HomeMy WebLinkAbout2005 03 14 Regular 503 Emergency Contracts with Phillips & Jordan, Inc. and A Budget Tree Service, Inc. for Removal of Trees and Debris
COMMISSION AGENDA
ITEM 503
Consent
Information
Public Hearing
Regular X
March 14.2005
Meeting
//1/ /l~
f..-MGR. /Dept. /v /'
.~r
REQUEST: Public Works Department/Stormwater Division requests authority from the
City Commission to enter into emergency contracts with Phillips & Jordan,
Inc. and A Budget Tree Service, Inc. to provide services in the removal and
clearing of the trees and debris at the creeks and canals caused by the
hurricanes of 2004 in the amount of $114,500 and $167,500, respectively.
PURPOSE: The purpose of this agenda item is to request authorization for contract work in the
amount of $281,500 and authorization to enter into emergency contracts to
complete the clearing of the various creeks and the canals as part of projects
receiving funding assistance from the Natural Resources and Conservation Service.
CONSIDERATIONS
~ The agenda item is needed to commence the clearing of the creeks and canals affected by
the hurricanes of year 2004 and complete the work prior to the rainy season.
~ The City entered into a project agreement with the Natural Resources and Conservation
Service (NRCS) through its Emergency Watershed Protection Program that allocates
funding in this type of emergencies created by natural disasters like the hurricanes of 2004.
~ The project agreement was approved by the City Commission and executed on December
17, 2004. NRCS allocated funding for four (4) projects with the provision of seventy
(75%) percent of the cost of each project. The City will bear twenty (25%) percent of the
cost of each in the form of cash or in-kind services. The clearing of the creeks and the
canals is one of the qualified projects.
~ The City had been offered intents of services from various contractors but only received
two (2) written price quotations. These contractors are Phillips and Jordan, Inc. and A
Budget Tree Service, Inc. These contractors specialized in the removal and clearing of the
obstruction at the creeks. Both contractors were awarded contracts and performed
emergency works for other municipalities during the recent hurricanes
March 14,2005
Regular Agenda Item 503
Page 2
EMERGENCY STATUS:
~ There are large amounts of blockages and debris in the creeks and flow channels which
will contribute to localized flooding and bank erosion if not removed prior to the rainy
season.
LEGAL AUTHORITY:
~ Florida Statutes, Section 255.0525(a) allows municipalities to negotiate construction
projects in an amount less than $200,000 without public bidding.
~ City Code, Section 2-152(vii) allows the Commission to made emergency purchases
without bids when the Commission deems the purchase to be within the best interest of the
City.
FUNDING:
The City portion for these creek clearing projects is $70,375 less any in kind contributions
which will be minor. In addition, the other NRCS projects (Tuskawilla Road outfall and bank
stabilization) will add $55,000 to the City portion of the NRCS grant. As the table below shows,
in order to maintain 3 months in reserve (approximately $175,000) per the fund balance policy, an
increase of$1 per month is needed this year.
REVENUE FY 04/05 FY 05/06 FY 06/07
Current ($3.25/ERUlmonth) $633,000 $640,000 $650,000
Add'l $1/ERU/month $81,000 $195,000 $197000
$714,000 $835,000 $847,000
EXPENSES
Personnel $265,000 $275,000 $285,000
Operating $415,000 $410,000 $420,000
Capital $52,000 $140,000 $140,000
NRCS - Creek Clearing $70,000 $0 $0
NRCS - Bank Stabilization ~ $50,000 ~
$802,000 $875,000 $845,000
Surplus (Deficit) ($88,000) ($40,000) $2,000
Beainnina Fund Balance $292,000 $204,000 $164,000
Ending Fund Balance $204,000 $164,000 $166,000
The $70,375 needed to fund the City portion of this project would come from Stormwater
fund balance. A loan from the General Fund will cover the cash flow necessary to encumber the
work prior to the receipt ofthe grant funds which is anticipated within 90 days.
March 14, 2005
Regular Agenda Item 503
Page 3
RECOMMENDATIONS:
It is recommended the Commission authorize the City Manager to enter into
contracts with Phillips and Jordan, Inc. in the amount of $114,500 and A Budget Tree
Service, Inc. in the amount of $167,000 plus 10% contingency for both for the clearing of
the trees and debris from the various creeks and canals. The funding is to come from a
supplemental appropriation of $70,375 plus any contingencies needed from the Stormwater
Utility fund balance to a creek clearing project line code. In addition, it is recommended
that the City Commission direct staff to bring an ordinance for consideration proposing an
increase in the monthly stormwater fee from $3.25 to $4.25.
IMPLEMENTATION:
The work is to be completed within 60 to 90 of commencement.
ATTACHMENTS:
A) Price Quotation from Phillips & Jordan, Inc. dated January 11, 2005
B) Price Quotation from A Budget Tree Service, Inc. dated January 28,2005
C) List of the Creeks and Canals with the Price Breakdown and Comparison
COMMISSION ACTION:
PHILLIPS JORDAN
2516619348
p.2
Jan 12 2005 12:07
~ PmLLIPS & JORDAN, INC.
A TT ACHMENT NO. 1
January 11, 2005
Mr. Allen Hill
Public Works Director
Wmter Springs, FL
Re: Channel Obstruction Removal
Dear Mr. Hill:
Pw-suant to your conversations with Vann Yates and Wayne Shuler, Phillips and Jordan, Inc. is
pleased to quote the referenced project Our prices are based upon those conversation~ as wen
as site visits to the project and documents provided to Mr. Yates and Mr. Slader. including, but
not limited to, the parcel and street map dated 2004 given to V ann Yates and Wayne Shuler.
1) 2 quadrants northwest of Little Lake Howell designated as Site 1
$199,500.00
2) Area north of Little Lake Howell designated as Site 2
$ 67,500.00
5114,500.00
3) East Northeast ofUttle Lake Howell designated as Site 3
Total Quote
$381,500.00
We are prepared to start work within seven (1) days of Notice to Proceed.
Thank you very much for your time and consideration, and please don't hesitate to call iffurther
information is needed.
Sincerely,
P~~.INC
Cecil B. Patterson
Assistant Vice President
Cc: Zynca Perez. Storm Water Utility Manager
P.O. Dmwer 604; 16 Court 61. . Robbinsville, NC 22
ph 828.479.3371 · fax 828.479.3
www.pandj.:
A TT ACHMENT NO. 2
A Budget Tree Service, Inc.
710 E. State Road 434
Winter Springs, Fl. 32708
(407)327-2520
F= (407)327-2523
Email =treeladv@abudgettreeservice.com
RE: CHANNEL OBSTRUCTION PROJECT BID FOR CITY OF WINTER
SPRINGS DATED JANUARY '05 (HURRICANE DAMAGE)
Mission Statement for Project
A Budget Tree Service, Inc. is dedicated to providing quality work! Our
mission in this project is to perform according to the specifications of the "Work
Scope" and to deliver the Channel, banks and surrounding environment back to the
City of Winter Springs with as little environmental impact as humanly possible.
Our teams pride themselves in the pruning and removal of damaged trees
and/or limbs according to ANSI 300 Standards without causing further damage to
the surrounding forest.
We will utilize equipment in areas where the forest will not be disrupted or
disturbed.
The equipment we plan on using for this project are Cranes where accessible
and needed to limit impact to the environmental surroundings and the bobcats will
only be used in specific settings.
Debris will be hauled away from areas where cranes are needed near roadways
such as, Trotwood and W.S Blvd near Chokecherry.
Also in Hacienda Village behind West La Vista Drive a large Live Oak in Gee
Creek needs to be hauled away to avoid further blockage.
The majority of this work will have to be done by labor rather than machines
in order to preserve the surrounding environment. Pulley systems, winches, etc. will
be utilized as hand equipment.
The City Representative will be informed as areas are completed. This
project will be completed in a timely fashion.
We look forward to serving our fair City in the field of our expertise and are
sure that this project will aid in the recovery of the hurricane disasters of 2004.
A Budget Tree Service, Inc.
710 E. State Road 434
Winter Springs, Fl. 32708
(407)327-2520
F=( 407)327-2523
Email =treeladv@abudgettreeservice.com
"CONSTRUCTION SPECIFICATION FOR CHANNEL OBSTRUCTION
REMOVAL FOR THE CITY OF WINTER SPRINGS
1. Scope
The work shall consist of the cleanup of designated channel areas consisting of the
removal and disposal of trees, logs, stumps, brush, tops, rubbish, debris and other
items as specified in Section 8 deposited in the channel.
2. Access
Access shall be designated by the City of Winter Springs representative unless
alternate routes are obtained by the Contractor and approved by the City of Winter
Springs. All access routes shall be restored, by the Contractor, to the condition prior
to the commencement of work under this contract.
3. Limits of Work
Each end of each reach of the channel and its tributaries designated for obstruction
removal will be referenced to identified roads or other structures or landmarks or be
marked by the City Representative by means of stakes, flags or other suitable
markers.
4. Removal
Flow obstructions shall be removed by methods including, but not limited to, sawing,
cabling, winching, lifting or dragging.
The following guidelines will be used to determine which trees, stumps and brush to
remove.
a) All downed trees, brush, limbs, tops, vines and other washed-in woody
vegetative materials lying completely or partially within the stream banks and
right of way shall be removed extending three (3) feet out from either edge of
bank.
b) Undermined or storm damaged trees within or outside the banks which are
still standing but likely to fall into the stream shall be removed.
c) Stumps of downed trees within the channel banks shall not be removed unless
otherwise noted in Section 8 of this specification.
All building materials, manufactured items and other loose for~igndebris lying
completely or partially within the limits of designated areas shall be properly disposed of.
5. Disposal
All material produced from the "Channel Obstruction Removal" shall be disposed of
adjacent to streams. Material is to be placed outside of work area so material will not
wash back into the stream. All trees and limbs shall be cut to allow as much ground
contact as practical to promote deterioration of material.
Debris shall not be placed in tributaries, side ditches, floodplains nor other defmed water
entrances to the watercourse being cleaned.
6. Special Requirements
Roadways constructed in the work areas shall be kept to the minimum necessary.
All saw cuts shall be made parallel to and as close to ground level as practical.
The Contractor shall take reasonable precautions to prevent further damage to the channel
and its environment to include channel banks, fishery resources and undamaged ~rees.
The Contractor shall provide tanks or barrels to be used for off-site disposal of chemical
pollutants such as drained lubricating or transmission oils, greases, etc. produced as a by-
product of this work. Washing, fueling or servicing of equipment shall be avoided where
spillage or wash water can enter the watercourse.
The number of channel crossings shall be kept to a minimum. Materials used to form
channel crossings shall be removed once the work for the subject reach is completed.
Fences which must be cut or removed for access shall be repaired or replaced by the
Contractor at his expense to equal or exceed the quality of fencing that was in place prior
to the cutting or removal.
The Contractor shall take all reasonable precautions to prevent further damage to
structures, utilities or other fixed improvements and shall promptly repair or replace at his
expense any such improvements damaged by his operations.
The Contractor shall coordinate, with the appropriate road department, the methods and
manners of traffic control.
7. Measurement and Payment
Payment will be made on a lump sum basis. Such payment shall be considered full
compensation for all materials, labor, equipment, tools, seeding and other items necessary
and incidental to complete the work.
8. Items of Work and Construction Details
Items of work to be performed in conformance with this specification and the
construction details therefore are:
Channel Obstruction Removal
a) This item shall consist of the removal and disposal of all obstructions caused by
Hurricane Charley and/or construction activity from within the specified limits
shown on the drawing or as staked in the field.
b) All debris within the work limits shall be removed. Vegetative debris longer than
18 inches and having a diameter greater than 2 inches within the work limits shall
be removed. This is to include, but is not limited to all debris (trees, root balls
which have been displaced, etc.) that is a part of the debris within the work limits.
c) The Contractor is responsible for any debris, which his operation may dislodge
and float downstream of the work area.
d) All ruts and depressions caused by the Contractor shall be filled or leveled out.
All bare areas shall be seeded and mulched as directed by the city."
FOR THE ABOVE DESCRIBED WORK SPECIFICATIONS IN ITS
ENTIRETY, A Budget Tree Service, Inc., does hereby enter their bid for
the amount of
The Highlands Creek - $ 27,000.00
No Name Creek - $ 40,000.00
Gee Creek - $ 35,000.00
Little Howell Creek - $ 65,000.00
Howell Creek - $ 68,000.00
Bear Creek - $ 60,000.00
Thank you for this opportunity!
A TT ACHMENT NO. 3
COST - CLEARING OF THE CREEKS AND CANALS
Locations:
(Contractor 1)
Phillips & Jordan
(Contractor 2)
A Budget Tree Servo
1.) 2 quadrants NW of Little Lake Howell
designated as Site 1
$199,500.00
The Highlands Creek
No Name Creek
Gee ereek
$27,000.00
$40,000.00
$35,000.00
Subtotal: $102,000.00 OK
2.) Area North of Little Lake Howell
designated as Site 2
$67,500.00
Little Howell Creek
$65,000.00 OK
3.) East N.E. of Little Lake Howell
designated as Site 3
$114,500.00 OK
Howell Creek
Bear Creek
$68,000.00
$60,000.00
Subtotal: $128,000.00
Totals (per contractor)
$381,500.00 $295,000.00
* Recommend for;
1 .) elearing of the Soldiers, No Name & Gee ereeks and Little Lake Howell by A Budget
Tree in the total amount of $167,000.
2.) elearing of East N.E. of Little Lake Howell or Howell and Bear Creeks by Phillips &
Jordan in the amount of 114,500.
. ()
r) S~~7 -pzee I ~ .
;
'-\
AGREEMENT FORM
THIS AGREEMENT MADE THIS 28th DAY OF March 2005 between the CITY OF WINTER
SPRINGS of 1126 East State Road 434, Winter Springs, Florida 32708, Seminole County, State
of Florida, herein referred to as OWNER and A Budget Tree Service, Inc, State of Florida,
herein referred to as CONTRACTOR, a person duly licensed as a Contractor in the State of
Florida, as follows:
1. DESCRIPTION OF WORK - CONTRACTOR shall perform the work, in accordance with
the Contract Documents for the construction of Channel Obstruction Project.
2. CONTRACT DOCUMENTS - The Contract Documents consist of this Agreement; all
Technical, General and Supplementary Conditions and Sections contained in the Project
Manual; the Drawings as listed on the Bid Form and Index to Drawings; all Addenda issued prior
to and all Change Orders issued after execution of this Agreement. These form the Contract
and are incorporated into this Contract by this reference.
3. CONTRACT TIME - The CONTRACTOR shall begin work within 10 days after the
issuance of a written Notice to Proceed and shall complete the work within 120 calendar days
from the date of the Notice to Proceed. Extensions, if any, are authorized by OWNER, and may
only be granted in writing.
4. LIQUIDATED DAMAGES - OWNER and CONTRACTOR recognize that time is of the
essence of this Agreement and that OWNER will suffer financial loss if the Work is not
substantially complete within the time specified in Paragraph 3 above, plus any extensions
thereof allowed in accordance with the General Conditions. They also recognize the delays,
expense, and difficulties involved in proving in a legal or arbitration preceding the actual loss
suffered by OWNER if the Work is not substantially complete on time. Accordingly, instead of
requiring any such proof, OWNER and CONTRACTOR agree that as liquidated damages for
delay (but not as a penalty) CONTRACTOR shall pay OWNER $200.00 for each day that
expires after the time specified in Paragraph 4 for final completion until the work is finally
complete, and that OWNER has paid to CONTRACTOR the consideration of Ten ($10.00)
Dollars as consideration for this provision.
5. CONTRACT PRICE, UNIT PRICE CONTRACT - The OWNER will pay the
CONTRACTOR in current funds for the performance of the work, subject to additions and
deductions by Change Order, the Total Contract Price of One Hundred Sixty-seven Thousand
Dollars ($ 167.000.00) Payments will be made to the CONTRACTOR for actual quantities
installed on the basis of the Schedule of Unit Prices included as a part of his Bid, which shall be
as fully a part of the Contract as if attached or repeated herein.
6. PROGRESS PAYMENTS - OWNER shall make progress payments on account of the
contract price to CONTRACTOR, on the basis of application for payments submitted to the City
or their authorized representative, by CONTRACTOR as the work progresses, and in
accordance with the Contract Documents.
Progress payments may be withheld if:
(A) Work is found defective and not remedied;
-II
. ...,
(B)
(C)
Contractor does not make prompt and proper payments to subcontractors;
Contractor does not make prompts and proper payments for labor, materials, or
equipment furnished him;
(D) Another Contractor is damaged by an act for which Contractor is responsible;
(E) Claims or liens are filed on the job; or
(F) In the opinion of the City of Winter Springs, Contractor's work is not progressing
satisfactorily.
7. FINAL PAYMENT - OWNER shall withhold up to 10% of the Contract Price throughout
the project. The OWNER shall release 50% of the amount withheld upon issuance of the
Substantial Completion Certificate. The remaining 50% of the amount withheld shall be
released with the Final Payment after the issuance of the Final Completion Certificate. OWNER
shall make final payment to CONTRACTOR within thirty (30) days after the work is fully and
properly completed, if the contract has been fully and timely performed, but subject to the
condition that final payment shall not be due until CONTRACTOR has delivered to OWNER a
complete release of liens arising out the contract, or receipt releases of lien fully covering all
labor, materials and equipment for which a lien could be filed, or in the alternative a bond
satisfactory to OWNER indemnifying him against such claims.
By making payments OWNER does not waive claims including but not
limited to those relating to:
(A) Faulty work appearing after substantial completion has been
granted;
(B) Work that does not comply with the Contract Documents:
(C) Outstanding claims of liens; or
(D) Failure of Contractor to comply with any special guarantees required by the
Contract Documents.
8. DESIGNATION OF PROJECT DIRECTOR OR ARCHITECT OR LANDSCAPE
ARCHITECT: DUTIES AND AUTHORITY - The duties and authority of the City are as
follows:
a. General Administration of Contract. The primary function of the City is to provide the
general administration of the contract. In performance of these duties Gregory A.
Bishop. or his authorized representative is the City's Project Director during the entire
period of construction. The OWNER (City) may change the Project Director during the
term of this contract.
b. Inspections. Opinions. and Proaress Reports. The OWNER shall be kept familiar
with the progress and quality of the work by CONTRACTOR and may make periodic
visits to the work site. The OWNER will not be responsible for the means of
construction, or for the sequences, methods, and procedures used therein, or for the
,
;~
\,
CONTRACTOR's failure to perform the work in accordance with the Contract
Documents.
c.
Access to Worksite for InsDections. The OWNER shall be given free access to the
worksite at all times during work preparation and progress. The Project Director is not
obligated to make exhaustive or continuous on site inspections to perform his duties of
checking and reporting on work progress, and any such inspections shall not waive
Owner's claim regarding defective work by Contractor.
Interpretation of Contract Documents: Decisions on Disputes. The OWNER will be
the initial interpreter of the contract document requirements, and make decisions on
claims and disputes between Contractor and Owner.
d.
e.
Reiection and Stoppaae of Work. The OWNER shall have authority to reject work
which in its opinion does not conform to the Contract Documents, and in this connection
may stop the work or a portion thereof, when necessary.
f.
Payment Certificates. The OWNER will determine the amounts owing to
CONTRACTOR as the work progresses, based on CONTRACTOR's applications and
OWNER's inspections and observations, and will issue certificates for progress
payments and final payments in accordance with the terms of the Contract Documents.
9.
RESPONSIBILITIES OF CONTRACTOR - CONTRACTOR's duties and rights in
connection with the project herein are as follows:
a.
Responsibility for SUDervision and Construction. CONTRACTOR shall be solely
responsible for all construction under this contract, including the techniques, sequences,
procedures and means, for the coordination of all work. CONTRACTOR shall supervise
and direct the work, and give it all attention necessary for such proper supervision and
direction.
b.
Discipline and Employment. CONTRACTOR shall maintain at all times strict discipline
among his employees, and he agrees not to employ for work on the project any person
unfit or without sufficient skill to perform the job for which he was employed.
c.
Furnishina of Labor. Materials. etc. CONTRACTOR shall provide and pay for all
labor, materials and equipment, including tools, construction equipment and machinery,
utilities, including water, transportation, and all other facilities and services necessary for
the proper completion of work on the project in accordance with the Contract
Documents.
d.
Payment of Taxes: Procurement of Licenses and Permits. CONTRACTOR shall
secure all licenses and permits necessary for proper completion of the work, paying the
fees thereof. CONTRACTOR warrants that it (and subcontractors or tradesmen, if
authorized in the Contract Documents) hold or will secure all trade or professional
licenses required by law for CONTRACTOR to undertake the contract work.
e.
CONTRACTOR will provide written guarantee for work and materials for one (1)
calendar year after acceptance by OWNER.
10. BOND - CONTRACTOR shall supply a materials, performance and payment bond(s) in
accordance with Florida law and to the satisfaction of OWNER, in an amount specified in
the Contract Documents.
11. MEDIATIONNENUE - The parties agree that should any dispute arise between them
regarding the terms or performance of this Agreement, both parties will participate in a
mediation. The parties agree to equally share the cost of the mediator. Should the
parties fail to resolve their differences through mediation, then any cause of action filed
hereunder shall be filed in the Circuit or County Court for Seminole County, Florida.
12. NOTICES - Any notice or approval under this Contract shall be sent, postage prepaid, to
the applicable party at the address shown on the first page of this Contract.
Signed, Sealed and Delivered in the presence of:
1)~ \ t. {V\ ~~h e.-
CONTRACTOR:
Tree Service, Inc.
..:)0 r'''~.;~ 3'. r-t) ~e. (
'l,~~t<..s.
Title
'lIC E, ~e R? ~3'-\
Business Address
~
l.:)\-4\e.I ~-fQC I ~(... .J~IO~
City, State Zip
Date 3{ a~ {~
OWNER:
CITY OF WINTER SPRINGS
d'iJdt'~ /'~~
~nald W. McLemore
City Manager
1126 East State Road 434
Winter Springs, FL. 32708
407 -327 -1800
..
A Budget Tree Service, Inc.
710 E. State Road 434
Winter Springs, FI. 32708
(407)327-2520
F= (407)327-2523
Email =treeladv@abudgettreeservice.com
RE: CHANNEL OBSTRUCTION PROJECT BID FOR CITY OF WINTER
SPRINGS DATED JANUARY '05 (HURRICANE DAMAGE)
Mission Statement for Project
A Budget Tree Service, Inc. is dedicated to providing quality work! Our
mission in this project is to perform according to the specifications of the "Work
Scope" and to deliver the Channel, banks and surrounding environment back to the
City of Winter Springs with as little environmental impact as humanly possible.
Our teams pride themselves in the pruning and removal of damaged trees
and/or limbs according to ANSI 300 Standards without causing further damage to
the surrounding forest.
We will utilize equipment in areas where the forest will not be disrupted or
disturbed.
The equipment we plan on using for this project are Cranes where accessible
and needed to limit impact to the environmental surroundings and the bobcats will
only be used in specific settings.
Debris will be hauled away from areas where cranes are needed near roadways
such as, Trotwood and W.S Blvd near Chokecherry.
Also in Hacienda Village behind West La Vista Drive a large Live Oak in Gee
Creek needs to be hauled away to avoid further blockage.
The majority of this work will have to be done by labor rather than machines
in order to preserve the surrounding environment. Pulley systems, winches, etc. will
be utilized as hand equipment.
The City Representative will be informed as areas are completed. This
project will be completed in a timely fashion.
We look forward to serving our fair City in the field of our expertise and are
sure that this project will aid in the recovery of the hurricane disasters of 2004.
A Budget Tree Service, Inc.
710 E. State Road 434
Winter Springs, Fl. 32708
(407)327 -2520
F=( 407)327 -2523
Email =treelady@abudgettreeservice.com
"CONSTRUCTION SPECIFICATION FOR CHANNEL OBSTRUCTION
REMOVAL FOR THE CITY OF WINTER SPRINGS
1. Scope
The work shall consist of the cleanup of designated channel areas consisting of the
removal and disposal of trees, logs, stumps, brush, tops, rubbish, debris and other
items as specified in Section 8 deposited in the channel.
2. Access
Access shall be designated by the City of Winter Springs representative unless
alternate routes are obtained by the Contractor and approved by the City of Winter
Springs. All access routes shall be restored, by the Contractor, to the condition prior
to the commencement of work under this contract.
3. Limits of Work
Each end of each reach of the channel and its tributaries designated for obstruction
removal will be referenced to identified roads or other structures or landmarks or be
marked by the City Representative by means of stakes, flags or other suitable
markers.
4. Removal
Flow obstructions shall be removed by methods including, but not limited to, sawing,
cabling, winching, lifting or dragging.
The following guidelines will be used to determine which trees, stumps and brush to
remove.
a) All downed trees, brush, limbs, tops, vines and other washed-in woody
vegetative materials lying completely or partially within the stream banks and
right of way shall be removed extending three (3) feet out from either edge of
bank.
b) Undermined or storm damaged trees within or outside the banks which are
still standing but likely to fall into the stream shall be removed.
c) Stumps of downed trees within the channel banks shall not be removed unless
otherwise noted in Section 8 of this specification.
All building materials, manufactured items and other loose fur~igndebris lying
completely or partially within the limits of designated areas shall be properly disposed of.
5. Disposal
All material produced from the "Channel Obstruction Removal" shall be disposed of
adjacent to streams. Material is to be placed outside of work area so material will not
wash back into the stream. All trees and limbs shall be cut to allow as much ground
contact as practical to promote deterioration of material.
Debris shall not be placed in tributaries, side ditches, floodplains nor other defined water
entrances to the watercourse being cleaned.
6. Special Requirements
Roadways constructed in the work areas shall be kept to the minimum necessary.
All saw cuts shall be made parallel to and as close to ground level as practical.
The Contractor shall take reasonable precautions to prevent further damage to the channel
and its environment to include channel banks, fishery resources and undamaged p-ees.
The Contractor shall provide tanks or barrels to be used for off-site disposal of chemical
pollutants such as drained lubricating or transmission oils, greases, etc. produced as a by-
product of this work. Washing, fueling or servicing of equipment shall be avoided where
spillage or wash water can enter the watercourse.
The number of channel crossings shall be kept to a minimum. Materials used to form
channel crossings shall be removed once the work for the subject reach is completed.
Fences which must be cut or removed for access shall be repaired or replaced by the
Contractor at his expense to equal or exceed the quality of fencing that was in place prior
to the cutting or removal.
The Contractor shall take all reasonable precautions to prevent further damage to
structures, utilities or other fixed improvements and shall promptly repair or replace at his
expense any such improvements damaged by his operations.
The Contractor shall coordinate, with the appropriate road department, the methods and
manners of traffic control.
7. Measurement and Payment
Payment will be made on a lump sum basis. Such payment shall be considered full
compensation for all materials, labor, equipment, tools, seeding and other items necessary
and incidental to complete the work.
8. Items of Work and Construction Details
Items of work to be performed in conformance with this specification and the
construction details therefore are:
Channel Obstruction Removal
a) This item shall consist of the removal and disposal of all obstructions caused by
Hurricane Charley and/or construction activity from within the specified limits
shown on the drawing or as staked in the field.
b) All debris within the work limits shall be removed. Vegetative debris longer than
18 inches and having a diameter greater than 2 inches within the work limits shall
be removed. This is to include, but is not limited to all debris (trees, root balls
which have been displaced, etc.) that is a part of the debris within the work limits.
c) The Contractor is responsible for any debris, which his operation may dislodge
and float downstream of the work area.
d) All ruts and depressions caused by the Contractor shall be filled or leveled out.
All bare areas shall be seeded and mulched as directed by the city."
FOR THE ABOVE DESCRIBED WORK SPECIFICATIONS IN ITS
ENTIRETY, A Budget Tree Service, Inc., does hereby enter their bid for
the amount of
The Highlands Creek - $ 27,000.00
No Name Creek - $ 40,000.00
Gee Creek - $ 35,000.00
Little Howell Creek - $ 65,000.00
Howell Creek - $ 68,000.00
Bear Creek - $ 60,000.00
Thank you for this opportunity!
NOTICE TO PROCEED FORM
TO: A Budget Tree Service, Inc
710 East State Road 434
Winter Springs, Florida 37208
DATE: March 31, 2005
PROJECT: Channel Obstruction Project
You are hereby notified to commence WORK in accordance with the Agreement dated 28
March 2005. In accordance with the Agreement, all work shall commence within 10 days of the
date of this Notice to Proceed and shall be substantially complete within 120 calendar days
of the date of this Notice to Proceed. Therefore, the date of completion is 29 June 2005
By
Greaorv A. Bishop. Capital Proiects Coordinator
(Printed Name and Title)
ACCEPTANCE OF NOTICE
Receipt of the above NOTICE TO PROCEED IS HEREBY ACKNOWLEDGED by
this ~ \ S;~ day of ~~ I <->-. ,~.
~~
~~:J. ~<O~ "1~P(~.s~
(Printed Name and Title)