEET
• T.B.D. ST.A000STINE FLORITAM Son SQUARE FEET
1 PAINTED WOOD SIGN APPROXI. 12'X in -
1 MAINTENANCE OF TRAFFIC
407 747 0291 P_07
UNITCOST TOTAL
• 1 OFF DUTY POLICE OFFICER TO SUPtytYASE TRAFFIC
CONTROL
MA NTENNANCE OF TRAITEM FFIC)ADDENDUM NO.1 REGARDING
1 MOBILIZATION, BONDS, INSURANCE
00 DAYS HAND WATERING, MAINTENANCE
7 INDEMNIFICATION [ $100000
E700.000
SUBTOTAL BASE BID COST: $ J �./,50
i
• Contractor to supply unit prices for InMaII material in the eYen1 They are necessary.
PLO
04/22/98 15:12 TX/RX N0.4267 P.007
—rte
'-7'•—'"L'�
2 /f lam/ • Jr�i
40,&)
- ��, x171
i
• 1 OFF DUTY POLICE OFFICER TO SUPtytYASE TRAFFIC
CONTROL
MA NTENNANCE OF TRAITEM FFIC)ADDENDUM NO.1 REGARDING
1 MOBILIZATION, BONDS, INSURANCE
00 DAYS HAND WATERING, MAINTENANCE
7 INDEMNIFICATION [ $100000
E700.000
SUBTOTAL BASE BID COST: $ J �./,50
i
• Contractor to supply unit prices for InMaII material in the eYen1 They are necessary.
PLO
04/22/98 15:12 TX/RX N0.4267 P.007
E00'd S9EV'0N X AJ. OT:VT 86/OZ/VO
TOWN OF GULF STREAM
HISTORIC HIGHWAY STATE ROAD AIA
LANDSCAPE ENHANCEMENT PROJECT
SHEET L•i
BID SHEET
OTY
BOTANICAL
SIZE
UNITCOST
TOTAL
19
CRINUM ASIATICUM
7 X9', A71-50-60
50- C���0�1
�1
9� 5%.W
e
CASSIA SURATTENSIS
FV X 4-V
�W .
/ ((J O. 49
e
CONCCARPUS
10-1rx9.3-CAl_
1yprr�
g�t�
ERECTUS'SERICEN
-
2
COCOS NUCIFERA MALAYAN
GRN.
3' O.W. CURVED TRUNK
"'
• UV
r
1
COCOS NUCIFERA MALAYAN
V G.W. CURVED TRUNK
GRN.
1
CNUCIFERA MALAYAN
GRN.RN.
1G O.W.CURVED TRUNK
/To
3
CLUSEA ROSEA
3-0' X <
/G(/r W
r
S
CORM SESESTEHA
10-17 X 46,OJL TREE
//_ g o
� �/J.�l, oo
TRIM
n�yye� /W1�
i%�/r'i(�� ��jy
1
CONOGARPUS ERECTUS
V W C.T, 14 X 9
.G/0-9.0
IVC/ •W
75
HYMEHOCALLISLATIFOLIA
t3 FULL
6,50
Z/S 7�
10
HAMEIIA PATENS
#3 FULL
JATROPHA
6fi'X3'TREETRIM
3
LIVISTONA CHINENSIS
• 7X3'
' iZ
GC/�7�
1740
LIRIOPE
01 FULL
�G •�C/
35p VL�
1
ACCELORRHAPHEWRIGHTO
8-10'X4'
—��
w
815
RHOEO SPATHACEA
/1 FULL2
S�
J crl
!.
- / .1CJ
—�'1
13
3ABAL PALMETTO
14-= O.A.
/4-5-a
4 j✓/L'.�
14
SApALPALMETTO
TB-26KACURVEPRUN
5
THRINAXRADIATA
SGT. CURVED
SUB TOTAL BASE 010 CO8T. S
` / /
SHEET L-3
£®'d LBL6 LbL L9b -ONI'0055tl L.3HSIA-A6a Wd 96 -Cd anl 6- -21dtl
�,
53
09/22/98 15:12 TX/RX N0.9267 P.006
TOWN OF GULF STREAM
HISTORIC HIGHWAY STATE ROAD A9A
LANDSCAPE ENHANCEMENT PROJECT
SHEET LS
DID SHEET
OTY
BOTANICAL
SIZE
UNITCOST
TOTAL
11
AUSTRALIAN PINE
SUPPLIED BY TOWN
(o, a)
19
ALPINA PURPURATA
f7 FULL
l.C, 11)
C� co
3
BRASSIAACTINOPHLLA
SATX34'FULL
l2 60
,0D
7
BUcIDASUCERAS
141BX&18',31J4r CAL.
47
CRINUMASIATICUM
3•X3',#7
6
CASSIA SURATTENSIS
S4i X 4,T
�I
10
GOND$ NUCIFERq MALAYAN
GRN.
B' G.W. CURVED TRUNK
(((IILL((/J
11 CGV
6
COCOS NUCIFERA MALAYAN
GRN.
10 O.W, CURVED TRUNK
/ l)�;
ra)
GL
6
CLUSEA ROSEA
B.g X4'
�i✓) �
11
CORDIASESESTENA
18-17X4S,O.A. TREE
TRIM
,
((!7yl
r7
/ �), to
14
cOCOLOBA UVIFERA
8'r C.T, 14' X (r
�,Lln
�(
:3 --44 ) co
1
COCOLOBAWIFERA
8'X4FULL,TREETRIM
80, ob
25
HYMENOCALLIS LATIFOLIA
M3 FULL
6, 15b
77
HAMELIA PATENS
t3 FULL
Q. IS75-
3
LIVISTONA CHINENSIS
TxT
2.!5,t-6
6
LMSTONA CHINENSIS
S WD,
-1,75,60 560
/,c�^
4,184
LIRIOPE
01 FULL
2, SD
30
LANTANA CAMARA
AI FULL
4
OCHROSW ELLIPTICA
8-e' FULL
Z2
ZZ,
L_
1
ACOELORRHAPHEWRIGHTII
&10'X4'
//yn
_ _ _L!
1
SABAL PALMETTO
14-n' OA
43
SABAL PALMETTO
TRUNK A.CURVED
LO
-AI//
e
THRINAX RADIATA
5C.T.CURVEO
z�•�
/�
C �{�i ffl)
SUB TOTAL BASE BID COST: S
c�-33-c;, f7!5
SHEET LS
53
09/22/98 15:12 TX/RX N0.9267 P.006
.Zoo 'd 9SEFON XH/X.L 01:6T 86/8Z/60 L
TOWN OF GULF STREAM
HISTORIC HIGHWAY STATE ROAD AIA
LANDSCAPE ENHANCEMENT PROJECT
53
Lo -a CBZ9 LV4 L06 '71YI'7055tl LaRIs23-A0Wd 9G: to all -L
SHEET L-4
BID SHEET
QTY
BOTANICAL
SIZE
UNITCOST^
TOTAL
30
AUSTRALIAN PINE
SUPPLIED BY TOWN
6,1%
• eo
22
ACALYPHA WILKESIANA
93 FULL
I
BRASSIA ACTINOPHUA
8-tO'X3.4'FULL
I2D�
X20, oD
I
BURSERA SIMARUBA
SPECIMEN 20.21 XS, S
CAL.
8
COCOS NUCIFERA MALAYAN
3G.W. CURVED TRUNK
0960
z 40 66
GRN.
8
COCOS NUCIFERA MALAYAN
S G.W. CURVED TRUNK
��`r�
3/`ni,�}�1QQ
�/i
GRN.
1
COOCOS NUCIFERA MALAYAN
W O.W. CURVED TRUNK
/RN.0-
/.,
/ MI
[
4
FICUS AUREA
93
,Dj/j/J
//(/Gf
a
M�
W-+�
/r/�[/i
19
HYMENOCALUS LATIFOLIA
#3 FULL
(a,S
lG � -SD
S
UGUSTRUMRECURVAFOLIUM
12-14'X9
1061
LIRIOPE
#1 FULL
2� JV
ZJ ((/✓2 . s�
7
OCHRO31A ELLIPTICA
6$' FULL
Uo
2158
RHOEO SPATHACEA
#1 FULL
r cV
1
SABAL PALMETTO
1447 O.A.
IQr W
! �O, 01)
4
BASAL PALMETTO
16,2VOA.CURVED
leo,
'%n
crt�{J%�W �Ob
TRUNK
1
SERENOA REPENVCINEREN
7 X a, FULL
1l 69,9
1105 027
1
7HRINAX RADIATA
S G.T. CURVED
—:::W,ry�
7 , W
�
( ^l(/
SUB TOTAL BASE BIO COST. S
zol (i� , 00
SHEET L-4
53
Lo -a CBZ9 LV4 L06 '71YI'7055tl LaRIs23-A0Wd 9G: to all -L
TOWN OF GULF STREAM
HISTORIC HIGHWAY STATE ROAD AIA
LANDSCAPE ENHANCEMENT PROJECT
SHEET L-1
BID SHEET
CITY
BOTANICAL
SIZE
UNITCOST
TOTAL
120
HAMELIA PATENS'COMPACTA'
#3
� , (�
I13•x, (b
1
BRASSIA ACTINOPHLLA
8-10'X 3-4' FULL
Q1
2G
3
CONOCARPUS ERECTUS
14-16 X 8-10', 3 12" CAL.
�� . (�
L�C� ] , Gd
3
BURSERA SIMARUSA
14-16'X 8', 3" CAL.
1 �V ,�
)
8
COCCOLOBA DIVERSIFOLIA
17 X 5', 3" CAL.
Il LY1
♦�
6
COCOS NUCIFERA MALAYAN
3' G.W. CURVED TRUNK
ii tl
'1—�-
1
COCOS NUCIFERA MALAYAN
GRN.
6 G.W. CURVED TRUNK
_ tow,
5
COCOS NUCIFERA MALAYAN
GRN.
10' G.W. CURVED TRUNK
IWIJ
'f n�
1
CLUSEA ROSEA
6-8' X 4'
12(].�v
12y , rxl
24
COCOLOBA UVIFERA
#7 FULL
?2J�L
zL
7
COCOLOBA UVIFERA
8' 6' C.T., 14'X 8'
2
GELSEMIUM SEMPERVIRENS
#3 FULL
329
HYMENOCALLIS LATIFOLIA
#3 FULL
, C�o
'7 ev
1
JATROPHA
5-6 X X TREE TRIM
cx
—r-
6
LIVISTONA CHINENSIS
3'X 3'
�SL�
1 se
1
LIVISTONA CHINENSIS
5' WD.I
�1 �y-1
-71j, L>)
64
MYRSINE GUTANENSIS
#3 FULL
qqq
�
L1 Lf 0,
2
PYROSTEGIA IGNEA
#3 FULL
i Ci>
r1�U 1 LXX
L
3
PONGAMIA PINNATA
12-14'X 6'
' , �
I jC-,/) _ e)
1
ACOELORRHAPHE WRIGHTII
8-10' X 4'_-
i 8th, cn
16
SABAL PALMETTO
14-22' O.A.
�� (yl
5
SABAL PALMETTO
16.26' O.A.CURVED
TRUNK
gD �
61)
�%i,% .-
14
THRINAX RADIATA
V C.T. CURVED
3 ,�
%"j ze
4,810
SO.FT. ASPHALT REMOVAL
1,620
Sq. Fl. STAUGUSTINE FLORITAM
SOD
Al
70,3�7�
o
SUB TOTAL BASE BID COST: $
2e/ or Tj . 70
48
TOWN OF GULF STREAM
HISTORIC HIGHWAY STATE ROAD AIA
LANDSCAPE ENHANCEMENT PROJECT
ALTERNATE BID PLANTING
3 COCOLOBA UVIFERA 8' 6- C.T., 14' X 8' 2�0,
78 HYMENOCALLIS LATIFOLIA #3 FULL , JZJ ! GD
100 HAMELIA PATENS #3 FULL (Q �Lj (��`7.5 J�I
6 SABAL PALMETTO 1422' O.A. 1 I o, GZ (19 601 U�
TOTAL ALTERNATE COST: $ 2-1!5q2- DO
Ew
TOWN OF GULF STREAM
HISTORIC HIGHWAY STATE ROAD AIA
LANDSCAPE ENHANCEMENT PROJECT
SHEET L-2
BID SHEET
QTY
BOTANICAL
SIZE
UNITCOST
TOTAL
12
BOUGANVILLEA SPECTABILIS
#3 FULL
2-00
04 OD
1
COCOS NUCIFERA MALAYAN
GRN.
3' G.W. CURVED TRUNK
�M
aV
�
4c Uo
2
COCOS NUCIFERA MALAYAN
GRN.
10 G.W. CURVED TRUNK
' nh
W
2,
2
EPIPREMMUMAUREUM
8"BASK, 24 -RUNNERS
DD
2
FICUS RUBIGINOSA
12-14' X 6', 2 112 -CAL.
Z Q�49
rrjy/���.
7
HYLOCEREUS UNDATUS
#3 FULL
10.4
r'70, Qm
1
LIVISTONA CHINENSIS
TX 3'
25,0
25, CO
20
MANDEVILLA SPLENDENS
#3 FULL
/Z - 00
2 qO .DD
20
PYROSTEGIA IGNEA
#3 FULL
/L1 .0
—.L/10.0000
2�, OD
20
RHABDADEMIA BIFLORA
#3 FULL
, co
5
SABAL PALMETTO
A.CURVED
v
nv
TRUNK
l '
Wo
W
J�O0
14
SERENOA REPENS'CINEREA'
3'X 3, FULL
/�C
17
ASM NOIDEPERMUM
#3 FULL
9.00
153. x
8
THRINAX RADIATA
5 C.T. CURVED
-=co
175
CATHARANTHUS ROSEUS
6- POT, FULL
3,00
52-6 , 00
SUB TOTAL BASE BID COST: E
/V�
F/ .iW
SHEET L-2
TOWN OF GULF STREAM
HISTORIC HIGHWAY STATE ROAD AIA
LANDSCAPE ENHANCEMENT PROJECT
SHEET L3
BID SHEET
QTY
BOTANICAL
SIZE
UNITCOST
TOTAL
14
AUSTRALIAN PINE
SUPPLIED BY TOWN
6,09
-, DQ
382
ASYSTASIA GANGETICA
#1 FULL
ob
1
6
SURSERA SIMARUBA
14.16 X 8', 3" CAL.
L(oDI W
I 0, 60
2
BURSERA SIMARUSA
10.17 X 6. 7' CAL.
1300
2(oD, OD
1
CASSIA SURATTENSIS
5£' X 4-5'
it
CONOCARPUS
ERECTUS'SERICEA'to
10.17X9,3"CAL.
66
CHRYSOBALANUS ICACO
#3 FULL
�j
8
COCOS NUCIFERA MALAYAN
GRN.
6 G.W. CURVED TRUNK
/' V 00
tO bfJ
� /1 0—
Q�
60
COCOLOBA UVIFERA
#7 FULL
:2Z -Ob
—'-►'t1=yj/={/
/1 2,70 DD
/L
3
EPIPREMMUM AUREUM
8" BASK, 24" RUNNERS
58
FICUS MACROPHYLLA'GREEN
ISL'
#3 FULL
12-, PD
66
112
FICUS NITIDA
#3 FULL
FT 00
_ ���, op
750
HYMENOCALLIS LATIFOLIA
#3 FULL
&, z
T a'5 0o
3
LIVISTONA CHINENSIS
3'X 3'
2-5,-M
75 iz
2
LIVISTONA CHINENSIS
V WD.
/7N 0,0
354-0,00
278
LIRIOPE
#1 FULL
no
12
OCHROSIA ELLIPTICA
6A' FULL
/2S CYC
-660 49
13
SABAL PALMETTO
16-26 O.A.CURVED
TRUNK
y�
8
SERENOA REPENS'CINEREA'
3'X 3', FULL
l�5 ,m
,X
11
TERMINALIA CATAPPA
8'X6'
--/,,0;4W
SUB TOTAL BASE
BID COST: $
SHEET L-3
51
BID SUMMARY
BASE BID PLANTING
TOTAL
SHEET :L-1
2e.0 (916, 90
SHEET: L-2
SHEET: L-3
21-1, &((/q ,50
SHEET: L-4
2-01 &3e,OD
SHEET: L-5
L19 --3326,'-75
SHEET: L-6
SHEET: MISCELLANEOUS
5 z j"
BID TOTAL:/-� g,j,q, /5
ALTERNATE BID TOTAL: 2-1,6q2-. 00
47
BID BOND
COUNTY OF
STATE OF FLORIDA
RFB No.
KNOW ALL MEN BY THESE PRESENTS, that we, as Principal and
as Surety, are held and firmly bound unto Town of Gulf Stream in the penal sum of
dollars ($ ) lawful money of the United States, for the payment of which sum, well and
truly to be made, we bind ourselves, our heirs, executors, administrators, and successors, jointly and
severally, firmly by these presents.
THE CONDITION OF THE OBLIGATION IS SUCH, that whereas the Principal has submitted the
accompanying bid, dated , 19_, for the Contract and Specifications. for the above -
referenced Bid Number.
NOW, THEREFORE, if the Principal shall not withdraw said Bid within eighty (80) days after date of
opening of the same and shall within fifteen (15) calendar days after the prescribed forms are
presented to him for signature, enter into a written contract with the Town of Gulf Stream, in
accordance with the Bid, as accepted, and shall give such bond or bonds as may be specified in the
Bidding or Contract documents, with good and sufficient sureties, as may be required, for the faithful
performance and proper fulfillment of such Contract, and for the payment of labor and supplies
incurred in connection therewith, or in the event of the withdrawal of said Bid within the period
specified, in the failure to enter into such Contract and give such bonds within the time specified, if
the Principal shall pay the Town the difference between the amount specified in said Bid and the
amount for which the Town may procure the required work and/or supplies, if the latter amount be in
excess of the former, then the above obligations shall be void and of no effect, otherwise, to remain
in full force and virtue.
IN WITNESS WHEREOF, the above bound parties have executed this statement under their several
seals this day of , 19_, the name and corporate seal, if applicable, being
hereto affixed and these presents duly signed by its undersigned representative, pursuant to
authority of its governing body.
IF AN INDIVIDUAL, IN THE PRESENCE OF:
By: (Witness)
(Individual Principal)
Business Address
0
IF A CORPORATION, ATTEST:
(Corporate Seal)
(Witness)
(Individual Principal)
Business Address
(Corporate Principal)
Business Address
By:
President
By:
(Secretary)
ATTEST:
(Corporate Seal) By:
(Corporate Surety)
Business Address
By:
(Secretary)
57
SWORN STATEMENT UNDER 287.133(3)(A)
FLORIDA STATUTES, ON PUBLIC ENTITY CRIMES
THIS FORM MUST BE SIGNED IN THE PRESENCE OF A NOTARY PUBLIC OR OTHER OFFICER
AUTHORIZED TO ADMINISTER OATHS.
1. This swom statement is submitted with Bid or contract No, iil%� G Gn, ce dor
2.This swom statement is submitted by,Re7��QDR�nq
whose business address is I c:�qC, (= / ���. iuv�SC Ft— �v3G3 )
(if applicable) its Federal Employer Identification Numr (FEIN) is
(f the entity has no FEIN, include the Social Security Number of the individual signing this swom
statement:SS#2J,- I --0,9-34L2_
3. My name is T -)-i hei-4 P-t�CLZC ZC( and my relationship
[please print name of individual signing this form!
to the entity named above is c cn-(-
4. 1 understand that a "public entity crime" as defined in Paragraph 287.133(1)(g) Florida Statutes, means a
violation of any state or federal law by a person with respect to and directly related to the transaction of
business with any public entity or with an agency or political subdivision of any other stale or with the United
States, including, but not limited to, any bid or contract for goods or services to be provided to any public
entity or an agency or political subdivision of any other state or of the United States and Involving antitrust,
fraud, theft, bribery, collusion, racketeering, conspiracy, or material misrepresentation.
5. 1 understand that "convicted" or "conviction" as defined in Paragraph 287.133(1)b), Florida Statutes, means
a finding of guilt or a conviction of a public entity crime, with or without an adjudication of guilt, in any
federal or state trial court of record relating to charges brought by indictment or information after July 1,
1989, as a result of a jury verdict, non -jury trial, or entry of plea of guilty or nolo contendere.
6. 1 understand that an "affiliate" as defined in Paragraph 287.133(1)(a), Florida Statutes, means:
1)A predecessor or successor of a person convicted of a public entity crime; or
2) An entity under the control of any natural person who is active in the management of the entity and who
has been convicted of a public entity crime. The term "affiliate" includes those officers, directors,
executives, partners, shareholders, employees, members, and agents who are active in the
management of an affiliate. The ownership by one person of shares constituting a controlling interest in
another person, or a pooling of equipment or income among persons when not for fair market value
under an arm's length agreement, shall be a prima facia case that one person controls another person.
A person who knowingly enters into a joint venture with a person who has been convicted of a public
entity crime in Florida during the preceding 36 months shall be considered an affiliate.
7. 1 understand that a "person" as defined in Paragraph 287.133(1)(e), Florida Statutes, means any natural
person or entity organized under the laws of any state or of the United States with the legal power to enter
Into a binding contract and which bids or applies to bid on contracts for the provision of goods or services let
by a public entity, or which otherwise transacts or applies to transact business with a public entity. The term
"person" includes those officers, directors, executives, partners, shareholders, employees, members, and
agents who are active in management of an entity.
IMPORTANT: CONTRACTOR MUST COMPLETE THIS SECTION BEFORE SIGNING
FORM
8. Based on information and belief, the statement which I have marked below is true in relation to the entity
submitting this swom statement. [Please indicate which statement applies.]
i Neither the entity submitting this swom statement, or any officers, directors, executives, partners,
shareholders, employees, members, or agents who are active in management of the entity, nor any affiliate
of the entity have been charged with and convicted of a public entity crime subsequent to July 1, 1989.
The entity submitting this sworn statement, or one or more of the officers, directors, executives,
partners, shareholders, employees, members, or agents who are active in management of the entity, or an
affiliate of the entity has been charged with and convicted of a public entity crime subsequent to July 1,
1989, AND [Please indicate which additional statement applies.]
There has been a proceeding concerning the conviction before a hearing officer of the State of
Florida, Division of Administrative Hearings. The final order entered by the hearing officer did not place the
person or affiliate on the convicted vendor list. [Please attach a copy of the final order.]
The person or affiliate was placed on the convicted vendor list. There has been a subsequent
proceeding before a hearing officer of the State of Florida, Division of Administrative Hearings. The final
order entered by the hearing officer determined that it was in the public interest to remove the person or
affiliate from the convicted vendor list. [Please attach a copy of the final order.]
The person or affiliate has not been placed on the convicted vendor list. [Please describe any
action taken by or pending with the Department of General Services.]
1 UNDERSTAND THAT THE SUBMISSION OF THIS FORM TO THE CONTRACTING OFFICER FOR
THE PUBLIC ENTITY IDENTIFIED IN PARAGRAPH 1 (ONE) ABOVE IS FOR THAT PUBLIC ENTITY
ONLY AND, THAT THIS FORM IS VALID THROUGH DECEMBER 31 OF THE CALENDAR YEAR IN
WHICH IT IS FILED, I ALSO UNDERSTAND THAT I AM REQUIRED TO INFORM THE PUBLIC ENTITY
PRIOR TO ENTERING INTO A CONTRACT IN EXCESS OF THE THRESHOLD AMOUNT PROVIDED IN
SECTION 287.017, FLORIDA STATUTES FOR CATEGORY TWO OF ANY CHANGE IN THE
INFOR ATIO I CO TAINED IN THIS FORM,
By:
Date: } I_ iq [signature]
Sworn to and subscribed before me this 2f'�I r, day of -r -pr 1 I
Personally Known
Notary Public- Stale of
Produced identification
My commission expires
lname of notary)
(Type of identification)
(Printed typed or stamped commissioned
OFFICIAL N ARYSFAL
ROSEMARY FERRINO
I-OTARY PUBLIC STATE OF FWR IDA
COMML951ON NO. MrM6
M Y COMMISSION EX P. MAY 23,2000
W,
SECTION 3
SAMPLE CONTRACT
AND POST AWARD FORMS
Sample Contract
Performance Bond
Payment Bond
Certificate as to Corporate Principal
Contractor's Invoice
Certificate of Substantial Completion
Contractor's Affidavit and Final Release of Lien
Subcontractor's, Materialmen and Laborer's Final Waiver of Lien
U&
CONTRACT
BETWEEN THE
TOWN OF GULF STREAM
AND
STATE ROAD AIA LANDSCAPE
ENHANCEMENT PROJECT
THIS CONTRACT, made this _ day of 19_, by and between
the Town of Gulf Stream, a public corporation of the State of Florida, hereinafter designated as "the
TOWN", and (CONTRACTOR NAME), (STREET ADDRESS, CITY, STATE AND ZIP), a (STATE OF
INCORPORATION) Corporation, FEIN Number (FEIN NUMBER) hereinafter designated as "the
CONTRACTOR".
WITNESSETH THAT:
WHEREAS, the TOWN is a municipality and given those powers and responsibilities
enumerated by Chapter 166 Florida Statutes and the Florida Constitution; and
WHEREAS, the TOWN is empowered to enter into contractual arrangements with public
agencies, private corporations or other persons, pursuant to Florida Statutes; and
WHEREAS, the TOWN desires the services of a qualified and experienced contractor to
provide construction services; and
WHEREAS, the TOWN solicited and received bids on (BID OPENING DATE) for the
Construction of (TITLE), (COUNTY) County, Florida; and
WHEREAS, the CONTRACTOR has responded to the TOWN'S solicitation and the
CONTRACTOR is qualified and willing to provide said services; and
WHEREAS, the TOWN has found the CONTRACTOR'S response to be acceptable and
wishes to enter into a CONTRACT: and
WHEREAS, the TOWN has budgeted funds in its current fiscal year budget which are
available for the funding of this CONTRACT;
61
NOW, THEREFORE, the TOWN and the CONTRACTOR in consideration of the benefits
flowing from each to the other do hereby agree as follows:
1. STATEMENT OF WORK
The CONTRACTOR shall furnish all equipment, tools, materials, labor and everything
necessary and shall perform the required work in accordance with the Contract Documents
for entitled: "State Raod AIA Landscape Enhancement Project, Town of Gulf Stream, Palm
Beach County, Florida".
2. PERIOD OF PERFORMANCE
Unless extended or terminated, the period of performance of this CONTRACT shall
commence upon the effective date of the Notice to Proceed and continue for a period of 60 calendar
days. The CONTRACTOR shall not proceed with work under this CONTRACT until a Notice to
Proceed is received from the TOWN.
3. CONSIDERATION
The consideration, for the full and complete performance under this CONTRACT, subject
only to such additions and deductions as are agreed to by the parties in writing, shall be in an
amount not to exceed
The consideration stated above is based upon the aggregate contract price submitted to the
TOWN, which aggregate amount is obtained from the summation of the lump sum price bid items
shown in the Bid including the specific consideration required under Section 725.06, Florida
Statutes. By including such specific consideration in addition to other good and valuable
considerations, paid by the TOWN and receipt of which is acknowledged by the CONTRACTOR, the
parties agree that they have complied with the requirements of Section 725.06, Florida Statutes, if
applicable, for the indemnification agreement in paragraph 6 of the CONTRACT.
4. INCORPORATION OF DOCUMENTS
The Contract Documents listed below are incorporated herein by reference and shall become
a part of this CONTRACT as though physically attached as a part hereof and all documents in this
CONTRACT shall be interpreted together to yield the most consistent results to achieve the purpose
of the project:
a) Drawings for State Road A1A Historic Highway Landscape Enhancement Project
b) Specifications for State Road A1A Historic Highway Landscape Enhancement project
c) Addenda supplementing the documents forming this CONTRACT as are referenced
to it and attached as a part of it.
5. PAYMENT REQUESTS
If satisfactory progress is being made, the CONTRACTOR may request partial payments
every other week, based on the actual work done or completed, which request may be approved and
paid by the TOWN. All pay requests shall reference the TOWN'S Contract Number.
6. INDEMNIFICATION
146
For $100.00 and other good and valuable consideration, the receipt and sufficiency of which
is hereby acknowledged as part of the first payment for service, the CONTRACTOR shall pay,
indemnify and save harmless the TOWN, its agents, guests, invitees and employees, from all suits,
actions, claims, demands, damages, losses, expenses, including attorney's fees, costs and
judgments of every kind and description to which the TOWN, its agents, guests, invitees, or
employees may be subjected by reason of personal injury, bodily injury including death or property
damage, resulting from or growing out of any intentional negligent, or careless act or commission,
omission, or consequential damage connected with the CONTRACTOR, it Subcontractor, its agents,
or employees, and committed in connection with this CONTRACT, CONTRACTOR'S performance
hereof, or any work performed hereunder.
CONTRACTOR shall indemnify and save harmless the TOWN, its agent, or employees, from and
against all claims, demands, actions, suits, damages, losses, expenses, costs, including attorney's
fees and judgements of every kind and description arising from, based upon, or grown out of the
violation of any federal, state, county or city law, by-law, ordinance or regulation by the
CONTRACTOR, its agents, trainees, invitees, servants or employees. The CONTRACTOR further
acknowledges that it is solely responsible for ensuring the safety of the premises to protect its
employees, subcontractors, invitees, licensees and all other persons during the course of the work,
and agrees to hold and save the TOWN harmless against all claims involving alleged negligence by
the TOWN in failing to adequately ensure the safety of the premises or otherwise ensure compliance
with the CONTRACT.
7. GRATUITIES
The CONTRACTOR hereby warrants that he has not, during the bidding process, nor shall
he, during the term of this CONTRACT, offer to pay any officer, employee or agent of the TOWN,
anything of value including, but not limited to gifts, loans, rewards, promises of future employment,
favors or services, based on the understanding that the actions, decision or judgments of such
officer, employee, or agent would be influenced thereby. In the event of a breach of this provision,
the TOWN may terminate this CONTRACT without liability and, at its sole discretion, deduct or
otherwise recover the full amount of such fee, commission, percentage, gift, or other consideration.
B. LAW VENUE
The laws of the State of Florida shall govern all aspects of this CONTRACT. In the event it is
necessary for either party to initiate legal action regarding this CONTRACT, venue shall be in the
Fifteenth Judicial Circuit for claims under state law and in the Southern District of Florida for any
claims which are justifiable in federal court.
9. CONTRACT AMENDMENTS
This contract may be amended only with the prior written approval of the parties.
10. ASSIGNMENT
The CONTRACTOR shall not assign, delegate, or otherwise transfer its rights and obligations
as set forth in this CONTRACT without the prior written consent of the TOWN.
11. ATTORNEY FEES
63
If either party utilizes legal action, including appeals, to enforce this CONTRACT, the
prevailing parry shall be entitled to recover its reasonable attorney's fees and costs.
12. COMPLIANCE
The CONTRACTOR, its employees, subcontractors or assigns, shall comply with all
applicable federal, state, and local laws and regulations relating to the performance of this
CONTRACT. The TOWN undertakes no duty to ensure such compliance, but will attempt to advise
the CONTRACTOR, upon request as to such laws of which it has present knowledge.
13. INDEPENDENT CONTRACTOR
The CONTRACTOR is an independent contractor and is not an employee or agent of the
TOWN. Nothing in this CONTRACT shall be interpreted to establish any relationhip other than that
of an independent contractor, between the TOWN AND THE CONTRACTOR, its employees, agents,
subcontractors, or assigns, during or after the performance of this CONTRACT. The CONTRACTOR
is free to provide similar services to others.
14. INTEGRATION
This CONTRACT states the entire understanding between the parties and supersedes any
written or oral representations, statements, negotiations, or agreements to the contrary. The
CONTRACTOR recognizes that any representations, statements or negotiations made by the TOWN
staff do not suffice to legally bind the TOWN in a contractual relationship unless they have been
reduced to writing, approved and signed by an authorized TOWN representative. This CONTRACT,
once properly executed, shall bind the parties, their assigns, and successors in interest.
IN WITNESS WHEREOF, the parties hereto have set their hands and seals on the day,
month and year first above written.
WHEN THE CONTRACTOR IS AN INDIVIDUAL
Signed, sealed and delivered in the
presence of:
-32
Witness
PiFA=
Signature of Individual
Printed Name of Individual
WHEN THE CONTRACTOR OPERATES UNDER A TRADE NAME
Signed, sealed and delivered in the
presence of:
Individual
By: Witness Name of Finn
:YJ
Witness Signature
of
WHEN THE CONTRACTOR IS A PARTNERSHIP
Signed, sealed and delivered in the
presence of:
Witness Name of Finn
Witness Partner
WHEN THE CONTRACTOR IS A CORPORATION
ATTEST:
Corporation
Secretary Name of
By: (CORPORATE SEAL)
President
65
PERFORMANCE BOND
Contract No.
BY THIS BOND, We, as Principal, and
, as Surety, are bound to TOWN OF GULF STREAM, herein called the Town, in the sum of
Dollars for the payment of which we bind ourselves, our heirs, personal representatives, successors
and assigns, jointly and severally.
THE CONDITION OF THIS BOND is that if Principal:
1. Performs fully the contract between Principal and TOWN for the above -referenced
Contract Number, said Contract being made part of this bond by reference, at the times and in the
manner prescribed in the contract; and
2. Promptly makes payments to all claimants, as defined in Section 255.05(1), Florida
Statutes, supplying Principal with labor, materials, or supplies, used directly or indirectly by Principal
in the prosecution of the work provided for in the contract; and
3. Pays TOWN all losses, damages, expenses, costs, and attorney's fees, including
appellate proceedings, that TOWN sustains because of a default by Principal under the contract;
and
4. Performs the guarantee of all work and materials furnished under the contract for the
time specified in the contract;
5. Is not placed on the Convicted Vendor List, under Section 287.133, Florida Statutes,
during the performance of this Contract.
THEN THIS BOND IS VOID, OTHERWISE, IT REMAINS IN FULL FORCE.
Any changes in or under the Contract documents and compliance or noncompliance with
formalities, connected with the Contract or with the changes, do not affect Surety's obligation under
this bond.
DATED on .19—.
WHEN THE PRINCIPAL IS AN INDIVIDUAL:
Signed, sealed and delivered in the
presence of:
(Witness)
M
(Individual Principal)
Business Address
WHEN THE PRINCIPAL OPERATES UNDER A TRADE NAME:
Signed, sealed and delivered in the
presence of:
(Witness)
(Witness)
WHEN THE PRINCIPAL IS A PARTNERSHIP:
Signed, sealed and delivered in the
presence of:
(Witness)
('Witness)
WHEN THE PRINCIPAL IS A CORPORATION:
ATTEST:
(Corporate Seal)
Secretary
ATTEST:
(Surety Seal)
Secretary
Name of Firm
By:
(Individual Principal)
Name of Partnership
By:
(Partner)
(Corporate Principal)
Business Address
By:
President
(Corporate Surety)
Business Address
By:
(Surety)
(Surety shall provide evidence of signature authority, i.e., a certified copy of Power of Attorney.)
NOTE: If both the Principal and Surety are Corporations, the respective Corporate Seals should be
affixed and attached, and the following Certificate of Corporate Principal completed.
67
PAYMENT BOND
Contract No,
BY THIS BOND, We, as Principal, and
as Surety, are bound to TOWN OF GULF STREAM, herein called the Town, in the sum of
Dollars for the payment of which we bind ourselves, our heirs, personal representatives, successors
and assigns, jointly and severally.
THE CONDITION OF THIS BOND is that if Principal:
1. Promptly makes payments to all lienors supplying labor, material, and supplies used
directly or indirectly by Principal in the prosecution of the work provided in the Contract between
Principal and Town for the above -referenced Contract Number, said Contract being made part of this
bond by reference; and
2. Pays Town all loss, damage, expenses, costs, and attorney's fees, including appellate
proceedings, that Town sustains because of default by Principal under paragraph 1 of this bond;
THEN THIS BOND IS VOID, OTHERWISE, IT REMAINS IN FULL FORCE.
Any changes in or under the Contract documents and compliance or noncompliance with
formalities, connected with the Contract or with the changes, do not affect Surety's obligation under
this bond.
DATED on 19_
WHEN THE PRINCIPAL IS AN INDIVIDUAL:
Signed, sealed and delivered in the
presence of:
(Witness)
By:
(Individual Principal)
Business Address
WHEN THE PRINCIPAL OPERATES UNDER A TRADE NAME:
Signed, sealed and delivered in the
presence of:
(Witness)
(Witness)
Name of Finn
By:
(Individual Principal)
M
WHEN THE PRINCIPAL IS A PARTNERSHIP:
Signed, sealed and delivered in the
presence of:
(Witness)
(Witness)
WHEN THE PRINCIPAL IS A CORPORATION:
ATTEST:
(Corporate Seal)
Secretary
ATTEST:
(Surety Seal)
Secretary
Name of Partnership
0
(Partner)
(Corporate Principal)
Business Address
By:
President
(Corporate Surety)
Business Address
M
(Surety)
(Surety shall provide evidence of signature authority, i.e., a certified copy of Power of Attorney.)
NOTE: If both the Principal and Surety are Corporations, the respective Corporate Seals should be
affixed and attached, and the following Certificate of Corporate Principal completed.
CERTIFICATE AS TO CORPORATE PRINCIPAL
A
Principal in the within bonds; that
certify that I am the Secretary of the Corporation named as
bonds on behalf of the Principal, was then
of said Corporation; that I
who signed the attached
(Title)
know his signature, and his signature
thereon is genuine; and that said bonds were duly signed and sealed for and in behalf of
said Corporation by authority of its governing body.
(Corporate Seal)
By: Secretary
70
TOWN OF GULF STREAM
CONTRACTOR'S INVOICE
PAYEENENDOR VENDOR NO.
INVOICE
TOWN OF GULF STREAM CONTRACT NO.
REMIT TO:
Street
City
State Zip
PROJECT NAME
INVOICE DATE:
PAYMENT REQUEST NO.
FOR SERVICES PERFORMED
FROM TO
PROJECT PHASESITASKS INTERIM INVOICE FINAL INVOICE
1. ORIGINAL COST OF CONTRACT $
2. TOTAL AMENDMENTS & CHANGE
ORDERS EXECUTED TO DATE (+OR-) $
3. ADJUSTED COST OF CONTRACT
(item 1 plus/minus item 2) $
4. PERCENT COMPLETED TO DATE
(attach detail as necessary)
5. $ AMOUNT COMPLETED TO DATE $
6. RETAINAGE % TO DATE $
7. AMOUNT COMPLETED LESS RETAINAGE
(item 3 less item 7) $
8. CONTRACT BALANCE DUE
(item 7 from last invoice) $
9. AMOUNT OF THIS INVOICE (item 7 less item 9) $
PAYEEIVENDOR CERTIFICATION - I hereby certify that the materials or services invoiced herein
have been delivered, that this is the only original invoice, that it is correct and just, and that no part
of same has previously been invoiced or paid.
Title
71
SHEET :L-1
SHEET: L-2
SHEET. L-3
SHEET: L-4
SHEET: L-5
SHEET: L-6
SHEET: MISCELLANEOUS
PAY REQUEST SUMMARY
THIS INVOICE INVOICE TO DATE
BID TOTAL:
ALTERNATE BID TOTAL:
72
THIS INVOICE INVOICE TO
DATE
TOTAL: $ $
SHEET L-1
73
TOWN OF GULF STREAM
HISTORIC HIGHWAY STATE ROAD AIA
LANDSCAPE ENHANCEMENT PROJECT
SHEET L-1
REQUEST FOR PAYMENT
DATE OF REQUEST FOR PAYMENT:
QTY
SIZE UNITCOST TOTAL
120
HAMELIA PATENS'COMPACTA'
#3
1
BRASSIA ACTINOPHLLA
8-10' X 3-4' FULL
3
BUCIDA BUCERAS
14-16 X &10', 31/2" CAL.
3
BURSERA SIMARUBA
14.16 X 8'3" CAL.
8
COCCOLOBA DIVERSIFOLIA
1Z X 6, 3" CAL.
6
COCOS NUCIFERA MALAYAN
3' G.W. CURVED TRUNK
GRN.
1
COCOS NUCIFERA MALAYAN
6 G.W. CURVED TRUNK
GRN.
5
COCOS NUCIFERA MALAYAN
10' G.W. CURVED TRUNK
GRN.
1
CLUSEA ROSEA
6b' X 4'
24
COCOLOBA UVIFERA
#7 FULL
7
COCOLOBA UVIFERA
B' 6- C.T., 14' X 8-
2
GELSEMIUM SEMPERVIRENS
#3 FULL
329
HYMENOCALLIS LATIFOLIA
#3 FULL
1
JATROPHA
5-6 X T TREE TRIM
e
imsTaNw is
TXT
t
vhstau as is
T
u
YrnsHE BUN1 is
awu
3
PYNOSi1:dAICNEA
aNLL
J
PpaMW PLANTA
1}14XC
1
ACOELORRHAPHE WRIGHTII
8-10' X 4'
16
SABAL PALMETTO
14.27 O.A.
5
SABAL PALMETTO
16-26 O.A. CURVED TRUNK
14
THRINAX RADIATA
5' C.T. CURVED
THIS INVOICE INVOICE TO
DATE
TOTAL: $ $
SHEET L-1
73
TOWN OF GULF STREAM
HISTORIC HIGHWAY STATE ROAD AIA
LANDSCAPE ENHANCEMENT PROJECT
ALTERNATE BID PLANTING
CITY SIZE
UNITCOST TOTAL THIS INVOICE INVOICE TO
DATE
TOTAL: $ E
3
COCOLOBA UVIFERA
8'6" C.T., 14'X 8'
76
HYMENOCALLIS LATIFOLIA
#3 FULL
100
HAMELIA PATENS
#3 FULL
6
SABAL PALMETTO
14-27 O.A.
C
l
a
a
a
0
a
a
a
74
UNITCOST TOTAL THIS INVOICE INVOICE TO
DATE
TOTAL: $ E
TOWN OF GULF STREAM
HISTORIC HIGHWAY STATE ROAD AIA
LANDSCAPE ENHANCEMENT PROJECT
SHEET L-2
REQUEST FOR PAYMENT
DATE OF REQUEST FOR PAYMENT:
CITY BOTANICAL SIZE
12 BOUGANVILLEA SPECTABILIS #3 FULL
1 COCOS NUCIFERA MALA.GRN. 3' G.W. CURVED TRUNK
2 COCOS NUCIFERA MAL. GRN. 10' G.W. CURVED TRUNK
2
EPIPREMMUM AUREUM
8' BASK, 24" RUNNERS
2
FICUS RUBIGINOSA
12-14' X G, 2117' CAL.
7
HYLOCEREUS UNDATUS
#3 FULL
1
LIVISTONA CHINENSIS
3'X 3'
20
MANDEVILLA SPLENDENS
#3 FULL
20
PYROSTEGIA IGNEA
#3 FULL
20
RHABDADEMIA BIFLORA
#3 FULL
5
SABAL PALMETTO
18-26 O.A.CURVED TRUNK
14
SERENOA REPENS'CINEREA'
3' X 3' FULL
17
TRACHELOSPERMUM
#3 FULL
JASMINOIDE
8
THRINAX RADIATA
V C.T. CURVED
175
CATHARANTHUS ROSEUS
G' POT. FULL
SHEET L-2
75
TOTAL:
UNITCOST TOTAL THIS INVOICE INVOICE TO
DATE
THIS INVOICE INVOICE TO
DATE
TOTAL: $ E
SHEET L-3
76
TOWN OF GULF STREAM
HISTORIC
HIGHWAY STATE ROAD AIA
LANDSCAPE ENHANCEMENT PROJECT
SHEET L-3
REQUEST FOR PAYMENT
DATE OF REQUEST FOR PAYMENT:
QTY
BOTANICAL
SIZE UNITCOST TOTAL
14
AUSTRALIAN PINE
SUPPLIED BY TOWN
382
ASYSTASIA GANGETICA
#1 FULL
6
BURSERA SIMARUBA
14-16 X 8%3- CAL.
2
BURSERA SIMARUBA
10.17 X S, 2" CAL.
1
CASSIA SURATTENSIS
5-6 X 4-5'
11
CONOCARPUS
10-17 X 6, 3" CAL.
ERECTUS'SERICEA'
66
CHRYSOBALANUS ICACO
#3 FULL
8
COCOS NUCIFERA MALAYAN
S G.W. CURVED TRUNK
GRN.
60
COCOLOBA UVIFERA
#7 FULL
3
EPIPREMMUM AUREUM
8" BASK, 24" RUNNERS
58
FICUS MACROPHYLLA'GREEN
#3 FULL
ISL'
112
FICUS NITIDA
#3 FULL
750
HYMENOCALLIS LATIFOLIA
#3 FULL
3
LIVISTONA CHINENSIS
SX 3'
2
LIVISTONA CHINENSIS
SWD.
278
LIRIOPE
#1 FULL
12
OCHROSIA ELLIPTICA
6-8' FULL
13
SABAL PALMETTO
16-26 O.A.CURVED TRUNK
8
SERENOA REPENS'CINEREA'
3'X 3' FULL
11
TERMINALIA CATAPPA
8' X 6
THIS INVOICE INVOICE TO
DATE
TOTAL: $ E
SHEET L-3
76
TOWN OF GULF STREAM
HISTORIC HIGHWAY STATE ROAD AIA
LANDSCAPE ENHANCEMENT PROJECT
SHEET L-4
REQUEST FOR PAYMENT
DATE OF REQUEST FOR PAYMENT:
OTY BOTANICAL SIZE UNITCOST TOTAL THISINVOICE INVOICETO
DATE
30
AUSTRALIAN PINE
SUPPLIED BY TOWN
22
ACALYPHA WILKESIANA
#3 FULL
1
BRASSIA ACTINOPHLLA
6-10' X 3-0' FULL
1
BURSERA SIMARUBA
SPECIMEN 20-27 X5',5- CAL.
6
COCOS NUCIFERA MALA. GRN. 3' G.W. CURVED TRUNK
6
COCOS NUCIFERA MAL. GRN.
6 G.W. CURVED TRUNK
1
COCOS NUCIFERA MALA.GRN.
10' G.W. CURVED TRUNK
4
FICUS AUREA
#3
19
HYMENOCALLIS LATIFOLIA
#3 FULL
4
LIGUSTRUM RECURVAFOLIUM
12-14' X 6
1061
LIRIOPE
#1 FULL
7
OCHROSIA ELLIPTICA
r -V FULL
2156
RHOEO SPATHACEA
#1 FULL
1
SABAL PALMETTO
14-27 O.A.
4
SABAL PALMETTO
16-26 O.A.CURVED TRUNK
1
SERENOA REPENS'CINEREA'
3' X T FULL
1
THRINAX RADIATA
VCT. CURVED
TOTAL: $ $
SHEET L-4
77
TOWN OF GULF STREAM
HISTORIC HIGHWAY STATE ROAD AIA
LANDSCAPE ENHANCEMENT PROJECT
SHEET LS
REQUEST FOR PAYMENT
DATE OF REQUEST FOR PAYMENT:
QTY BOTANICAL SIZE UNITCOST TOTAL THISINVOICE INVOICETO
DATE
11
AUSTRALIAN PINE
SUPPLIED BY TOWN
19
ALPINA PURPURATA
#7 FULL
3
BRASSIAACTINOPHLLA
8-19X34FULL
7
BUCIDA BUCERAS
14-16 X 8-10', 3 117' CAL.
47
CRINUM ASIATICUM
3' X 3', #7
6
CASSIA SURATTENSIS
5-6 X 4-5'
10
COCOS NUCIFERA MALA.GRN.
6 G.W. CURVED TRUNK
6
COCOS NUCIFERA MALA.GRN.
10' G.W. CURVED TRUNK
6
CLUSEA ROSEA
6-8'X 4'
11
CORD[\ SEBESTENA
10-17 X 4-5',O.A. TREE TRIM
14
COCOLOBA UVIFERA
8' 6" C.T. 14' X 8'
1
COCOLOBA UVIFERA
8'X 4' FULL, TREE TRIM
25
HYMENOCALLIS LATIFOLIA
#3 FULL
77
HAMELIA PATENS
#3 FULL
3
LIVISTONA CHINENSIS
3'X 3'
6
LIVISTONA CHINENSIS
5'WD.
3553
LIRIOPE
#1 FULL
30
LANTANA CAMARA
#1 FULL
4
OCHROSIA ELLIPTICA
6-8' FULL
1
ACOELORRHAPHE WRIGHTII
8-10'
1
SABAL PALMETTO
14-27 O.A.
43
SABAL PALMETTO
16-26 O.A.CURVED TRUNK
8
THRINAX RADIATA
5C.T. CURVED
TOTAL: $ $
SHEET L-5
78
TOWN OF GULF STREAM
HISTORIC HIGHWAY STATE ROAD AIA
LANDSCAPE ENHANCEMENT PROJECT
SHEET L-6
REQUEST FOR PAYMENT
DATE OF REQUEST FOR PAYMENT:
QTY BOTANICAL SIZE
19
CRINUM ASIATICUM
3' X 3', #7
8
CASSIA SURATTENSIS
5-6' X 4S'
6
CONOCARPUS
10.17 X 6, 3" CAL.
ERECTUS'SERICEA'
2
COCOS NUCIFERA MALA. GRN.
3' G.W. CURVED TRUNK
1
COCOS NUCIFERA MALA.GRN.
6 G.W. CURVED TRUNK
1
COCOS NUCIFERA MALA. GRN.
10' G.W. CURVED TRUNK
3
CLUSEA ROSEA
6-8'X 4'
3
CORDIA SEBESTENA
10-17 X 4-5',O.A. TREE TRIM
1
COCOLOSA UVIFERA
8'6" C.T, 14'X 8'
75
HYMENOCALLIS LATIFOLIA
#3 FULL
10
HAMELIA PATENS
#3 FULL
4
JATROPHA
5-6 X T TREE TRIM
3
LIVISTONA CHINENSIS
TX 3'
1740
LIRIOPE
#1 FULL
1
ACOELORRHAPHE WRIGHTII
8-10'
615
RHOEO SPATHACEA
#1 FULL
13
SABAL PALMETTO
14-27 O.A.
14
SABAL PALMETTO
16-26 O.A.CURVED TRUNK
5
THRINAX RADIATA
5' C.T. CURVED
SHEET L-6
79
TOTAL:
UNITCOST TOTAL THIS INVOICE INVOICE TO
DATE
TOWN OF GULF STREAM
HISTORIC HIGHWAY STATE ROAD AIA
LANDSCAPE ENHANCEMENT PROJECT
MISCELLANEOUS ITEMS
REQUEST FOR PAYMENT
DATE OF REQUEST FOR PAYMENT:
OTY SIZE UNITCOST TOTAL
40
HAND LABOR (WEEDING,
HOURS
PRUNING)
PLANTING SOIL PER SPECS
320
SPLIT RAIL FENCE (MATCH
LINEAR FEET
EXIST.)
200
BAHIA SEED
LBS.
4707
PINE NEEDLES
BALE
5
STUMP GRINDING
• T.B.D.
BAHIA SOD
SQUARE FEET
• T.B.D.
ST. AUGUST. FLORITAM SOD
SQUARE FEET
1
MAINTENANCE OF TRAFFIC
I MOBILIZATION, BONDS, INSURANCE
90 DAYS HAND WATERING, MAINTENANCE
1
INDEMNIFICATION
THIS INVOICE INVOICE TO
DATE
$100.00 $100.00
TOTAL: $ S
Contractor to supply unit prices for installed material in the event they are
necessary.
iN
CERTIFICATE OF SUBSTANTIAL COMPLETION
TOWN OF GULF STREAM
PROJECT CONTRACTOR:
CONTRACTOR FOR:
CONTRACT DATE:
DATE OF ISSUANCE:
PROJECT OR DESIGNATED PORTION SHALL INCLUDE:
The Work performed under this contract has been reviewed and found to be substantially complete,
The Date of Substantial Completion of the Project or portion thereof designated above is hereby
established as which is also the date of commencement of applicable warranties
required by the Contract Documents, so the Town can occupy or utilize the Work or designated
portion thereof for the use for which it is intended, as expressed in the Contract Document.
A list of items to be completed or corrected, prepared by the Contractor and verified and amended
by the Engineer, is attached hereto. The failure to include any items on such list does not alter the
responsibility of the Contractor to complete all Work in accordance with the Contract Documents.
The date of commencement of warranties for items on the attached list will be the date of final
payment unless otherwise agreed to in writing.
The Contractor will complete or correct the Work on the list of items attached hereto with _ days
from the above Date of Substantial Completion.
CONTRACTOR BY DATE
The Town accepts the Work or designated portion thereof as substantially complete and will assume
full possession thereof at (time) on (date).
TOWN BY DATE
F➢1
CONTRACTOR'S
AFFIDAVIT AND FINAL RELEASE OF LIEN
STATE OF FLORIDA
COUNTY OF Palm Beach CONTRACT NO.
BEFORE ME, the undersigned authority, personally appeared
being by me first duly swom, deposes and says that:
1. He is
(title)
(company)
of
doing business in the State of Florida, (hereinafter called "Contractor")
who after
2. Contractor, pursuant to Contract dated (hereinafter referred to as
"Contract") with TOWN OF GULF STREAM, (hereinafter referred to as 'Town"), has heretofore
furnished or caused to be furnished labor, material and services for the construction of certain
improvements as more particularly set forth in the Contract.
3. Contractor represents that all work to be performed under the Contract has been fully
completed and that all persons and firms who furnished material, labor and/or services incident to
the completion of said work have been paid in full.
4. The Contractor, for and in consideration of final payment in the amount of
$ and all other previous payments paid by Town to Contractor, does hereby
waive, release, remise and relinquish the Contractor's right to claim, demand or impose a lien or
liens for work done or materials and/or services furnished or any other class of liens whatsoever, on
any of the premises owned by Town on which improvements have been completed in connection
with the Contract.
5. The Contractor herein makes this Affidavit and Final Release of Lien for the express
purpose of inducing Town to make final disbursement and payment to the Contractor in the amount
of $
6. This Affidavit and Final Release of Lien is made by Contractor with full knowledge of the
applicable laws of the State of Florida. In addition to such rights as may be afforded to
Town under said applicable laws, Contractor expressly agrees to indemnify and save
82
Town harmless from any and all actual costs and expenses, including reasonable
attorney's fees, arising out of claims by laborers, sub -contractors or materialmen who
might claim that they have not been paid for services or material furnished by or through
the Contractor in connection with the work performed under the Contract.
7. To the best of Contractor's knowledge and belief, the following is a list of all employed
under this Contract who have filed a Notice to Owner with the Town of Gulf stream:
NAME ADDRESS
1.
2.
3.
AMOUNT DUE (if known)
(Attach a separate sheet if necessary)
The Contractor herein does hereby represent that he has authority to execute a full and final release
of lien for and in behalf of the Contractor as set forth above.
(Corporate Sea])
(Notary Sea])
AN
Title:
SWORN TO and subscribed before me this _day
of
Notary Public
My Commission Expires:
83
19
SUBCONTRACTOR'S, MATERIALMEN AND LABORER'S
FINAL WAIVER OF LIEN
STATE OF FLORIDA
COUNTY OF Palm Beach
WHEREAS, the undersigned,
employed by
CONTRACT NO
labor to the Town of Gulf Stream on property located at:
has been heretofore
to furnish certain services, materials and/or
NOW, THEREFORE, the undersigned, for a good and valuable consideration of dollars, the
receipt of which is hereby acknowledged, hereby and now waives unto the TOWN OF GULF
STREAM any and all lien, right of lien or claim of whatsoever kind or character on the above
described real estate, on account of any and all labor or material, or both, furnished for or
incorporated into said real estate by the undersigned; and further certifies that the consideration
moving to the undersigned for executing this Waiver of Lien has been mutually given and accepted
as absolute cash payment and not as a conditional or part payment or as security for payment.
The undersigned herein does hereby represent that he has authority to execute this Final Release of
Lien.
Signed, sealed and delivered this _ day of
(Corporate Seal)
(Notary Seal)
a
19—.
Title:
SWORN TO and subscribed before me this_day
of 19_
Notary Public
My Commission Expires:
84
SECTION 4
TECHNICAL SPECIFICATIONS
Index of Technical Specifications
PAGES
4.1 Trees, Shrubs and Ground Covers 73-94
4.2 Grass Sodding
4.3 Grass Seeding
M
95-100
101-109
4.1 TREES, SHRUBS AND GROUND COVERS
PART 1: GENERAL
1.01 SCOPE: The Work shall consist of furnishing all labor, supplies, equipment, and materials
necessary to complete the planting of all trees, shrubs, and ground covers in the locations
shown on the Drawings, and all other work associated with and incidental to the landscape
planting work as shown on the Drawings and specified under this Section.
All plant material shall be of the specific size and quality indicated on the Drawings;
shall be installed, maintained, and watered in strict accordance with sound nursery practices.
1.02 RELATED WORK:
Grass sodding, Section 4.2
1.03 SUBMITTALS:
1. Prior to planting, the Contractor shall submit written verification of the planting soil
content which shall include a PH analysis, percentages of muck and sand (by volume)
and the amount of soil moisturizer included in the planting mix.
2. Written request for approval to substitute a material's plant designation (B&B, WB&B,
CG, etc.) type, grade, quality, size, quantity, etc. due to the non-availability of the
material specified shall be submitted within 5 calendar days before installation. Approval
shall be given by the Landscape Architect before the material is delivered and installed
on the project.
3. Any request for approval of an equal shall be in writing. Request shall be submitted
within 5 calendar days before installation. Approval shall be given by the Landscape
Architect before the material is delivered and installed on the project.
4. Submit prints of shop drawings for any special conditions not covered in the details
These shall be reviewed by the Landscape Architect before they are installed on the
project.
5. Submit a written schedule of source(s) for Coconut Palms, as well as certification of
seed source with final contract Coconut Palms shall be certified Malayan Green with a
cerified seed source from Jamaica.
6. Submit a sample and analysis of mulch for approval by the Landscape Architect before
the material is delivered and installed on the project.
7. Submit copies of the manufacturer's specifications or analysis for all fertilizer including
data substantiating that proposed materials comply with specified requirements. This
shall be for approval by the Landscape Architect before the material is delivered and
87
installed on the project. Provide receipts or fertilizer labels for verification of fertilizer
amounts used.
8. Submit prints of shop drawings for all staking and guying methods to be used if the ones
indicated in the Plans, Specifications or other referenced documents are not to be
implemented prior to installation.
1.04 GRADE STANDARDS:
1. All plant material shall be nursery grown, except where specified as collected material
and shall comply with all required inspections, grading standards, and plant regulations
as set forth by the Florida Department of Agriculture's "Grades and Standards for
Nursery Plants" the latest edition.
G2.
CALIPER
All plant material shall have a growth habit that is normal for that species and shall be sound, healthy, vigorous, and free from insects,
diseases,
MIN BALL DEPTH
1
plant and injuries.
16"
3.
Trees shall be heavily branched and palm trees shall be heavily leafed. Requirements
- 1.75"
20"
for the measurement, branching characteristics, and balling and budapping methods
1.75
- 2.00"
shall generally follow requirements in "Grades and Standards for Nursery Plants, Part I,"
65% of dia.
2
and "Grades and Standards for Nursery Plants, Part ll," latest edition.
24"
4.
Unless otherwise specified, all plant material shall be Florida No. 1 or better until the
Qexpiration
88
of the required guarantee period.
5.
ALL PLANTS NOT LISTED IN THE GRADES AND STANDARDS FOR NURSERY
(,
PLANTS, shall conform to a Florida No. 1 as to: (1) health and vitality. (2) condition of
foliage. (3) root system. (4) freedom from pest or mechanical damage and (5) heavily
braced and densely foliated according to the accepted normal shape of the species.
C6.
Exception "Grades
to and Standards": Any section of Florida Department of
Agriculture's "Grades and Standards" which allow nails or spikes in the trunks of trees or
palms shall be EXCLUDED from these Specifications. THESE SPECIFICATIONS
PROHIBIT NAILS AND SPIKES IN TRUNKS.
j 7. Measurement of Trees, Palms, Shrubs & Ground Cover.
[� a. Rootball: Requirements for the measurement of rootball diameter and depth shall
comply with requirements as set forth in the latest edition of the Florida Department
of Agriculture's "Grades and Standards for Nursery Plants, Part 1 and Part 2"
I
CALIPER
MIN BALL DIA
MIN BALL DEPTH
1
- 1.50"
16"
75% of dia.
1.5
- 1.75"
20"
65% of dia.
1.75
- 2.00"
22"
65% of dia.
2
- 2.50"
24"
65% of dia.
88
2.5
- 3.50"
26"
65% of dia.
3.5
- 4.00"
28"
65% of dia.
4
- 4.50"
30"
60% of dia.
4.5
- 5.00"
32"
60% of dia.
5
- 5.50"
34"
60% of dia.
5.5
- or more
increase in
60% of dia, up to 48", then
proportion
decrease in proportion for
larger size diameter
Sabals
36"
60% of dia.
b. Height: The height of plant material shall be measured from finish grade and
continue up to where the main mass of the plant uniformly ends. The height
shall not include any singular or isolated parts of the plant, such as leaves,
shoots, branches, limbs or fronds, which extend out beyond the main mass of
the plant.
C. Width: The width of plant material shall be measured from one side of where
the main mass uniformly ends the continue to the other side of where the main
mass of the plant uniformly ends. The width shall not include any singular or
isolated parts of the plant, such as leaves,
shoots, branches, limbs or fronds, which extend out beyond the main mass of
the plant.
d. Caliper. The caliper of tree trunks shall be measured 4' above the ground
unless:
a. The landscape regulations, ordinances and code requirements from the
appropriate local jurisdiction the project is located in indicate another
method of measurement.
b. Another method of measurement is indicated otherMse on the Plans.
C. Palms: Requirements for the measurements of clear trunk, clear wood,
greywood, rootball diameter and depth shall comply with requirements
as set forth in the latest edition of the Florida Department of
Agriculture's "Grades and Standards for Nursery Plants, Part 2".
m
B. All sizes shown for plant material on the Plans are to be CONSIDERED AS
MINIMUMS. All plant material must meet or exceed these minimum requirements for
height, spread, etc, as indicated on the Plans. When plant sizes are specified as a
range of size, installed material shall average the mean of the range specified.
9. Plant material showing signs of die -back or leaf -drop after planting will not be
accepted.
10. Plant material shall not have chlorosis in any foliage.
11. Mechanical Destruction of Foliage: Mechanical destruction of foliage resulting from
root pruning shall not effect more than 10% of the total foliage prior to planting on the
project. Loss of foliage caused by seasonal change will be accepted.
12. Spanish Moss: If Spanish Moss (Tillandsia useoides) exists on plant material, it shall
be completely removed prior to planting on the project.
13. Plant material shall not be accepted when the ball of earth surrounding its roots has
been cracked, broken or otherwise damaged.
14. Root pruning of plant material, when necessary, shall be done a minimum of four (4)
weeks or for a period as determined by the Landscape Architect prior to planting at
the project. Prior to root pruning, the Contractor shall give 48 hour advance notice to
the Landscape Architect advising of the date to root prune any plant material. This
shall allow for any inspections during or after the root pruning, if necessary.
15. Correct Grade of Plants: Any supplier of materials misrepresenting the grade of
quality of their materials (i.e. a higher grade than the are) as determined by the
Landscape Architect through the application of the Plans and Specifications, shall not
be allowed to supply any material for this project. All material already supplied and
received from such a supplier shall be removed and replaced at no additional cost to
the Town. This requirement for removal and replacement shall also include any
installed materials. No further materials will be accepted from such supplier until
written evidence is submitted and confirmed that all material for delivery is of the
grade or quality represented.
Me
If plant material that meets the requirements of size, quality and grade cannot
be found as result of freeze or hurricane damage, the Contractor shall notify the
Landscape Architect who will recommend one of the following courses of action:
a. Do not replace the material, or if the plants have not yet been installed, do not
install them. Full credit for plant cost, including installation, based on the
Schedule of Values, will be given to the Owner.
b. Delay installation of the plant material until material is available which meets
specifications.
C. Accept smaller sizes of the plant material specified, and negotiate any fee
adjustments prior to installation.
1.05 DELIVERY AND HANDLING:
1. Movement of nursery stock shall comply with all Federal, State, and local laws,
regulations, ordinances, codes, etc.
2. The Contractor shall be responsible for protecting plant material from adverse
environmental conditions during all phases of delivery and storage. Further, the
Contractor shall be responsible for protecting plant material from any and all damage,
theft or deterioration of health or appearance during all phases of delivery and
storage.
3. Wrap root balls with burlap. Wire wrap burlap if root ball is not sufficiently compacted.
Palms will not require burlap wrapping if the following requirements are met:
a. Dug from marl or heavy soil that adheres to roots and retains shape without
shattering.
b. Moistened material used to cover root ball and not exposed to wind and sun.
C. Planted within 24 hours after being dug.
d. Store plants in shade and protect from weather.
e. Maintain and protect plant material which will not be planted within four (4)
hours of delivery.
1401
4. These plants shall be properly protected until they are planted. The plant shall be
handled only by both the trunk and root ball at the same time and not by the trunk
only. Any (B&B) or (WB&B) plant which shows evidence of having been handled by a
method other than the method outlined above and resulting in damage to the plant
such as a cracked or broken root ball or the roots that have been loosened with the
ball, shall be rejected.
5. Transport materials on vehicles large enough to allow plants not be crowded and
damaged. Plants shall be covered to prevent wind damage during transit.
6. Protect plant material during shipping to prevent damage to the root system and
desiccation of leaves. Trees shall be protected during shipping by tying in the
branches and covering all exposed branches as necessary. Do not bend or bind -tie
plant material in such a manner as to damage bark, break branches or alter the
natural shape.
7. The Contractor shall exercise care in handling, loading, unloading, storing and
transporting all material to prevent damage. The Contractor shall assume full
responsibility for protection and safekeeping of materials stored.
PART 2: MATERIALS
2.01 MULCH
1. Mulch shall be pinestraw. Mulch shall be free of weeds, seeds and any other
Organic or inorganic material. The Contractor shall guarantee that mulch is sterile.
2.02 PLANTING SOIL
1. General Type: All new and transplanted plant material (other than sod) shall be
planted with the general type planting soil, UNLESS OTHERWISE STATED IN THE
PLANS. The planting soil shall be a sandy loam (60% sand and 40% Everglades
peat (muck), by volume. The soil shall be thoroughly mixed and delivered in a loose,
friable condition. The sand shall be well -washed lawn sand, free of silt and sludge,
equivalent to Rinker screening #19. "Cyclone" sand is not acceptable. The planting
soil Ph shall not exceed 8.0 - 8.2. This soil shall be as fill for all planters.
92
2. Soil for backfilling root -pruning trenches: The soil shall be a mixture by volume of
70% planting soil as described in 2.03A above, and 30% mulch with 0-20-0 fertilizer
added at a rate of 1/3 pound per cubic yard of soil, thoroughly intermixed prior to
backfilling.
2.03 PLANT REQUIREMENTS:
1. Balled and Burlapped Plants: The root ball shall be properly protected and kept moist
until planted. Whenever possible, the plant shall be handled only by the earth ball
and not by the plant itself. The diameter of the ball must be sufficient to encompass
all of the fibrous and feeding root system necessary for the maximum development of
the plant.
2. For plants grown in soil of a loose texture, which does not readily adhere to the root
system, especially in the case of large plant material, wired B&B plants shall be used.
For WB&B plants, before the plant is removed from the hole, hog wire with
approximately 1 to 1-1/2 inch openings or a Kerr's wire basket (Vermeer Standard,
Caretree Standard, Caretree Truncated or Clegg) shall be placed around the
burlapped ball and looped and tensioned until the burlapped ball is substantially
packaged by prevent disturbing of the loose soil around the roots during handling.
3. Container -Grown Plants: Plants which have become "pot bound" will not be
acceptable. A container cutter shall be used unless the root ball system slips easily
and unbroken from the container. Plants shall not be removed from the can until
immediately before planting.
4. Palms: All palms species except Sabal Palmetto shall have roots adequately
wrapped before transporting. All Sabal palms shall be booted or not booted as
indicated on the Plans. Unless otherwise noted, all Sabal palms shall be hurricane
cut. Sabal palmettos shall have a trunk between 12" and 16" in diameter. Any
damaged palm tree will be rejected. All Sabal palms shall be taken from locations
with sandy soils. The balls of all Sabal palms shall be a minimum 3' in diameter. All
Coconuts shall be grown from certified sources for Malayan Green Coconuts.
5. Collected Plants: Plant material that has not been taken from active nursery
operations shall be dug with a root ball spread at least 1/3 greater than nursery grown
plants and shall not be planted before inspection and acceptance at the site.
93
2.04 FERTILIZER
1. New Trees, Transplanted Trees, Palms, Shrubs and Ground Cover (Container):
20-10-5 formula, 21 gram or equal per manufacturer's recommendation.
2. Composition and Quality: All fertilizer shall be uniform in composition and dry.
Granular fertilizer shall be free flowing and delivered in unopened bags. Tabletized
fertilizer shall be delivered in unopened containers or boxes. All bags, containers or
boxes shall be fully labeled with the manufacturer's analysis.
3. All shall comply with the State of Florida fertilizer laws.
2.05 STAKING AND GUYING MATERIALS
1. Support stakes and anchor stakes shall be new, number 2 grade Yellow Pine, or
number 2 Cedar, free of knot holes, splinters, or cracks, and sized as per details on
plan.
2.06 HERBICIDES
1. Herbicides used to kill existing weeds shall be Round -up or approved equal. Near
water bodies, where chemical could runoff into the water, use Rodeo or equal in lieu
of Round -up.
2. Pre -emergent herbicides shall be either Gallery, Ronstar, Surflan, or equals. The
particular herbicide to be used shall be determined at time of use depending upon
type of weeds to be treated.
PART 3: EXECUTION
3.01 OBSERVATION
1. Prior to the work, carefully inspect site conditions and verify that site conditions are
satisfactory so that this installation may properly commence.
2. Start of work shall imply acceptance of the site conditions.
94
3. Utilities (Overhead and Underground).
a, The work area may have existing utilities, such as, but not limited to, irrigation,
phone, electrical, storm sewer, and residential irrigation systems. The location
of some of these existing utilities have been indicated on the Plans. However,
no guarantee is implied that the Plans are accurate or complete. It shall be the
responsibility of the Contractor to verify the location of all such utilities,
structures, etc., by hand excavation or other appropriate measures before
performing any work that could result in the damage or injury to persons,
utilities, structures or property, The Contractor shall make a thorough search
of the site for utilities, structures, etc. before work is commenced in any
particular location. The Contractor shall coordinate with Call Sunshine or No
Cuts to mark all existing utilities. The Contractor shall coordinate directly with
the Town of Gulf Stream Water Department to mark any water line locations.
b. The Contractor shall take immediate steps to repair, replace or restore all
services to any utilities, irrigation systems, or other facilities which are
disrupted due to his or her operations. Further, the Contractor shall engage
any additional outside repairs on a continuous "around the clock'
basis until services are restored. The Contractor shall also provide and
operate any supplemental temporary services to maintain uninterrupted use of
the facilities. All costs involved in the repairs and restoring of disrupted service
resulting from negligence on the part of the Contractor shall be bome by the
Contractor and the Contractor shall be fully responsible for any and all claims
resulting from the damage.
C. Should utilities, irrigation systems, structures, etc. be encountered which
interfere with the work, the Landscape Architect shall be consulted
immediately in order for a decision to be made on the relocation of the work so
it will clear the obstruction, if the obstruction cannot be relocated.
d. The Contractor shall not purposefully disrupt or disconnect any type of utility
whatsoever without first obtaining the written permission of the Landscape
Architect. Request for disconnection must be in writing and received by the
Landscape Architect or owner at least seven (7) days prior to the time of the
requested interruption. The Landscape Architect
Reserves the right to make slight adjustments on site.
95
3.02 BED LAYOUT
1. Contractor shall stake all tree locations for approval by the Landscape Architect.
Following the approval of the tree locations, the Contractor shall layout beds
according to the plans or as directed by the Landscape Architect. Sod shall be
removed from planting beds. Edge of beds shall be smooth lines as indicated on
plans or as directed by the Landscape Architect.
3.03 GRADES
1. It shall be the responsibility of the Contractor to provide the final grading so the final
level for planting areas conforms to surrounding grades and is at the proper elevation
with relation to walks, paving, drainage structures and other site conditions, unless
indicated otherwise on the Plans.
2. All planting areas bordered by pavement, sodded areas, sidewalk, or curb shall have a
finished grade (not including mulch) 2" below the grade established by the adjacent
pavement or edge.
3. In some areas, steep grades require the addition of soil to accomadate planting
operations. Soil shall be placed at a grade no greater than 2 to 1 slope, planted
1. Prior to beginning the planting operation, apply "Round Up" herbicide to all weeds that
have appeared within the bedlines and repeat after 7 days. Wait a minimum of 2
weeks before beginning the clearing operation. Treat all beds with "Rhon-Star" prior
to beginning the mulching operation. Apply all herbicides in accordance with the
manufacturer's recommendations. Landscape Installer is responsible for the removal
of all weeds appearing on the site prior to the end of the maintenance period.
2. The Contractor shall exercise extreme care to prevent damage to desirable existing
growth. The Contractor shall conduct a test to establish suitability of product and
applicator to be used on this project, prior to execution of the full application.
3. Contractor shall apply approved pre emergent herbicide to all newly planted
beds prior to mulching per manufacturers instructions.
M.
3.05 SPACING OF GROUND COVER AND SHRUBS:
The location of a planting bed (shrub or groundcover) next to another bed, walkway, structure, etc.
shall have the plants along the perimeter spaced so that the plants can mature properly without
growing into the other bed, walkway, structure, etc. When shrub and/or groundcover masses are to
be planted adjacent to each other, plants at the edge of each mass shall be spaced to allow a
maintenance corridor sufficient in width for a worker to walk between them to gain access for
trimming, spraying, etc. after allowing for normal growth of the plants. Mulch the maintenance
corridor.
3.06 SUBSURFACE AND SURFACE CONDITIONS
1. Some or all work areas may be compacted and/or contain existing material such as
limerock or road construction material which may interfere with adequate vertical
drainage and/or proper plant survival and growth and therefore removal of this
material is part of the scope of work for the project. The Contractor shall be
responsible for insuring adequate drainage in these areas and shall remove this
existing material, as required, by such means as auguring, drilling or rototilling.
THEREFORE, THE CONTRACTOR MAY BE REQUIRED TO PERFORM
ADDITIONAL EXCAVATION ON THE HOLES FOR ALL PALMS AND TREES. This
additional excavation shall be to a depth beyond the required excavation depth
indicated below for the holes, in order to insure proper vertical drainage necessary for
plant survival and growth.
2. The Contractor shall remove all existing concrete, asphaltic concrete and rocks,
above and below grade, from areas to be landscaped.
3.07 EXCAVATION OF PLANT HOLES
1. General
a. Excavation of plant holes shall be roughly cylindrical in shape with the sides
approximately vertical. The Landscape Architect reserves the right to adjust
the size and shape of the plant hole and the location of the plant in the hole to
compensate for unanticipated structures or unanticipated factors which are a
conflict. See 3.06.
97
2. Trees and Palms:
a. Depth of hole shall be equal to the rootball depth plus 12 inches, unless
further depth is required to provide adequate drainage.
b. Diameter of hole shall be as follows
ROOTBALL DIAMETER
HOLE DIAMETER
12"
or
less
ball dia. +
12
13"
to
24"
ball dia. +
18"
25"
to
60"
ball dia. +
24"
61"
or
greater
ball dia. +
36"
3. Shrubs
a. Singular plants and mass plantings (2 or more together) planted 30" O.C. or
b. Hedges:
1. Depth shall be equal to the rootball depth plus 8 inches.
RM
more.
1.
Depth of hole shall be equal to the rootball depth plus 8 inches.
2.
Diameter of hole shall be as follows:
ROOTBALL DIAMETER HOLE DIAMETER
12"
or
less ball dia. + 12
13"
to
24" ball dia. + 18"
25"
to
60" ball dia. + 24"
61"
or
greater ball dia. + 36"
b. Hedges:
1. Depth shall be equal to the rootball depth plus 8 inches.
RM
2. Diameter. Hedge material shall be planted in individual holes as
follows:
ROOTBALL DIAMETER
HOLE DIAMETER
12"
or
less
ball dia.
+ 12
13"
to
24"
ball dia.
+ 18"
25"
to
60"
ball dia.
+ 24"
61"
or
greater
ball dia.
+ 36"
4. Ground Cover Masses:
a. Container Material:
1. Depth shall be equal to the rootball depth plus 8 inches.
2. Diameter. Ground cover material in mass shall not be planted in
individual holes but rather in one continuous hole or excavation for the
entire mass, all at a width of 12 inches more than the width of the
rootball.
b. Rooted Cuttings:
1. Depth shall be 6 inches.
3. Diameter. Ground cover material in mass shall not be planted in individual holes but
rather in one continuous hole or excavation for the entire mass.
3.08 SETTING OF PLANTS:
1. Plant material shall be planted at their natural and original planting level prior to their
placement on this project or job. When lowered into the hole, the plants shall rest on
the prepared hole bottom such that the surface roots at the top of the rootball are
level or slightly above the level of the surrounding final grade after settlement (ie. The
final level of the top of the plant's rootball shall be the same as the surrounding final
grade) the practice of plunging, burying or planting any plant material such that the
surface roots at the top of the rootball are below the level of the surrounding final
grade, will not be permitted unless it is indicated otherwise in these specifications or it
is approved in writing by the landscape architect prior to such action being taken. The
plants shall be set straight or plumb or normal to the relationship of their growth prior
to transplanting. The Architectreserves the right to realign any plant material after it
has been set.
2. The balls of B&B or WB&B plants which cannot be planted immediately shall be
covered with moist soil, mulch, or other protection to prevent drying. All plants shall
be watered as necessary before and after planting.
3. Plant material of the shrub category and smaller must be handled by the ball only.
Plant material too large for hand handling, if moved by winch or crane, must be
thoroughly protected from chain, rope or cable marks, girdling, bark slippage, limb
breakage and any other damage that might occur by improper handling or negligence.
4. All trees and palms shall be handled by both the trunk and rootball at the same time
and not by the trunk only. Trunks shall be thoroughly protected.
5. Container grown plant material shall be carefully removed from the container so as
not to disturb the root system.
3.09 BACKFILLING:
All backfill to be used in planting shall be comprised of 50% existing soil and 50% of the specified
planting soil. The backfill shall be firmly tamped and settled by watering to within 1/3 of the top of
the planting hole and thoroughly puddled with water to eliminate all air pockets before bringing
backfill up to the finished grade. There shall be a 6" high water basin, no smaller than the plant hole,
constructed around each plant for watering purposes. Hedge and mass shrub planting should have
the dike encompassing the entire grouping of plants. The soil used to make the dike shall consist of
planting soil. The dike should be removed prior to beginning the mulching or sodding operation.
3.10 APPLICATION OF FERTILIZER:
1. New Trees, Transplanted Trees, Palms, Shrubs & Groundcovers shall receive
agriform tablets as follows:
a. Container Size
1 gal container
3 gal container
5 gal container
7 gal container
Application Rate
1 tablet
2 tablets
3 tablets
5 tablets
b. Large tubs or boxes and B&B material shall receive 1 tablet for each 1/2 inch
of trunk diameter (measured 3 feet from ground). For large shrubs, 1 tablet for
each 1 foot of height or spread.
2. Granular fertilizer for new trees, palms, shrubs and groundcovers shall be applied on
top of mulch, within one week after planting. Tags from fertilizer bags used on site
shall be given to the Landscape Architect. Water all plant material immediately
following fertilization.
3.11 STAKING AND GUYING:
1. Staking and guying shall not be attached to the plant material with nails. Any
methods of staking and guying, other than those indicated in the details, shall receive
approval from the Landscape Architect prior to their installation. Refer to the heading
"Setting of Plants", which is in Part 3.08 of these Specifications, for additional
information.
2. The Contractor is responsible for performing all staking and guying in accordance with
all applicable regulation, ordinances and code requirements from the appropriate local
jurisdiction the project is located in.
3. The decision of whether to stake or guy shall be left to the discretion of the
Landscape Architect, provided it is not required according to local regulations,
ordinances and code requirements. However, a decision not to stake or guy shall not
relieve the Contractor of the responsibility of resetting plant material if it blows, falls or
leans over. Also, it will not relieve the Contractor of the guarantee if the material dies
as a result of blowing, falling or leaning over, regardless of the reason for the plant
material's displacement. The Contractor shall be responsible for any damaged
caused by the falling or leaning trees. All tree staking shall be accomplished in a neat
and workmanlike manner.
4. The contractor shall remove and dispose of materials when it is determined by the
Landscape Architect that sufficient time has elapsed for the plant root to stabilize the
plant. This shall be done even if the project has been completed and given final
acceptance.
3.12 PRUNING AND THINNING:
1. The amount of general pruning and thinning shall be limited to the minimum
necessary to remove dead or injured twigs and branches and to compensate for the
loss of roots as a result of transplanting operations. Pruning and thinning shall be
done in such a manner as not to change the natural habit or shape of a plant. The
Landscape Architect shall be contacted prior to performing any major pruning and
thinning. The Landscape Architect may elect to be present during any pruning and
thinning.
2. All broken or damaged roots shall be cut off smoothly.
3. The tops of all new or relocated trees shall be pruned in a manner complying with
standard horticultural practices.
101
3.13 MULCHING:
1. Within one week after plant installation, apply mulch material in a minimum 3" thick
layer over all tree and shrub planting areas. All mulch layers shall be of the specified
thickness at the time of the acceptance of the work.
2. Preserve mulch saucer around all trees located in lawn areas as per planting detail.
3.14 WATERING
1. The Contractor shall be responsible for supplying water for hand watering by means
of a truck or tank.
2. Initially, water the plant material to develop uniform coverage and deep water
penetration of at least six inches. Avoid erosion, puddling, and washing soil away
from plant roots.
4. Provide continuous watering of new plant material and sod after planting in order to
achieve optimum growth conditions to establish plants. Water shall be applied as
necessary and the amount of water and frequency of watering shall be based on the
specific needs of each plant type, the time of year, amount of rainfall and other
environmental conditions it is exposed to. This water shall begin after the plant is
planted and continue for ninety consecutive calendar days after final acceptance of
planting.
4. The intent of these Specifications is to provide for the thorough watering of all
plant material until establishment, including but not limited to turf areas, ground
covers, shrubs and trees. The Landscape Contractor is responsible for the
survival and health of the plant material throughout the contract and warranty
period.
The majority of homeowners along the project have irrigation systems that will
provide some watering to the new plant material. It is the contractors
responsibility to monitor the amount of water being supplied and adjust his
watering schedule according.
102
By the end of an establishment period of 90 days, all plant material shall be
weaned off of supplemental water and thrive in a healthy condition until the
end of the warranty period. If a severe drought occurs during the warranty
period further supplemental water may be required. Any plant material not
meeting or exceeding the required specification at the end of the warrantee
period shall be replaced and guaranteed for a duration of one year from the
time of replacement and weaned of supplemental water for a 90 day period
after final acceptance of all planting.
5. Contractors shall submit a watering plan at the time of bid. This plan shall
specify methods and a schedule for watering including the name, address and
phone numbers of any subcontractors responsible for watering.
3.15 WEEDING
1. In the event that weeds or other undesirable vegetation becomes prevalent to such an
extent that they threaten plant material, they shall be removed as directed by the
Landscape Architect. This condition shall apply during the construction, maintenance
and guarantee periods if the weeds were introduced by the Contractor through the
plant material, planting soil, sand or mulch used.
2. All landscaped areas shall be free of nut grass, torpedo grass and other noxious
weeds. "Round -Up" or approved equal shall be applied to all planting areas as
needed and determined on site by the Landscape Architect. Application may be
required once a month. Contractor is responsible for the removal of all weeds
appearing on the site prior to the final acceptance of the work by the Owner.
3. If necessary, the plant material, mulch, sand and/or planting soil shall be replaced as
needed to eliminate weeds or undesirable vegetation at the expense of the
Contractor.
4. In areas with persistent weed problems additional pre -emergent herbicides may be
required as directed by the Landscape Architect.
103
3.16 REMOVAL OF PLANT MATERIAL: All plant material that is to be removed shall be removed
completely, including the rootball, from the job or as directed by the Landscape Architect.
The remaining hole shall be filled with replacement material or planting soil as directed by the
Landscape Architect.
3.17 CLEAN-UP
1. Disposal of Waste: All waste and other objectionable material created through
planting operations and landscape construction shall be removed completely on a
daily basis from the job or as directed by the Landscape Architect. Any paved areas
including curbs and sidewalks which have been strewn with soil, sod waste, fertilizer
or other waste shall be thoroughly swept. The Owner is not required to supply areas
or facilities for storage or removal of waste on-site.
2. Excess Fill: All excess fill which results from the installation of the project shall be
removed and disposed of from the project if necessary at no additional cost to the
Owner.
3.18 CONDITIONS OF PLANTING:
Plant material shall be maintained by watering, removing dead branches, resetting plants to proper
grade, or upright position and any other operation necessary to assure good maintenance and
compliance with the Drawings and Specifications. The Contractor shall keep all guy wires tight and
all tree staking properly adjusted. All plants shall remain healthy, vigorous, and undamaged
throughout the guarantee period.
PART 4: ESTABLISHMENT
4.01 ESTABLISHMENT PERIOD:
1. The Contractor will be responsible for the proper maintenance, survival, and condition of all
plantings from the time of installation until 90 days following final acceptance of the entire job by
the Owner and Landscape Architect. Necessary replacement of plants during the guarantee
period shall be the responsibility of the Contractor. All plantings shall be alive and in good
growing condition at the time of final acceptance. The rating of each plant according to Florida
Grades and Standards shall be equal to or better than that called for on the Drawings and
specified in this Section at the time of final acceptance.
2. Maintenance and watering shall begin immediately after each plant is planted until 90 days after
final acceptance.
3. Plant maintenance shall include watering, pruning, weeding, cultivating, repair of erosion,
mulching, tightening and repairing or guys, stakes, braces, etc., replacement of sick or dead
plants, resetting plants to proper grades or upright position, maintenance of the watering saucer,
litter removal, and all other care needed for proper growth of the plants.
4. All plant material shall be weeded once a week. In the event that weeds or other undesirable
vegetation becomes prevalent to such an extent that they threaten plant material, the weeds
shall be removed as directed by the Landscape Architect. If necessary, the plant material,
mulch, sand and/or planting soil shall be replaced as needed to eliminate weeds or undesirable
vegetation at the expense of the Contractor.
5. Insecticides:
a Contractor shall apply all insecticides as needed, for complete control of pests and
disease. The materials and methods shall be in accordance with highest standards and
horticultural practices as recommended by the County Agent, and approved by the
Landscape Architect, who shall be given 48 hours notice, prior to application.
b When a chemical is being applied, the person using it shall have their possession all
labeling associated with the chemical. The chemical shall be applied as indicated on the
said labeling and in strict compliance with all Federal, local and District regulations
regarding protective wear.
c The spraying of insecticides and other such chemicals are to be confined to the individual
plant. Spraying techniques which may introduce the material being sprayed beyond the
immediate area of the individual plant, is strictly prohibited.
d The implementation of control measures for pests and disease infestations shall be in
strict compliance with all federal and local regulations. Upon request, the Contractor shall
furnish documentation of such compliance.
105
e All insecticides shall be applied by a licensed/certified operator only. The operator shall
have the license/certification in their possession when insecticides are being applied.
6. Protection: Planted trees and plants shall be protected against trespassing and damage. If any
plants become damaged or injured, they shall be treated or replaced as directed and in
compliance with the Specifications at no additional cost. No work shall be done within or over
planting areas or adjacent to plants without proper safeguards and protection.
7. Keep sidewalks, curbs and gutters drainage structures, driveways, parking areas, streets,
terraces, decks and pavers free of plant cuttings, debris and stains.
8. Material rejected during the course of construction shall be removed within 10 working days and
replaced before an inspection for completion will be scheduled.
9. At the end of the maintenance period, contractor shall fertilize all trees and shrub with Organic
655 with minors per manufacturer's recommendation. Fertilize coconut palms with Palm Special
with minors per manufacturers recommendation. If the Contractor fails to perform maintenance
consistent with these specifications, as determined by the Landscape Architect, than the Ower
may perform any necessary maintenance and backcharge the Contractor for labor and materials
10. Replacement Replacement of plant material shall be the responsibility of the Contractor
including the possible replacement of plant material resulting from removal by theft or vandalism
or acts of negligence on the part of others. All plant material shall be alive and in good growing
condition for each specific kind of plant at the time of Final acceptance.
11. Rating: The rating of plant material according to Florida Grades and Standards shall be equal to
or better than that called for on the Plans and in these Specifications at the time of final
acceptance.
4.02 GUARANTEE
1. The guarantee shall not begin until the day final written acceptance of completion of
planting work is given and prior to the initiation of the 90 day watering period.
2. All landscape elements and plant material, except sod, shall be guaranteed for a
minimum of one calendar year from the time of final acceptance.
Im
3. An inspection may be made at the end of the period, but prior to the last day of the
guarantee period
4. Plant material which is on site and scheduled to be transplanted or placed into
nursery pots is not covered by a guarantee except in the case of Contractor's
negligence or work that has been done in an unworkman-like manner. If it is
determined by the Landscape Architect that the Contractor's negligence or
unworkman-like operations has severely damaged, or poses a threat to the health of
material to be transplanted or already transplanted, then the Contractor shall be
responsible to replace the plant(s) as follows:
a. Negligence can be, but not limited to, the following list of acts by the
Contractors:
1. Girdling trunk and limbs.
2. Breaking limbs so as to deform tree.
3. Allowing trees to dry out during the transplant procedure or after
installation during the required watering period.
4. Improper bracing of tree which allowed it to fall and be damaged.
5. Excessive pruning beyond that approved by the Landscape Architect.
4.03 REPLACEMENT
1. The guaranteeing of plant material shall mean the complete and immediate
replacement of plant material within ten (10) calendar days if it is:
a. Not in a healthy growing condition and thus renders it below the minimum
quality indicated in the Specifications (Florida #1).
b. There is a question to its ability to survive after the end of the guarantee period
that would render it below the minimum quality indicated in the Specifications
(Florida #1).
C. It is dead.
2. The ten (10) calendar days may be extended due to seasonal conditions, availability,
preparation time such as root pruning, etc., only if approved by the Landscape
Architect in advance. The extended time shall be negotiated between all parties
107
concerned, but must receive final approval by the Owner and Landscape Architect.
After the 10 day replacement period, the Owner may perform the work and withhold
monies due to the Contractor for materials and labor costs plus 25% administrative
costs.
3. Size, Quality and Grade:
a. Provide replacement of the same species of equal size and quality as the
damaged plant.
b. If an equal -size plant cannot be found, then other methods of compensation
shall be determined in negotiation with the Architect. They may include, but
not be limited to:
1. Replacement with plant(s) of another species of same size as original
plant.
2. Replacement with more than one plant to equal the canopy, truck
diameter, or overall height.
3. Payment in lieu of replacement, with value determined by
"replacement" value.
C. Replacements shall be guaranteed for a period equal to the originally specified
guarantee. This guarantee period shall begin at time of acceptable
replacement.
d. The Contractor shall be responsible for watering the replacement for 90
calendar days after planting.
e. A sum sufficient to cover estimated costs of possible replacements, including
material and labor, will be retained by the Owner and paid tothe Contractor
after all replacements have been made and approved by the Landscape
Architect though final payment to the Contractor shall not relieve he or she of
the guarantee obligations.
im
4.2 GRASS SODDING
PART 1: GENERAL
1.01 SCOPE: The Work consists of performing all grass sodding and related work as described in
this Section. The work shall include the hand watering of all lawn areas. Sodding will only
take place where existing sod has been disturbed by the contractor and needs to be
replaced.
1.02 RELATED WORK:
1. Trees, shrubs and groundcover, 4.1
1.03 SUBMITTALS:
1.Submit copies of the manufacturers specification or analysis for all fertilizer including data
substantiating that proposed materials comply with specified requirements. This shall be for
approval by the Architect before the material is delivered on the project. Provide receipts,
fertilizer labels or bags for verification of fertilizer amounts used.
PART 2: PRODUCTS
2.01 GRASS SOD:
1. Sod shall be the species as called for on the Drawings; shall be well matted with
roots; shall be of firm tough texture, having a compact top growth and heavy root
development. The soil embedded in the sod shall be free from fungus, vermin, and
other diseases and shall have been mowed at least three time with an approved lawn
mower with final mowing not more that 7 days before the sod is cut. The sod shall be
taken up in commercial size rectangles measuring 12" x 24". It shall be machine cut
at a uniform sort thickness of 1-1/4 inches to 1-1/2 inches plus or minus 1/4 inch, at a
time of cutting. Measurement for thickness shall exclude top growth and thatch.
2. All sod shall be Florida Standard Grade. Sod grades shall be as designated by the
'Turfgrass Produces of Florida." All shipments of sod shall be accompanied by a
packing slip indicating the variety, species, and quality grade of the shipment.
Standard grade calls for no casually visible broad leaf weeds, no obvious patches of
weeds and no more than 2% of any other grass or weed in the total area.
109
3. Sod shall be sufficiently thick to insure a dense stand of live grass. Sod shall be live,
fresh, and uninjured at the time of planting. Sod shall be planted within 48 hours after
being dug.
4. Provide sod of uniform pad sizes with a maximum 5% deviation in either length or
width. Broken pads or pads with uneven ends will not be acceptable. Sod pads
incapable of supporting their own weight when suspended vertically with a firm grasp
on upper 10% of pad will be rejected. Sod shall be relatively free of thatch, up to one
half inch allowable (uncompressed). The soil embedded in the sod shall be a clean
earth free of stones and debris.
5. Deliver sod on pallets with root system protected from exposure to wind and sun.
Deliver sod in quantities capable of being installed within 48 hours of cutting. It shall
be planted within 48 hours after being cut and shall be shaded and kept moist from
the time it is cut until it is planted.
6. Handle sod in a manner to prevent dislodging native soil mat. Tearing sod shall be
prohibited.
2.02 WATER: Sod shall be thoroughly watered in after placing and watered twice after that for
establishment.
2.03 FERTILIZER SPREADER: Utilize device for spreading fertilizer capable of uniformly
distributing the material at the specified rate.
2.04 HERBICIDES: The herbicide shall be Round -up, as manufactured by Monsanto, or an
approved equivalent accepted in writing by the Architect.
2.05 FERTILIZER: Fertilizer for sod shall be granular fertilizer having an analysis of 12-6-8 derived
from the following sources.
Total Nitrogen 12%
Derived from activated sludge
urea -form, sulfur coated urea
& potassium nitrate
fiQS
Nitrate .75%
Ammoniacal .00%
Water Soluble 10.25%
Phosphoric Acid 6.00%
Derived from triple super phosphate
Water Soluble Potash 8.00%
Derived from Sulfate of Potash
Magnesium, Potassium Nitrate, sulfate
of Potash, and activated sludge
Total Magnesium 2.41%
Water Soluble 2.41%
Derived from Sulfate of Potash
Magnesium
Total Manganese .77%
Derived Manganous Oxide
Total Boron .02%
Derived from Copper Oxide
Total Zinc ,08%
Derived from Zinc Oxide
Total Iron 1.00%
Derived from Iron Oxide and Ferrous
Sulfate
Total Chlorine 2.00%
D. Rates of Application:
Grass - 12 lbs fertilizer per 1000 SF of lawn
111
PART 3: EXECUTION
3.01 GENERAL: The order of work for sod installation shall be as follows:
1. Rough grading
2. Removal of debris
3. Roto -tilling
4. Fine grading
5. Application of fertilizer
6. Placement of sod
7. Rolling or tamping of sod
8. Pegging or staking if applicable
9. Clean up
10. Watering
3.02 SOIL MANIPULATION: All soil manipulation shall be done at right angles to the direction of
the slope.
3.03 ROUGH GRADING: Remove any existing pavement base that may occur in areas to be
sodded. Spread stockpiled topsoil subgrade as necessary to establish finish grades between
sodded, seeded, and existing lawn areas that are flush with each other.
3.04 REMOVAL OF DEBRIS: Areas to receive grass shall be cleaned of all stones larger that 1-
1/2" in diameter, sticks, stumps, paper, glass, and other debris which might interfere with the
placement of sod, growth of grass, or subsequent maintenance of grass area. All weeds or
existing grasses shall be removed from areas to be sodded.
112
3.05 FINE GRADING:
1. After removal of debris, fine grading shall be performed as required to bring all areas
to receive grass to an acceptable smooth, even, and finished grade. Areas to receive
grass shall be fine graded by raking to eliminate wind rows, ridges, depressions, and
other irregularities.
2. All sodded areas bordered by paving or lawn areas shall have a finished grade (top of
the sod) that is flush with the grade established by the adjacent paving or existing
lawn area. All sodded areas bordered by planting areas shall have a finished grade
(top of the sod) that is two inches above the soil level in the adjacent planting bed.
3. Remove all weeds, and other vegetation not noted to remain, from lawn areas prior to
sodding.
3.06 APPLICATION OF FERTILIZER: Fertilizer shall be as previously specified. The rate of
application shall be approximately 12 pounds per 1,000 sq, ft. Fertilizer shall be spread
uniformly over the area to receive grass by using an approved distribution device calibrated
to distribute the appropriate quantity. Fertilizing operations shall not be performed when the
Wind velocity exceeds 15 miles per hour. Wet down areas that have been fertilized prior to
sodding.
3.07 PLACING SOD:
1. Sod size shall be a previously specified. The setting of pieces shall be staggered in
such a manner as to avoid continuous seams. Pitch forks shall not be used in
handling sod and dumping from vehicles shall not be permitted. Sod shall be moist
and shall be placed on a moist earth bed. Sod shall be carefully placed by hand,
edge to edge in rows at right angles to the slope, commencing at the base of the area
to be sodded and working upward. There should be no voids between sod pieces.
There shall be no overlapping of the edges of sod pieces.
2. Within one week of the laying of the sod pieces, the sod shall be pressed firmly into
contact with the sod bed by rolling with a suitably sized mechanical roller, or other
approved equipment. The rolling or tamping operation shall provide a smooth and
even surface conforming to the grades shown on the grading plan, and insure knitting
of sod without displacement of sod or deformation of the surfaces.
113
3. Yellow sand shall be used to fill any developing voids or unevenness in the sod
surface. The finished grade of all sod surfaces shall not vary more than 1/2" from a
10' straight edge. Topdressing shall be performed immediately as necessary and not
be applied in amounts detrimental to the sod. Any areas requiring excessive
topdressing shall have all sod removed, the area regraded and resodded. All lawn
areas shall be rolled again after topdressing until the specified surface is produced.
4. The Contractor shall insure that the finished grade of sod placed directly adjacent to
buildings or other walls does not vary more than 1/2" from a 10' long straight edge.
5. Carefully place sod located on slopes, or other sensitive areas, so that rolling with a
power roller is not necessary. Sod located around retention areas, along pavement
areas or slopes and swales shall be staked. The repair of any erosion or sod
relocation necessary prior to the sod becoming firmly rooted to the existing soil shall
be the responsibility of the Contractor. Stakes, if used, are not to interfere with the
mowing of the lawn areas. Mason sand will be applied to sod in low areas prone to
flooding or water retention as stabilization material at a rate to be determined by the
Landscape Architect.
3.08 CLEAN UP: Upon completion of the Work, all debris, fertilizer bags, pallets, etc., shall be
removed from the site. Any paved areas, including curbs and sidewalks, shall be thoroughly
swept.
3.09 WATERING: Watering of the sodded areas will be the responsibility of the Contractor.
3.10 MAINTENANCE: The Contractor shall maintain the sodded areas until the final acceptance
of the job by the Owner and the Architect. Maintenance shall include but not be limited to:
1. Mowing all lawn areas no less than every other week.
2. Edging of all walks, roadways, and planting beds no less than every other week
114
3. Control of all lawn insects.
4. Control of all lawn diseases.
5. Watering
115
GRASS SEEDING SECTION 02930
PART 1: GENERAL
1.01 SCOPE
A.The work consists of performing all grass seeding, mulching, watering, fertilizing and maintenance
of the grass seeded areas and related items of work and described in this section.
1.02 WORK INCLUDED
A. With out restricting the volume of generality of the above "Scope", the work to be
performed under this section shall include, but is not limited to, the grass seeding of all
Bahia lawn areas. Where there is not a healthy strand of Bahia grass due to disturbance
by contractor or other construction activity.
1.03 Bidding: Each bidder submitting a proposal for this Contract shall be responsible to inspect
the site to acquaint himself with the nature of conditions which will be encountered during
Cconstruction. Bidder shall make himself aware of all existing and/or proposed utilities in area
of work.
Amount of seeding necessary is an estimate. Contractor shall only charge town for actual
n amount of seeding done.
1.04 Supervision: The Contractor shall provide a competent superintendent and any necessary
assistants on the Project when Work is in progress. The superintendent shall not be
changed during the Project without the consent of the Owner's representative unless the
superintendent ceases his status as an employee of the Contractor. The superintendent
shall represent the Contractor in the Contractor's absence, and all directions given to him by
the Owner's representative shall be binding as if they were given to the Contractor. The
Contractor's superintendent shall supervise the Contractor's employees on the job site and
r, be responsible for their actions and conduct on the job site.
1.05 Protection of Work and Property: The Contractor shall continuously maintain adequate
protection of all his Work from damage and shall protect the Owner's property from injury or
loss arising in connection with his Work. The Contractor shall take care to avoid damage to
any existing buildings, equipment, piping, pipe coverings, electrical systems, sewers,
116
sidewalks, landscaping, grounds, aboveground or underground installations of structures of
any kind, and shall be responsible for any damage that occurs as result of his Work.
Contractor shall adequately protect his Work and all adjacent property as provided and
required by law.
1.06 Cleaning Premises: The Contractor shall keep neat and orderly all of the area where this
system is being installed. Disposal of rubbish and waste material resulting from the
installation shall be continual. The Contractor shall remove from the property, at his own
expense, all temporary structures, rubbish, and waste materials resulting from the work
performed.
1.07 Submittals:
Certification of species and variety by supplier.
PART 2: PRODUCTS
2.01 MATERIALS
A. Seed: Permanent type grass seed shall be 100 percent Argentine Bahia seed. Quick -
growing type grass seed shall be similar to rye, Italian rye, millet or other cereal grass
which will provide an early ground cover and will not later compete with permanent
grass. The separate types of seed used shall be thoroughly dry -mixed immediately
before sowing. Seed which has become wet shall not be used.
The Argentine Bahia seed shall be scarified seed, having a minimum active germination
of 40 percent and a total germination of 85 percent. All seed shall meet the
requirements of State Department of Agriculture and Consumer Services and all
applicable State laws.
B. Mulch: Shall be dry mulch, and may be straw or hay, consisting of oat, rye or wheat
straw, or of pangola, peanut, coastal bernuda or bahia grass hay. Only undeteriorated
mulch which can readily be cut into the soil shall be used.
L C. Commercial Fertilizer
F
117
1. The numerical designations for fertilizer indicated the minimum percentages
(respectively) of (1) total nitrogen, (2) available phosphoric acid, and (3) water-
soluble potash, contained in the fertilizer.
2. The chemical designation of the fertilizer shall be 12-8-8. At least 50 percent of the
phosphoric acid shall be from normal super phosphate or an equivalent source
which will provide a minimum of two units of sulfur. The amount of sulfur shall be
indicated on the quantitative analysis card attached to each fully labeled, unopened
bag or container.
3. The fertilizer shall be uniform in composition, dry and in a free flowing condition for
application by suitable equipment.
D. Water. The water used in the grassing operations may be obtained from any acceptable
supply. The water shall be free of excess and harmful chemicals, acids, alkalies or any
substance which might be harmful to plant growth or obnoxious to traffic. Salt water
shall not be used. Water shall be provided and applied by the Contractor.
E. Herbicides: Shall be "Roundup" herbicide spray as manufactured by Monsanto
Chemical Company or equivalent as accepted in writing.
EQUIPMENT
A. Fertilizer Spreader. The device for spreading fertilizer shall be capable of uniformly
distributing the material at the specified rate.
B. Seed Spreader. The seed spreader shall be an acceptable mechanical hand spreader
or other accepted type of spreader.
C. Equipment for cutting mulch into soil: The mulching equipment shall be of a type
capable of cutting the specified materials uniformly into the soil and to the required
depth.
D. Rollers: A cultipacker, traffic roller, or other suitable equipment will be required for rolling
the grass seeding areas.
118
PART 3: EXECUTION
3.01 GENERAL
A. Fertilizing, grass seeding and mulching operations will not be permitted when wind
velocities exceed 15 miles per hour. Grass seed shall be sown only when the soil is
moist and in proper condition to induce growth. No grass seeding shall be done when
the ground is unduly wet or otherwise not in a tillable condition.
B. Whenever suitable areas have been prepared and graded, they shall be made ready
and grass sown in accordance with these specifications. Grass seeding shall be incorporated into
the project at the earliest practical time during the period of Contract.
C. All soil manipulation shall be done at right angles to the direction of the slope.
D. The Contractor shall be responsible for re-establishing a seeded lawn area in all existing
lawn areas that have been disturbed during the construction process, unless otherwise
specified.
3.02 Sequence of Operation: The several operations involved in the work shall proceed in the
following sequence:
A. Herbicide treatment
B. Preparation of area to be seeded
C. Fine grading
D. Application of fertilizer
E. Grass seeding
F.. Spreading of mulch
G. Cutting in of mulch
H. Rolling
I. Clean up
J. Watering
Some areas will have an established but weak stand of Bahia Grass and will only need to be
overseeded, adjust application accordingly.
119
3.03 Herbicide Treatment: Prior to the removal of any existing vegetation in areas specified to be
seeded, the Contractor shall apply a systemic herbicide to all vegetation that is to be
removed. The Contractor shall apply all herbicide as recommended by the manufacturer.
After application of the herbicide, the Contractor shall wait a minimum of seven days (or
longer if required to produce a complete kill of the vegetation to be removed) prior to
beginning the removal of the vegetation. Existing vegetation shall not be turned over into the
soil.
3.04 Preparation of area to be seeded: Vegetation treated with herbicide should be removed from
the area to be seeded. Care should be taken not to disturb any existing utility lines, sprinkler
heads, mains or laterals. The soil of the area to be seeded shall be loose and smooth. It
shall be free of large clods, roots, and other materials larger than 1" in diameter which will
interfere with the work or subsequent mowing and maintenance operations,
3.05 Fine Grading: Areas to receive seed shall be fine graded to an acceptable smooth and
finished grade. Finished grade shall not vary more than 1/2" from a 10' straight edge. Areas
to receive seed shall be fine graded by raking to eliminate wind rows, ridges, depressions
and other irregularities. All areas shall be graded to drain to the established drainage
structure.
3.06 Application of fertilizer. The fertilizer shall be spread uniformly in one or more applications as
specified below:
A. An initial application of 400-500 pounds per acre made prior to the seed installation.
B. A second application of 400-500 pounds per acre shall be applied 90 calendar days
after the initial application. The area shall be thoroughly watered upon completion of the
second application of fertilizer. The Contractor shall, a minimum of 48 hours before
application, notify the Architect of the day and time of fertilizer application.
3.07 Seeding
A. While the soil is still loose and moist, the grass seed shall be scattered uniformly over
the prepared area. The rate of spread for the permanent type grass seed mixture shall
be 200 pounds per acre.
M11
B. Between October 1 and February 1, a temporary seed, winter rye, shall be added to the
permanent grass seeds in the slurry mix and applied together. Between February 1 and
October 1, a temporary seed, millet, shall be added as a substitute for the winter rye.
The rate of spread shall be a minimum of 200 pounds of seed per acre for rye grass and
50 pounds per acre for millet. The Contractor shall use the same type of quick cover
grass seed on the entire project.
C. The Contractor shall not apply seed to any areas designated to be planting beds, or on
adjacent property. The removal of any grass appearing in planting beds will be the
responsibility of the Contractor.
D. The Contractor shall, a minimum of 48 hours before application, notify the Architect of
the day and time of the seeding operation.
3.08 Mulching: Two inches, loose thickness, of the mulch material shall be applied uniformly over
the grass seeded area, and the mulch material cut into the soil with the equipment specified,
so as to produce a loose mulched thickness of three to four inches. Care shall be exercised
that the materials are not cut too deeply into the soil.
3.09 Rolling: Immediately after completion of the grass seeding, the entire grass seeded and
mulched area shall be rolled thoroughly with the equipment specified. At least two trips over
the entire area will be required. Care shall be taken not to damage sprinkler heads, trees,
and other equipment and materials.
3.10 Operations on Slopes: On slopes, where the use of a machine for the cutting -in process
Cdescribed above is not practicable, the construction operations shall be modified as follows:
A. The fertilizer shall be applied uniformly, at the rate specified, and shall be raked in and
thoroughly mixed with the soil to a depth of approximately two inches.
B. The grass seeding operations shall follow the fertilizing. Grass seed shall be raked into
the soil to a depth that allows germination of the seeds.
C. The mulch material, in lieu of being cut into the soil, shall be anchored down by a
Cmethod approved by the Architect and the Owner.
121
3.11 Clean-up: Upon completion of the work, all debris, fertilizer bags, pallets, etc. shall be
removed from the site. All paved areas shall be thoroughly cleaned and swept.
3.12 Watering: The grass seeded areas shall be watered by the Contractor so as to provide
optimum growth conditions for the establishment and maintenance of the grass seed. In
areas where an irrigation system is not to be supplied, the Contractor shall be responsible for
the watering of those areas with a water truck or other acceptable equipment.
3.13 Guarantees: All grass seed that fails to germinate and produce a full coverage of the soil
surface with both Argentine Bahia and nurse grass shall be replaced up until the final
acceptance of the job and the end of the maintenance period. Replacement of defective or
distressed grass materials shall be performed without additional cost to the Owner.
3.14 Maintenance:
A. The Contractor shall maintain the seeded areas for a period beginning at the time of
installation, and ending at the final acceptance of the job by the Owner and the
Architect. Maintenance shall include but not be limited to:
1. Mowing all lawn areas. Grass shall not be more than 6" high at any time.
2. Control of all insects and grass diseases.
3. Watering of all seeded areas as necessary to establish and maintain lawn areas.
4. Filling, leveling, repairing, and seeding of any washed or eroded areas as may be
necessary.
5. Reseeding of any areas around irrigation heads where seed may have washed out
or become thin.
B. The Architect, at any time, may require replanting of any areas in which the
establishment of the grass stand does not appear to be developing satisfactorily.
Unsatisfactory areas shall be reseeded by the Contractor without additional expense to
the Owner.
C. If a planted areas must be replanted due to the Contractor's negligence, carelessness,
or failure to provide routine maintenance of such area, such replacement shall be at the
Contractor's expense.
t22
D. Any areas that require regrading and/or reseeding due to erosion shall be regraded and
reseeded at the Contractor's expense.
123