HomeMy WebLinkAbout1995-15 Award of Bid-Southeast Cattle Co-Landscape & Irrigation-Parkland Equestrian Ctr at Temple Park
RESOLUTION NO. 95 - 15
A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF
.ARltLAND, FLORIDA AWARDING A CONTRACT TO SOUTHEAST
CATTLE CO. , INC. TO INSTALL LANDSCAPE AND
IRRIGATION IMPROVIMINTS AT THE PARKLAND EQUESTRIAN
CENTER AT TEMPLE PARK, CITY CONTRACT #001-95
WHER~S, the City Commission of the City of Parkland,
advertised for bids to install landscape and irrigation
improvements at the Parkland Equestrian Center at Temple Park in
the City of Parkland; and
WHEREAS, the City of Parkland received six (6) bids from
the following bidders: Caribbean Landscaping; Custom Care, Inc.;
Prestige Property Management & Maintenance; Southeast Cattle Co.,
Inc.; Siga, Inc.; and Reed Landscaping, Inc.
WHEREAS, the City Commission finds that the bid of
Caribbean Landscaping is nonconfor.ming for failure to provide a bid
bond as required by the bid specifications; and
WHEREAS, the City Commission has deter.mined that the bid
of Southeast Cattle Co., Inc. is the lowest responsible and
responsive bid and that it is in the best interest of the City to
accept said bid;
NOW, THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF
THE CITY OF PARKLAND, FLORIDA, that:
RESOLUTION NO. 95-15
BID AWARD LANDSCAPE AND IRRIGATION IMPROVEMENTS
PARKLAND EQUESTRIAN CENTER AT TEMPLE PARK
PAGE 2
Section 1.
That, Southeast Cattle Co., Inc. is hereby
awarded a contract in the amount of $20,316.00 for landscape and
irrigation improvements for the Parkland Equestrian Center at
Temple Park, City of Parkland Contract #001-95, in the City cit
Parkland.
The contract must be acceptable in for.m to the City
Attorney.
Section 2.
The appropriate authorities are hereby
authorized to draft a contract acceptable in for.m to the City
Attorney and City Manager, and upon approval of the City Attorney
and City Manager as to the for.m of contract, they shall enter into
said contract with Southeast Cattle Co., Inc.
PASSED AND ADOPTED THIS 1
DAY OF MARCH , 1995.
~~
...- SAL PA L , MAYOR
~~ C2-\:~
SUSAN ARMSTRONG, C . M. C . , ITY CLERK
M E M 0 RAN DUM
TO: MAYOR PAGLIARA AND CITY COMMISSION
THRU: HARRY J. MERTZ. CITY MANAGER
FROM: BRIAN D. ARCHER. LANDSCAPE/CODE COMPLIANCE~A-
SUBJECT: EQUESTRIAN CENTER AT TEMPLE PARK LANDSCAPE AND
IRRIGATION IMPROVEMENTS - CITY CONTRACT *001-95
DATE: MARCH 1. 1995
On Friday, February 10, 1995. bids were publicly opened for the
subject project. A summary of the bid results is listed below.
After reviewing the bid packages, I recommend Southeast Cattle
Co.. Inc.
BIDDERS
AMOUNT
1.
CARIBBEAN LANDSCAPING
3473 N. UNIVERSITY DRIVE
SUITE 262
SUNRISE, FLORIDA 33351
INCOMPLETE: NO BID BOND
LAND.
IRR.
TOTAL
$9,190.25
$6,.420.50
$15,610.75
5. SIGA,. INC.
5500 DAVIE ROAD
DAVIE. FLORIDA 33314
BID BOND 5%
6. REED LANDSCAPING, INC.
951 S. W. 121 AVENUE
FT. LAUDERDALE. FLORIDA 33322
BID BOND $ 1,562.50
LAND. $15,802.54
IRR. $10,276.39
TOTAL $26,078.93
LAND. $14,358.00
IRR. $11, 930.00
TOTAL $26,288.00
LAND $11.516.00
IRR. $ 8,800.00
TOTAL $20.316.00
LAND. $9,048.05
IRR. $21.450.00
TOTAL $30.498.00
LAND $13.476.52
IRR. $10,890.00
TOTAL $23.760.52
2. CUSTOM CARE, INC.
6560 EAST ROGERS CIRCLE
BOCA RATON, FLORIDA 33487
BID BOND $1.303.95
3. PRESTIGE PROP. MGMT & MAINT.
3300 S. W. 46TH AVENUE
DAVIE. FLORIDA 33312-2215
BID BOND $1.315.00
4. SOUTHEAST CATTLE CO.,INC.
P. O. BOX 820010
SOUTH FLORIDA. FL. 33082-0010
BID BOND 5%
AGREEMENT
This Agreement is dated as of the ~day of APRIL in
the year 1m by and between the CITY OF PARKLAND, hereinafter
called OWNER, and SOUTHEAST CATTLE CO.. INC., hereinafter
called CONTRACTOR.
OWNER and CONTRACTOR, .in consid~ration ofttlem'utual covenants
hereinafter set forth, agree as follows:
ArUcle 1 - WOQK
The Contractor shall complete all Work as specified or indicated in the Contract
Documents for the project in Parkland, Florida entitled:
LANDSCAPE AND IRRIGATION IMPROVEMENTS FOR THE
EQUESTRIAN CENTER AT TEMPLE PARK
CONTRACT NO. 001-95
Mtcle 2 - CITY of PARKLAND
The Project has been designed by the City of Parkland, and will assume all duties
and responsibilities and will have the rights and authority assigned to City of
Parkland in the Contract Documents in connection with completion of the Work
in accordance with the Contract Document.
Article 3 - CONIRACT TIME
I
The work will be completed within.3Q days after the issuance of notice to proceed
by the OWNER. Time is of the essence
Article 4 - CONTRACT PRICE
The OWNER shall pay to the CONTRACTOR for the performance of the Work for
completion of each of the following work items completed at the unit price stated
hereafter.
A - 1
SCHEDULE OF BID PRICES
CONTRACT NO. 001-95
ITEM NO.
DESCRIPTION
BID PRICE
1 Furnish and Install all Plant
Materials, Related Materials and
Supplies as specified and shown on
the ptans, including furhishing
and installing back fill material
for plants as specified and to
prepare grade for grass or sod as
specified..... ..................................................... ..SJ 1,516.00
2 Furnish all labor, equipment
and materials necessary to install
and complete the Irrigation System
as specified and shown on plans,.........,.........$8,800.0Q
TOTAL BID PRiCE............................................................$20.316.00
TOTAL PRICE IN WORDS: Twenty Thousand Three Hundred Sixteen
DoIJars and No Cent,L
A - 2
Article 5 - PAYMENT PROCEDURES
CONTRACTOR shall submit Applications for Payment. Applications for Payment will
be processed by the City of Parkland,
5.1 Progress Payment. OWNER shall make progress payments on account of the
Contract Price on the basis of CONTRACTOR'S Applications for Payment as
recommended by City of Parkland, on or about the ~ day of each month
during construction as provided below. All progress payments will be on the
basis of the progress of the Work measured by the schedule of values
provided as approved by the City of Parkland.
5. 1 .1 Prior to Substantial Completion progress payments will be in an
amount equal to:
a.
90% of the Work completed. Releases of liens must
accompany the request for payment.
,/
5.1.2 Upon Substantial Completion, OWNER shall pay an amount sufficient
to increase total payments to CONTRACTOR TO 95% of the Contract
Price, less such amounts determined by the City ot Parkland.
5.2 Final Payment. Upon tinal completion and acceptance of the Work.
OWNER shall pay the remainder of the Contract Price as recommended by
a City of Parkland representative and upon release of all liens in writing and
execution by CONTRACTOR of any required affidavits of payment.
Article 6 - INTEREST
All moneys not paid when due hereunder shall bear interest at the maximum rate
allowed by law at the place of the Project.
~rticle 7 - CO~RACTQRrs R_~PRESENTATIONS
In order to induce OWNER to enter into this Agreement CONTRACTOR makes the
following representations:
7.1 CONTRACTOR has familiarized himself with the nature and extent of the
Contract Documents, Work, locality and with all local conditions and
federal, state and local laws, ordinances, rules and regulations that in any
manner may affect cost, progress or performance of the Work.
A - 3
7.2 CONTRACTOR has studied carefully and examined all latent physical
conditions at the site that may otherwise affect cost progress or
performance of the Work which were relied upon by the City of Parkland in
the preparation of the Drawings and Specifications and which have been
identified in the supplementary conditions.
7.3 CONTRACTOR has made or caused to be made examinations, investigation
and test and studies of such reports and related data in addition to this
referred to in paragraph 7.2 as he deems necessary for the performance of
the Work at the Contract Price, within the Contract Time and in accordance
with the other terms and conditions of the Contract Documents; and no
additional examinations, investigations, tests, reports or similar data are or will
be required by CONTRACTOR for such purposes.
7.4 CONTRACTOR has correlated the results of all such observations,
examinations, investigations, tests, reports and data with the terms and
conditions of the Contract Document.
7.5 CONTRACTOR has given the City of Parkland written notice of all conflicts,
errors or discrepancies that he has discovered in the Contract Documents
and the written resolution thereof by the City of Parkland is acceptable to
the CONTRACTOR.
"
A - 4
A~le 8 - CONTRACT DOCUMENTS
The Contract Documents which comprise the agreement between OWNER and
CONTRACTOR are attached to this Agreement, made a part hereof and consists
of the following:
8.1 This Agreement (pages A-l to A-14, inclusive).
8.2 Contractor's Proposal (pages ~ to J.Q., inclusive).
8.3 Performance and Payment Bond(pages PB., 1 to PB - 5, inclusive).
8.4 Notice of Award (Parkland Resolution No. 95-15, Inclusive).
8.5 Specifications bearing the title Detailed Specifications General
Requirements (pages (landscape) --L to --1L and (Irrigation) pages
.l to..1L (inclusive)).
8.6 Final Receipt (page ER-l)
8.7 Drawings consist of: landscape & Irrigation Plans
8.8 Addenda numbers -L, inclusive.
8.9 Documentation submitted by CONTRACTOR prior to Notice of Award
(inclusive)
8.10 Any Modifications, including Change Orders, duly delivered after
execution of Agreem~nt.
8.11 Notice to Proceed (page TP - 1, inclusive).
There are no Contract Documents other than those listed above in this Article 8.
The Contract Documents may only be altered, amended or repealed by a
Modification as agreed by both the owner and the contractors.
"
AdI.cIe 9 - MISCE1~NEOU~
9.1 No assignment by a party hereto of any rights under or Interests In the
Contract Document will be binding on another party hereto without the
written consent of the party sought to be bound; and specifically but without
limitation, moneys that may become due and moneys that are due may not
A - 5
be assigned without such consent (except to the extent that the effect of
this restriction may be limited by law), and unless specifically stated to the
contrary in any written consent to an assignment no assignment will release
or discharge the assignor from any duty or responsibility under the Contract
Documents.
9.2 OWNER and CONTRACTOR each binds himself, his partners, successor,
assigns and legal representatives to the other party hereto, his partners,
successors, assigns and legal representatives in respect of 011 covenants,
agreements and obligations contained in the Contract Documents.
Article 10 - INDEMNIFICA lIQN CLAUSE
The Contractor sholl defend indemnify and hold harmless the City of Parkland, the
City Commission and their agents and employees from and against 011 claims,
damages, losses and expenses including attomey's fees arising out of or resulting
from the performance of the work provided that any such claim, damages, loss or
expense
(1) is attributable to bodily injury, sickness, disease or death,
or to injury to or destruction of tangible property (other
than the work itself) including the loss of use resulting
therefrom, and
(2) is caused in whole or in part by any negligent act or omission of the
Contractor, any Subcontractor, anyone directly or indirectly
employed by any of them or anyone for whose acts any of them may
be liable, regardless of whether or not it is caused in part by a party
indemnified hereunder.
In any and 011 claims against the Owner, the City, or any of their agents or
employees by any employee of the Contractor, any Subcontractor, anyone
directly or indirectly employed by any of them or anyone for whose acts any of
them may be liable, the indemnification obligation under this Paragraph shall not
be limited in any way by any limitation on this amount or type of damages
compensation or benefits payable by or for the Contractor or any Subcontractor
under workmen's compensation acts, disability benefit acts or other employee
benefit acts. Nothing in this section sholl affect the immunities of the City pursuant
to Chapter 768, Florida Statutes.
Contractor sholl execute page A-12 INDEMNIFICATION CLAUSE.
I
A - 6
ARTICLE 11 - CONTRACT TIME
11.1 ALL TIME LIMITS STATED IN THE CONTRACT DOCUMENTS ARE OF THE ESSENCE
OF THE AGREEMENT. NO CLAIM FOR DAMAGES OR ANY CLAIM OTHER THAN
FOR AN EXTENSION OF TIME SHALL BE MADE OR ASSERTED AGAINST THE CITY
my REASON OF ANY DELAY. CONTRACTOR shall not be entitled to an
increase in the Contract Price or payment or compensation of any kind from
CITY for direct indirect consequential, impact or other costs, expenses or
damages including but not limited to costs of acceleration or inefficiency,
arising because of delay, disruption, interference or hindrance from any
cause whatsoever, whether such delay, disruption, interference be
reasonable or unreasonable, foreseeable or unforeseeable, or avoidable or
unavoidable; provided, however, that this provision shall not preclude
recovery of damages by CONTRACTOR for hindrances or delays due solely
to fraud, bad faith or active interference on the part of CITY or its agents.
Otherwise, CONTRACTOR shall be entitled only to extensions of the Contract
Time as the sole and exclusive remedy for such resulting delay, in
accordance with and to that extent specifically provided above. No
extension of time shall be granted for delays resulting from normal weather
conditions prevailing in the area as defined by the average of the last ten
(10) years of weather data as recorded by the United States Department of
Commerce, National Oceanic and Atmospheric Administration at the Fort
Lauderdale Weather Station.
11.2 NO RECOVERY FOR EARLY COMPLETION. If the CONTRACTOR submits a
schedule or expresses an intention to complete the Work earlier than any
required milestone or completion date, the CITY shall not be liable to the
CONTRACTOR for any costs incurred because of delay or hindrance should
the contractor be unable to complete the Work before such milestone or
completion date. The duties, obligations and warranties of the CITY to the
CONTRACTOR shall be consistent with and applicable only to the
completion of the Work and completion dates set forth in this Agreement.
11.3 LIQUIDATED DAMAGES. CONTRACTOR recognizes that time is of the essence
in the performance of this contact, and that, in the event of delay in
completion, the OWNER will suffer damages which will be difficult to
ascertain with certainty; therefore, the parties agree to the assessment of
liquidated damages of $200.00 per day for each day the completion of this
project extends past the 30 days provided herein. This is not a penalty.
A - 7
ACKNOWLEDGEMENT OF CONTRACTOR. IF AN INDIVIDUAL
STATE OF FLORIDA
COUNTY OF BROWARD
)
)
)
ss:
On this
day of
, 199-, before me
personally came and appeared
to me known and known to me to be the person described in and who
executed the foregoing Contract and acknowledged that he executed
the same.
Witness my hand and official notarial seal at
the day and year above written.
"
Notary Public
My Commission Expires
A - 8
ACKNOWLEDGEMENT OF CONTRACTOR IF A PARTNERSHIP
STATE OF FLORIDA )
)
COUNTY OF )
ss:
On this day of
. 199-, before
me personally came and appeared
tome
know and known to me to be one of the members of the partnership
of
described in and
who executed the foregoing instrument and he acknowledged that he
executed the same on behalf of said partnership and that same is
the act and deed of said partnership.
Witness my hand and official notarial seal at
the day and year above written.
Notary Public
.I
My Commission Expires
A - 9
ACKNOWLEDGEMENT OF CONTRACTOR IF A CORPORATION
5T ATE OF FLORIDA
COUNlY OF BROWARD
)
)
)
55:
J
On this t.4 day of A-f/LI .( , 199~ befote me
personally came and appeared ~.cJ;~ P.,fI-{l.,S~
to me known" who being by duly. sworn, did dispose and say that he
resides at I2-J f#' ~. c..D . I $' ~ PA ~ t- ~1W ,~ f1'<:.. 7~"" ~ -
.
that he is the 1l,,{, it ~ .u -;- of ~u /~ till$t e.~L,ti. eo ~ .
the corporation described in and which executed the foregoing
instrument; that he knows the seal of said corporation; that one
of the impressions affixed to said instrument is an impression of
such seal; that he is the proper official of said corporation
designated to execute such Contract, that he has authority so to
do. that he executed same for and in behalf of said corporation,
and that his act is the act and deed of said corporation.
Witness my hand and official notarial seal at
~ I ~~ ;/ .fl. the day and year above written.
/V~o;0:~
Notary Public
My Commission Expires
~ . PATRICIA 0 PATRICK
\ Notlry PublIC, State of Floricll
j MJ CommiSSIon Exp June g. 1996
A - 10
STATE OF FLORIDA:
COUNTY OF BROWARD:
I HEREBY CERTIFY, that on this 26
day of APRIL
199 i, before me personally appeared HARRY J. MERTZ
of the City of Parkland, a municipality of Florida, and
acknowledged that they executed the foregoing instrument as the
proper official of the City of Parkland, Florida, and the same is th~ act and deed
of said City of Parkland.
IN WITNESS WHEREOF, the party hereunto has executed this agreement on the day
and date first above written.
~9Ic~
'~~
City of Parkland
Broward County, Florida
WITNESS:
BY:
App~
City P\ ney
A - 11
INDEMNIFICATION CLAUSE
The Contractor shall indemnify and hold harmless The City of Parkland, The City
Commission, and their agents and employees from and against all claims,
damages, losses and expenses including attomey's fees arising out of or result from
the performance of the work provided that any such claim, damage, loss or
expense (1) is attributable to bodily injury, sickness, disease, or death, or to injury to
or destruction of tangible property other than the work itself, including the loss of
use resulting therefrom and (2) is caused In whole or in part by any negligent act
or omission of the Contractor, any Subcontractor, anyone directly or indirectly
employed by any of them or anyone for whose acts any of them may be liable,
regardless of whether or not it is caused in part by a party indemnified hereunder.
If any and all claims against the Owner or any of their agents or employees by any
employee of the Contractor, any subcontractor, anyone directly or indirectly
employed by any of them or anyone for whose acts any of them may bailable,
the indemnification obligation under this Paragraph shall not be limited in any way
by any limitation on the amount or type of damages, compensation or benefits
payable by or for the Contractor or Subcontractor under Worker's Compensation
Acts, disability benefit acts or other employee benefit acts. Nothing in this section
shall affect the immunities of the City and the County pursuant to Chapter 768,
Florida Statute,
(Contractor) I
(Corporate Seal)
I
This sheet must be signed and attached to the submitted Bid Proposal Form.
A - 12
"
LANDSCAPE AND IRRIGATION IMPROVEMENTS FOR THE
EQUESTRIAN CENTER AT TEMPLE PARK
CONTRACT NO. 001-95
AFFIDA VIT
(Page 1 or 2)
SECTION VI
BID PACKET REQUIREMENTS
SWORN STATEMENT UNDER SECTION 287.133(3)(A).
FLORIDA STATUTES. ON PUBLIC ENTITVCRIMES
STATE OF f~t.., ~ ,+ COUNTY O~
Before me, ,/1. t~e ..undersigned authority, personally appeared
~.vJ1A.J) ~~I ~~ who, being by me first duly swoml made the
following statement:
,. The business address of 8.08 ~-o ~. c.Ji:). ~b ~ T. f-T_ L;t--LJ.. f<..-
(name of bidder or contractor is) 1b(l,l ~ fA e.i-I /
2. My relationship to ~l SL.qA--( ( QA;tt- G~ ~- k . (name of
bidder or contractor is)j) ~l a:a...vr relationship such as sole proprietor,
partner, president, vice president).
3. I understand that a public entity crime as defined in Section 287.133 of the
Florida Statutes includes 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 in Florida or with an agency or political subdivision of any other
state of with the United States, including, but not limited to, any bid or
contract for goods or seNices to be provided to any publiC entity or such an
agency or political subdivision and involving antitrust fraud, theft, bribery
collusion, racketeering, conspiracy, or material misrepresentation.
4. I understand that "convicted" or "conviction" is defined by the statute to
mean a finding or 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', 1989,
as a result of a jury verdict, nonjury trial, or entry of a plea of guilty or nolo
contendere.
A - 13
I
CONTRACT NO. 001-95
AFFIDAVIT
(Page 2 OF 2)
5. I understand that "affiliate" is defined by the statute to mean (1) a
predecessor or successor of a person or a corporation 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, or (3) those officers, directors, executives, partners,
shareholders, employees, members, and agents who are active in the
management of an affiliate, or (4) a person or corporation who knowingly
entered into a joint venture with a person who has been convicted of a
public entity crime in Florida during the preceding 36 months.
6. Neither the bidder or contractor nor any officer, director, executive, partner,
shareholder, employee, member or agent who is active in the management
of the bidder or contractor nor any affiliate of the bidder or contractor has
6een convicted of a public entity crime subsequent to July 1, 1989.
(Draw a line through paragraph 6 if paragraph 7 below applies.)
7. There has been a conviction of a public entity crime e bidder or
contractor, or an officer, director, execut' , artner, shareholder,
employee, member or agent of the bidd contractor who is active in the
management of the bidder or actor or an affiliate of the bidder or
contractor. A determinati s been made pursuant to Section 287.133(3)
by order of the Divis' f Administrative Hearings that it is not in the public
interest for th me of the convicted person or affiliate to appear on the
convict vendor list. The name of the convicted person affiliate is
. A copy of the order of the Division of
dministrative Hearings is attached to this statement.
(Draw line through paragraph 7 if paragraph 6 above applies.)
Swom to and Slbicribed be~lhe state and county first mentioned above
on the dfl..!:b day of . . 199~
~~CJ/0;~
Notary Public (affix seal)
My Commission Expires
~ PA11I1CI'. "11I1Cl
i \ Notary Public, State at FIaftdI
\ : My CommiSSIon Eap June 9, 1996
V:"" ...... CC203834
."tOf~. No.
.........
A - 14
MASTER SPECIFICATIONS
BIDDING REQUIREMENTS, CONTRACT FORMS & CONDITIONS of the CONTRACT
SECTION .00100 BIDDING REQUIREMENTS
PART I - INVITATION TO BID
You are invited to bid on a general contract, including all labor
and materials to 'complete all work as shown on the following
drawings and specifications for construction described in general
as follows:
PROJBCT LOCATION
TYPE OF WORK
City of Parkland
Landscape and Irrigation Improvements for
the Equestrian Center at Temple Park,
City Contract # 001-95
8350 Holmber'g Road;Parklarid, Florida
Landscape and Irrigation Installation
OWNER
PROJECT NAME
The CITY 01' PARKLAND (Owner) will receive sealed
proposals from his selected bidders until 10:00 A.M. on
I'ebruarv 10. 1995. Proposals received after that time will not be
accepted. All sealed proposals must be clearly marked on the
envelope, "Landscape and Irrigation Improvements for the Equestrian
Center at Temple Park, ,City , Contract #001-9511.
I
Contract Documents may be examined and obtained at
CITY OF PARXLAND (OWNER)
BUILDING DEPARTMENT
6500 PARKSIDE DRIVE
PARKLAND, FL 33067 P# (305) 753-5040
The Drawings and
the office of:
PART II - SPECIAL INFORMATION REOUIRED WITH BID
A LIST 01' ALL SUBCORTRACTORS TO BE USED FOR THIS CONTRACT MUST BE
PROVIDED WITH YOUR BID SUBMITTAL
PART III - FORM OF BID
3.01 FORM OF BID: Each bid must be submitted on the prescribed
form with all unit prices for all materials filled in. Each
bid shall be submitted as specified or it will be rejected.
The Bidder may add a supplemental information sheet regarding
unavailable material, alternate specifications, alternate
material types and sizes. Information should be returned in a
sealed envelope bearing on the outside the following:
1
"
Name of Bidder
Address of Bidder
Date, Time
Bids must be received by (date) February 10. 1995 (time) 10:00 a.m.
If forwarded by mail, the sealed envelope containing the bid must be enclosed in
another envelope addressed as specified in the bid form.
2.02 EXCEPTIONS:
NONE
PART IV - ADDENDA
The following addenda have been issued during the bidding period:
Addendum No. / Dat~ ~j o;te Received..die-
Addendum No.
Date
Date Received
Addendum No.
Date
Date Received
Addendum No.
Date
Date Received
NOTE:
Please make certain that your bid acknowledges the addenda and the date
that you received them.
PART V - INSTRUCTION TO BIDDERS
5.01 SEALED PROPOSALS: Sealed proposals, for furnishing all transportation, labor,
materials, performing all operations required for the completion of the work herein
specified, and as shown on the drawings.
5.02 DEFINITIONS OF TERMS: Where the following terms or their pronouns occur within,
the intent and meaning shall be as follows: '
Owner:
City of Parkland
Bidder: Any person, firm, or corporation submitting a proposal for the
work covered by these specifications, or his duly authorized representative.
Contractor: The bidder awarded this contract.
2
Manufacturer or Supplier: Any person, firm, or
corporation, other than the Contractor, supplying
material or equipment for the work herein specified.
Contract: The legal agreement between the Owner and
Contractor for the work shown on the plans and in the
specifications. The specifications and drawings are a part
of the contract.
5.03 DELIVERY OF PROPOSALS: All bids, whether mailed or delivered
in person, shall be submitted in sealed envelopes bearing on the
outside the name of the Bidder and his address clearly marked:
"
5.04 PROPOSAL GUARANTEE: Each Bidder will be required to furnish
a certified cashier's check on a national or state bank or a bid
bond in a sum not less than five per cent (5%) of the amount of
the bid, made payabl~ to:CI~~ OF,PAJUtLAND
This shall accompany each proposal as a guarantee that the Bidder
will, if award is made, promptly enter into agreement to do the
work and furnish the required performance and payment bond.
5.05 PROPOSAL FORMS: The bidder shall submit his proposal in
duplicate on the forms, or an exact copy of the forms furnished
herewith. The blank spaces shall be filled in correctly for each
item and for every item for which a bid is tendered. The Bidder
shall state the price, typewritten or written in ink, for which
he proposed to do each item of work called for.
5.06 SIGNATURE ON PROPOSAL: The Bidder shall sign his proposal
legibly and correctly. If the proposal is made by an individual,
his name and post office address shall be shown. If made by a
firm or partnership, the name and post office address of each
member of the firm or partnership shall be shown. If made by a
corporation, the person signing the proposal shall show the name
of the state under the laws of which the corporation was
chartered, also the names and business addresses of its
president, secretary, and treasurer. The proposal shall bear the
seal of the corporation attested by the secretary. Anyone signing
the proposal as agent shall file with the proposal legal evidence
of his authority to do so.
5.07 FAMILIARITY WITS LAWS: The Bidder is assumed to be familiar
with all federal, state and local laws, ordinances, rules and
regulations that may in any manner affect the work. The failure
to familiarize himself with applicable laws in no way relieves
him from responsibility.
3
5.08 EXAMINATION OF PLANS, SPECIFICATIONS, AND SITE WORK: The
Bidder is required, before submitting his proposal, to visit the
site of the proposed work and familiarize himself with the nature
and extent of the work, and any local conditions that may in any
manner affect the work to be done and the equipment, materials and
labor required. He is also required to examine carefully the plans,
specifications, form of agreement and form of performance and
payment bond and to inform himself thoroughly regarding any and all
conditions and requirements that may in any manner affect the work
to be performed under this contract.
5.09 QUALIFYING QUESTIONNAIRE AND CONPIDEN'l'IAL FINANCIAL STATEHBNT:
If requested by the Owner, Bidders under consideration for award
shall furnish a qualifying questionnaire and a confidential
certified financial statement, current within the past thirty days,
which must be a complete report of the financial resources and
liabilities of the company. The Owner may also request a record of
the equipment available, past performance record, personnel and
organization experience.
5.10 QUALIFICATIONS OF BIDDER: The contract will be awarded only to
responsible contractors qualified by experience to do the work
specified herein. The bidder shall submit with the bid, prior to
award of contract, satisfactory evidence of his experience in
organization, capital, equipment and machinery to complete the
work to the satisfaction of the Owner within the time limit stated
in the.proposal.
5.11 DISQUALIFICATION OF BIDDER: More than one bid from an
individual, firm, partnership, corporation or association under the
same or different name, will not be considered. Reasonable grounds
for believing that the bidder is financially interested in more
than one proposal for the same work will cause the
rejection of all proposals in which such bidders are believed to be
interested. Any or all proposals will be rejected if there is
reason to believe that collusion exists among the bidders and no
participant in such collusion will be considered in future
proposals for the same work. Proposals in which prices are
obviously unbalanced will be rejected.
5.12 RIGHT '1'0 REJECT PROPOSALS: The Owner reserves the right to
reject any and all bids, with or without cause, and to waive
technical errors and informalities and the award of the contract to
the best, most responsible bid is the sole discretion of the City
4
of Parkland (owner).
5.13 AWARD OF CONTRACT: The award of the contract, if it is
awarded, will be to the lowest responsible bidder (taking into
account any alternatives listed in section 7.03 which the City
chooses to incorporate into the contract), whose qualifications
indicate the award will be to the best interest of the Owner and
whose proposal shall comply with the requirement of these
specifications. Time is of the essence on this project and the time
limits set in the proposal will be used in the determination of the
best proposal. In no case will the award be made until all
necessary investigations have been made into the qualifications of
the low bidders and the Owner is satisfied that the Bidders are
qualified to do the work and have the necessary organization,
capital and equipment to carry out the provisions of the contract
within the time specified.
5.14 RETURN OP PROPOSAL GUARANTEE: As soon as the bid prices have
been compared, the Owner may, at his discretion, return the
guarantee deposit accompanying such proposals as in his judgement
would not likely be considered in making the award. All other
proposal guarantees will be held until the contract and bond have
been executed, after which they will be returned to the respective
Bidders whose proposals they accompany.
5.15 EXECUTION OF CONTRACT: Following the award of the contract to
the Bidder by the Owner, the attorney for the Owner will prepare a
formaYcontract to be executed by the parties, which contract will
be substantially in the form of agreement which is attached to the
papers which were delivered by the Owner or his representative to
the Bidder in the first instance. The Contract shall also include
other general and special conditions deemed necessary by owner and
shall include a provision for liquidated damages in the amount of
S150.00 per day. The Bidder shall execute the contract delivered
to it by Owner and furnish a performance and payment bond written
by a surety company licensed to do business in the State of
Florida, acceptable to the Owner. The penal sum of the bond shall
be in the amount of 100 percent of the contract price. ,The bond
shall be a direct action bond which shall comply with the
requirements of Florida Statutes, Section 713.23. The Bidder shall
execute and deliver the contract and the bond, both in proper form,
to the Owner who shall not be bound unless and until the contract
has been executed by his duly authorized officers and a copy
returned to the Bidder.
5
,/
5.16 FAILURE TO EXECOTE THE CONTRACT: The failure on the part of
the successful Bidder to execute the contract as required will be
just cause for the annulment of the award and, in the event of the
annulment of award, the amount of guarantee deposited with the
proposal, either in the form of a certified or cashier's check or
a bid bond, will be retained or be paid upon demand by the Owner,
not as a forfeiture, but rather will be for liquidated damages for
the breach of the contract, it being agreed to by each bidder in
advance that the Owner will sustain certain damages by reason of
failure of the Bidder to sign the contract and that such damages
equal the amount of the bid seC:llri~y, or exceed the same, and in no
event shall the Bidder thereafter be permitted to contest to the
contrary and does waive such right upon submitting a proposal.
5.17 INTERPRETATIONS AND CLARIFICATIONS 01' PLANS AND
SPECIFICATIONS: If, before opening of bids, a bidder desires that
the Owner or his Agent interpret or clarify any part or parts of
the plans. and/or specifications, he will no later than seven (7)
days before the bid opening, request in writing the Owner or his
Agent to provide the same. The Owner or his Agent will, with
reasonable promptness, issue a verbal clarification followed by a
written clarification or interpretation in the form of an addendum,
letter, or telegram.
5.18 TXHE 01' AMARO: The Owner reserves the right to hold all bids
and bid guarantees for a period not to exceed 45 days after the
date of bid opening stated in the Notice to Contractors.
5.19 BID MODIFICATIONS: Bid modifications will be received from
bidders prior to opening of the first bid. Modifications may be
telegraphic or in other written or printed form.
5.20 ADDITIONAL WORK ORDERED BY OWNER: The Contractor agrees to
perform extra work not covered by the above schedule of prices
which may be ordered by the Owner and to accept as full
compensation therefor such prices as may be agreed upon in writing
by the Owner and the Contractor in accordance with the General
Conditions.
5.21 PERFORMANCE AND PAYMENT BOND: Within ten days from the date of
acceptance of this proposal, The successful bidder shall execute
the contract and furnish the Owner a satisfactory performance and
payment bond, complying with the statutory requirements set forth
in Chapter 713.23, Florida Statutes, in the sum of one hundred
percent (100%) of the amount of the contract guaranteeing the
6
Insurance From
CNA
CONTINENTAL CASUALTY COMPANY
CNA Plaza Chicago, IL 60685
BID BOND
KNOW ALL MEN BY THESE PRESENTS: That we
SOUTHEAST CATTLE COMPANY, INC.
,Principal
and CONTINENTAL CASUALTY COMPANY Surety, are held and firmly bound
unto CITY OF PARKLAND ,Obligee
in the sum of --FIVE PERCENT OF BID----------- Dollars ($
5%
)
for the payment of which we bind ourselves, our legal representatives,
successors and assigns, jointly and severally, firmly by these
presents.
WHEREAS, Principal has submitted or is about to submit a
proposal to Obligee on a contract for
PARKLAND EQUESTRIAN CENTER
LANDSCAPE AND IRRIGATION - PROJECT #001-95
NOW, THEREFORE, if the said contract be awarded to 'Principal
and Principal shall, within such time as may be specified, enter into
the contract in writing and give such bond or bonds as may be
specified in the bidding or contract documents with surety acceptable
to Obligee; or if Principal shall fail to do so, pay to Obligee the
damages which Obligee may suffer by reason of such failure not
exceeding the penalty of this bond, then this obligation shall be
Signed, sealed and dated:
02/10/95
by
void; otherwise to remain in full
(Seal)
Continental Casualty Company
CNA
t-'t., \Illh..( fll1l III II 11"'111.. 'IUI 'tak..
AN ILLINOIS CORPORATION
POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY.IN.FACT
Know All Men by these Presents, That CONTINENTAL CASUALTY COMPANY. a corporation duly organized and eXisting under the
laws of the State of illinoIs, and having Its pnnclpal off!ce '" the City of Chicago, and Stat. of illinoIs, does hereby m~ke, constitute
and appoint Bruce E. Carr. Thomas W. Patrlck. Jr., John L. Lubattl, Nancy H. Zaleskl,
John M. Goodloe. Individually
of Fort Lauderaa 1 e. Flori da
Its true and lawful Attorney.in.fact with full power and authority hereby conferred to sign, seal and execute in its behalf bonds. undertakings
and other obligatory instruments of similar nature
- In Unlimited Amounts -
and to bind CONTINENTAL CAS.!J.A!. TY COMPANY thereby as fully and to the same extent as if such ,nstruments .:Nere Signed by the
duly authorized officers of CONTINENTAL CASUAL TV COMPANY and all the acts of said Attorney, pursuant to the authonty hereby
given are hereby ratified and confirmed,
This Power of Attorney is made and executed pursuant to and by authority of the following By. law duly adopted by the Board of
Directors of the Company,
"Article IX-Execution of Document.
Section 3. Appointment of Attorney.in.fact, The President or a Vice President may. from time to time. appoint by writtencertificates
attorneys.in.fact to act in behalf of the Company in the excecution of policies of insurance, bonds, undertakings and other obligatory
instruments of like nature, Such attorneys.in.fact. subject to the limitations set forth in their respective certificates of authority, shall
have full power to bind the Company by their signature and execution of any such instruments and to attach the seal of the Company
thereto. The President or any Vice President or the Board of Directors may at any time revoke all power and authority previously given
to any attorney.in.fact." '
This Power of Attorney is signed and sealed by facsimile under and by the authority of the following Resolution adopted 'by the
Board of Directors, of the Company at a meeting duly called and held on the 3rd day of April. 1957,
"Resolved, that the signature of the President or Vice President and the seal of the Company may be affixed by facsimile on any
power of attorney granted pursuant to Secllol' 3 of Article IX of the By.Laws, and the signature of the Secretary or an Assistant Secretary
and the seal of the Company may be affixed by facsimile to any certificate of any such power, and any power or certificate bearing
such facsimile signatures and seal shall be valid and binding on the Company. Any such power so executed and sealed and certified
by certificate so executed and sealed shall, with respect to any bond or undertaking to which it is attached, continue to be valid and
bindlna on the Company."
In Witne.. Whereof, CONTINENTAL CASUAL TV COMPANY has caused these Jresents to be signed by its Vice PreSident and ItS
corporate seal to be hereto affixed on this 7th day of une 19~
CONTINENTAL CASUAL TV COMPANY
State of Illinois I ss
County of Cook I
-xl---...:n. { t
J, E, Purtell Vice President,
On this 7 th day of June , 19.1L.., before me personally came
J. E. Purtell, to me known, who, being by me duly sworn, did depose and say: that he resides in the Villa.e of Glenview. State of Illinois: that he is
a Vice. President of CONTINENTAL CASUALTY COMPANY, the corporation d.scribed in and which executed th.above instrument: that he knows
the seal of said Corporation; that the seal affixed to the said instrument is such corporate seal; that it was so affixed pursuant to the said instrument
is such corporate seal; that it was so affixed pursuant to authority liven by the Board of Directors of said corporation and that he signed his name
thereto pursuant to like authority, and acknowledles same to be the act and deed of said corporation,
CEITIFICATE
I, Robert E. Ayo, Assistant Secretary of CONTINENTAL CASUALTY COMPANY, do h.reby certify that the Power of Attorney herein above set forth
is still in force, and further certify that Section 3 of Article IX of the By.Laws of the Company and the Resolution of the Board of Directors, set forth
in said Power of Attorney are still in force. In testimony whereof I have h....unto subscribed mr nilM and affixed the seal of the said
Companythic 10T~ day of FEBRUARY 7j9..iL-.
I
.
istant Secretary
Form 1.23142.B
'NV, NO, G.!)7443.8
faithful performance of the work and payment of bills.
5.22 INSURANCE: The Contractor is required to carry the following
minimum coverage and shall furnish a certificate of insurance
specifying these coverage as well as naming the City of Parkland as
additional insurers. This Certificate of Insurance shall be
provided prior to the execution of the Agreement between the owner
and Contractor.
5.22.1
Worker's Compensation:
a.
State:
Statutory
b.
Applicable Federal
(e.g. Longshoreman's):
Statutory
"
c. Employer's Liability
S100,000,00
5.22.2
Comprehensive General Liability:
a.
Bodily Injury:
S500,000.00
Each Occurrence/
Aggregate Products
and Completed
Operation
b. Property Damage:
S100,000.00
Each Occurrence
S100,000.00
Annual Aggregate
c. Property Damage Liability insurance will provide
Explosion, Collapse and Underground coverage where
applicable.
d. Personal injury with employment exclusion deleted.
S300,000.00
Annual Aggregate
7
5.22.3
Comprehensive Automobile Liability:
a.
Bodily Injury:
S300.000.00
Each Person
S300.000.00
Each Accident
b. Property Damage:
S100.000.00
Each Occurrence
5.22.4
Contractual Liability shall provide coverage for
not less than the following amounts:
a.
Bodily Injury
S300.000.00
Each Occurrence
b. Property Damage:
S100.000.00
Each Occurrence
S100.000.00
Annual Aggregate
5.23 BOLD HARMLESS AGREEMENT: The Contractor shall indemnify and
hold harmless the City of Parkland, the City Commission and their
agents and employees from and against all claims, damages, losses
and expenses including attorney's fees arising out of or resulting
from the performance of the work provided that any such claim,
damage, loss or expense (1) is attributable to bodily injury,
sickness, disease, or death, or to injury to or destruction of
tangible property (other than the work itself) including the loss
of use resulting therefrom, and (2) is caused in whole or in part
by any negligent act or omission of the Contractor, and
Subcontractor, anyone directly or indirectly employed by any of
them or anyone for whose acts for any of them may be liable,
regardless of whether or not it is caused in part by a party
indemnified hereunder.
In any and all claims against the Owner or any of their agents, or
employees by any employee of the Contractor, any Subcontractor,
anyone directly or indirectly employed by any of them or anyone for
whose acts for any of them may be liable, the indemnification
8
obligation under this paragraph shall not be limited in any way by
any limitation on the amount or type of damages, compensation or
benefits payable by or for the Contractor or any Subc,ontractor
under Workmen1s Compensation acts, disability benefit acts, or
other employee benefit acts.
Bidder to complete all the blank spaces on the proposal pages and
furnish full descriptive literature for each item bid.
5.24 DISPUTES: In case of any doubt or difference of opinion as to
the items to be furnished hereunder,' the decision of the owner
shall be final and binding on both parties.
9
iI
PART VI - INDEMNIFICATION CLAUSE
INDEMNIFICATION CLAUSE
The Contractor shall indemnify and hold harmless The City of Parkland, The City
Commission, and their agents and employees from and against all claims, damages,
losses and expenses including attorney's fees arising out of or result from the J:)erformance
of the work provided that any such claim, damage, loss or expense (1) is attributable to
bodily injury, sickness, disease, or death, or to injury to or destruction of tangible property
other than the work itself, including the loss of use resulting therefrom and (2) is caused
in whole or in part by any negligent act or omission of the Contractor, any Subcontractor,
anyone directly or indirectly employed by any of them or anyone forwhose acts any of
them may be liable, regardless of whether or not it is caused in part by a party indemnified
hereunder.
If any and all claims against the Owner or any of their agents or employees by any
employee of the Contractor, any subcontractor, anyone directly or indirectly employed by
any of them or anyone for whose acts any of them may be liable, the indemnification
obligation under this Paragraph shall not be limited in any way by any limitation on the
amount or type of damages, compensation or benefits payable by or for the Contractor or
Subcontractor under Worker's Compensation Acts, disability benefit acts or other employee
benefit acts. Nothing in this section shall affect the immunities of the City and the County
pursuant to Chapter 768, Florida Statutes
(Contractor)
(Corporate Seal)
This sheet must be signed and attached to the submitted Bid Proposal Form.
10
PART VII - BIDDING FORMS
7.01 PROPOSAL:
Proposal of: Landscape and Irrigation Improvements for the Equestrian
Center at Temple Park
(Name) ,
8350 Holmberg Road. Parkland Florida 33067
(address)
to furnish and deliver all materials and to do and perform all work in accordance with
the plans and specifications attached hereto for:
Landscape and Irrigation Improvements for the Equestrian Center at Temple
Park
(project name)
Gentlemen:
The undersigned Bidder has carefully examined the plans, specifications and the site of
the proposed work and is familiar with the nature and extent of the work and any local
conditions that may in any manner affect the work to be done and the equipment,
materials, and labor required.
Signed
The undersigned agrees to do all the work and furnish all materials called for
and spE}cifications, in the manner prescribed herei d to sta ds
performance established by the Owner.
Company Name
Address S()UTHEf~iST CI~ 1"1"1...1:.: en", I 1',.!C"
PloD,. E~C):x: 82()O"i(')
South Florida, Fl. 33082-0010
11
7.02 SCHEDULE OF BASE BID:
.tmm Description
* 1.
Furnish and Install all Plant Materials, Related Materials and Supplies
as specified and shown on the plans, including furnishing and
installing back fill material for plants as specified and to prepare
grade for grass or sod as specified.
Item 1 Bid....................$ 11 J 516.00
2.
Furnish all labor, equipment and materials necessary to install and
complete the Irrigation System as specified and shown on plans.
Item 2 Bid....................$ 8 J 800.00
Total Base Bid.............$ 20 J 316 .00
* Item #1 includes 6000 sq. ft. Bahia Sod for restoration of
construction area. Final price is subject to field measurement.
I
12
PART VIII - SPECIAL PROVISIONS
8.01 "OR EQUAL" J:NTERPRETATJ:ON: Whether or not the words "Or Equal"
are used and a particular product is named in the specifications,
the Bidder shall base his bid on that item of equipment or
material. If the Bidder considers the use of any item of equipment
or material which he believes to be equal, he shall list these
items in his proposal showing the deductions or additions in the
contract price as the result of these substitutions. However, the
base pid shall be according to the equipment and materials
specified. The Owner or his Agent shall be the sole judge as to
whether or not substitutions are according to the specifications
and are acceptable.
8.02 EXISTING UTILITIES AND STROCTURE: If existing utilities and
facilities are shown on the drawing, they were located from the
Owner1s and other records of these facilities. Guarantee is not
made that all existing facilities are shown or that those shown are
entirely accurate. The Contractor shall assure himself of any
utilities, structures or facilities prior to performing any work.
Prior to start of work the Contractor shall request each utility
agency to advise him of the location of their facilities in the
vicinity. The Owner or his agent will assume no liability for
damages sustained or costs incurred because the Contractor I s
operations in the vicinity of existing utilities or structures.
8.03 PROGRESS CHARTS AND EXECUTION OF THE WORK:
A. The Contractor shall within five (5) days after date of
execution of the contract, prepare and submit to the
Owner for approval, a practical schedule showing the
order in which he will start the several salient features
(including procurement of materials and equipment), and
the contemplated dates for completion of the same. The
schedule shall be in the form of a progress chart of
suitable scale to indicate appropriately the percentage
of work completed at any time. The Contractor shall enter
on the chart the actual progress at the end of each
period ending on the last day of each month or at such
intervals as directed by the Owner, and shall immediately
deliver to the Owner three (3) copies thereof.
8.04 INSPECTION: Irrigation inspections will be required as per
the City of Parkland and The South Florida Building Code.
Landscape inspections will be required as specified in the
13
Landscape Installation Specifications and as Required by the City
.of Parkland Landscape Ordinance.
8.05 GO~EE: All equipment, materials and installation furnished
by the Contractor under the terms of the contract shall be
guaranteed by the Contractor and his surety, through the
Performance Bond and Labor and Material Payment Bond, included as
part of the contract documents, against defective workmanship,
mechanical and physical defects, leakage, breakage and' other
damages and failure under normal use and operation for a period of
one year from and after the date of final acceptance thereqf, by the
Owner, or placed in service for the benefIt of the Owner. Should
the installation prove to be defective within the specified period
of the guarantee, the defects shall be replaced or repaired without
cost to the Owner by the Contractor or by the surety. The period of
guarantee of such replacement of repairs shall be from and after
the date of final acceptance by the Owner of the work.
8.06 HATBRXAL AND EQUIPMENT: As soon as practicable and within ten
(10) days after date of execution of the contract, unless directed
otherwise by the Owner, and before any material or equipment is
purchased, the Contractor will submit to the Owner for approval a
complete list, in triplicate, of materials and equipment to be
incorporated in the work. The list shall include catalog numbers,
diagrams, drawings and such other descriptive data as may be
required. Approval of materials will be based on manufacture I s
published rating. Any materials or equipment listed which are not
in accordance with the specification requirements may be rejected.
A. SAMPLES: If samples are required they shall:
1. Be shipped prepaid and delivered as
specified in these specifications,
or as directed by the Owner.
2. Be promptly marked to show the trade
name of the manufacture, and the
name of the Contractor submitting
the sample.
B. OPTIONAL EQUIPMENT: The product of any reputable
manufacturer regularly engaged in the commercial
production of the equipment specified herein will not be
excluded on the basis of minor differences, provided all
essential requirements of the specifications relative to
materials, capacity and performance are met. The
14
Contractor shall furnish a statement giving a complete
description of all points wherein the equipment he
proposes to furnish does not comply wi th the
specifications for approval of the owner.
C. SERVICING AND MAIN'l'ENANCE: If reques ted by the Owner, the
Contractor shall furnish evidence that there is an
efficient organization which regularly carries a stock of
repair parts for the equipment he proposes to furnish,
and that the organization is conveniently located for
prompt service.
C. TELEPHONE: The Contractor shall arrange for, install, and
pay for a telephone which shall remain in the field
office shed until full completion of the project.
D. FIELD TOILET: The Contractor shall provide and maintain
a sanitary, weatherproof, temporary toilet. It shall be
removed promptly when the need is terminated.
8.7 SHOP DRAWINGS: The Contractor shall submit shop drawings for
fabricated materials as called for in the separate specification
divisions. Drawings shall be fully identified by project name,
location, supplier's name, date, drawing number, etc.
Subcontractors shall clear all shop drawings through the General
Contractor who shall submit them to the Owner. The Contractor shall
submit all drawings with such promptness as to cause no delay in
his own work or in that of any other contractor. The Contractor
shall arrange for submission of shop drawings in such time that a
period of seven (7) days shall be allowed the Owner for checking
and returning shop drawings. The Contractor shall make any
corrections required by the Owner and shall furnish sufficient
copies of each shop drawing to meet his and the Owners
requirements. Approval by the Owner of such drawings shall not
relieve the Contractor from responsibility for deviations from
drawings or specifications, unless the Contractor, in writing, has
called" the Owner I s attention to such deviations at the time of
submission, nor shall it relieve him from responsibility for errors
of any sort in shop drawings. Prior to filing the first payment
request, the Contractor shall prepare and submit, in three (3)
copies to the Owner a completely itemized schedule of shop
drawings, listing each and all shop drawings as required under
these specifications. The schedule shall indicate for each required
drawing:
15
1. Identification as to pertinent specifications
divisions; item(s) involved; name of pertinent
subcontractor or supplier and the name of
pertinent manufacture.
2. Schedule date of submittal to the Owner.
3. Scheduled date of delivery of pertinent items
to the project.
13 .'8 AS-BUILT DRAWINGS: .
.I
During the progress of the work, the Contractor shall
record on the field sets of drawings the exact locations
as installed of all underground and otherWise concealed
pipe.
At completion, the Contractor shall furnish to the Owner
two (2) complete sets of his contract drawings, neatly
marked and with dimensions in color pencil where required
to show all variations between actual construction (as-
built) and work as indicated on the printed drawings.
These sets shall be new sets purchased from the Owner,
and said sets turned over to the Owner in good condition.
(Two mylars at job completion)
A.
B.
CITY OF PARKLAND
BUILDING DEPARTMENT
6500 PARKSIDE DRIVE
PARKLAND, FL 33067
16
PERFORMANCE BOND
KNOW ALL MEN BY THESE PRESENTS:
That SOUTHEAST CATTLE COMPANY. INC.
as Principal, hereinafter called Contractor, and
CONTINENTAL CASUALTY COMPANY
. a corporation of the State of
I LLI NO IS. as surety, hereinafter called Surety are held and firmly bound
unto *IN THE AMOUNT OF TWENTY THOUSAND THREE HUNDRED SIXTEEN DOLLARS ($20,316.00) --
the City of Parkland, a municipality of Florida, as ObligeEf. for the payment
whereof Contractor and Surety bind themselves, their heirs, executors,
administrators, successors and assigns, jointly and severally firmly by these'
presents.
WHEREAS, Contractor has by written agreement dated
entered into a contract with Owner for the construction of a project in Parkland,
Florida entitled:
LANDSCAPE. IRRIGATION IMPROVEMENTS for the
PARKLAND EQUESTRIAN CENTER 0 TEMPLE PARK
in accordance with Specifications prepared by Brian D. Archer,
Landscape/Code Compliance, which is by reference made a part hereof, and
is hereinafter referred to as the Contract.
NOW, THEREFORE, THE CONDITION OF THIS OBLIGATIONS is such that,
this obligation shall remain in full force and effect to cover the "One Year
Correction Period' as required under the General
Conditions of this Contract. Furthermore, in accordance with the City of
Parkland Code of Ordinance the Contractor shall be obligated to grant a one
year maintenance bond beginning after the release of the performance bond
in the amount equal to 25% of the performance bond.
Whenever Contractor shall be, and declared by Owner to be in default under
the Contract, the Owner having performed Owne~s obligations thereunder, the
Surety may be promptly remedy the default, or shall promptly:
PB - 1
1. Complete the Contract in accordance with its terms and
conditions, or
2. Obtain a Bid or Bids for submission to Owner for completing the
Contract in accordance with its terms and conditions, and upon
determination by Owner and Surety of the lowest responsible
Bidder, arrange for a Contract between such Bidder and Owner
and make available as work progresses (even though there should
be a default or a succession of defaults under the Contract or
contracts of completion arranged. under this pgragraphlsufficient <_
funds.tQpay the cost of completion less the balance. of the
Contract Price; but not exceeding, including other costs and
damages for which the Surety may be liable hereunder the amount
set forth in the first paragraph hereof. The term "balance of the
Contract Price,. os used in this paragraph, shall mean th-e totol'- ,~
amount payable by Owner to Contractor under the Contract and
any amendments thereto, less the amount properly paid by Owner
to Contractor.
Any suit under this bond must be instituted before the expiration of
the one (1) year from the date on which final payment under the
Contract falls due.
No right of action shall accrue on this bond to or for the use of any
person or corporation other than the Owner named herein and
those persons or corporations provided for by Section 255.05,
Florida Statutes, of their heirs, executors, administrators, successors
or assigns.
Signed and Sealed this 20TH day of APR I L
199~.
. A.D.,
CONTRACTOR: SOUTHEAST CATTLE COMPANY, INC.
IN PRESENCE OF:
By: _
INSURANCE COMPANY: CONTINENTAL CASUALTY :::::-:_
BY:)~~
Agent and 0 in-Fact
NANCY H. ZALESK I
PB - 2
PAYMENT BONQ
KNOW ALL MEN BY THESE PRESENTS:
That SOUTHEAST CATTLE COMPANY, INC.
as Principal, hereinafter called Contractor, and
CONTINENTAL CASUALTY COMPANY
. a corporation of the State of
. as surety, hereinafter called Surety, areheldancffirmly bOynd'Oq
unto the City of Parkland, a municipality of FLORIDA, as Obligee, hereinafter
ILLINOIS
called Owner in the amount of Florida, as Obligee, hereinafter cat1ed Owner in
the amount of --TWENTY THOUSAND THREE HUNDRED 5 I XTEEN DOLLARS --------------
($ 20,316.00 ) for the payment whereof Contractor and Surety bind
themselves, their heirs, executors, administrators, successors and assigns, jointly
and severally, firmly by these presents.
WHEREAS, Contractor has by written agreement dated
entered into a contract with Owner for the construction of the projects in
Parkland, Florida entitled:
LANDSCAPE a IRRIGATION IMPROVEMENTS for the
PARKlAND EQUESTRIAN CENTER 0 TEMPLE PARK
in accordance with Specifications prepared by Brian D. Archer,
Landscape/Code Compliance, which is by reference made a part hereof, and
is hereinafter referred to as the Contract.
NOW, THEREFORE, THE CONDITION OF THIS OBUGATION is such that, if Contractor
shall promptly make payment to all claimants as defined by Florida
Statute 255.05(1) for all labor, materials and supplies used in the performance of
the Contract then his obligation shall be void; otherwise it shall remain in full
force and effect subject, however, to the following conditions:
PB - 3
(1) A claimant, except a laborer, who is not in privity with the CONTRACTOR
and who has not received payment for his labor, materials or supplies
shall, within 30 days after beginning to fumish labor, materials, or supplies
for the prosecution of the work, fumish the CONTRACTOR with a notice
that he intends to look to the bond for protection.
(2) A claimant who is not in privity with the CONTRACTOR and who has not
received payment for his labor, materials, or supplies shall, within 90 days
after performance of the labor or after complete delivery of the materials
or supplies, deliver to the CONTRACTOR and to the Surety, writt~n notice
of the performance of the labor or delivery of the materials or su'pplies""
and of the nonpayment. '. "",
(3) No action for the labor, materials, or supplies may be instituted against
the CONTRACTOR or the Surety unless the notices stated under the
proceeding conditions (1) and (2) have been given.
(4) No action shall be instituted against the CONTRACTOR or the Surety after
1 year from the performance of the labor or completion of delivery of the
materials or supplies.
(5) This bond is executed pursuant to Florida Statute 200.05 and the
conditions and limitations of the payment provisions of Florida Statute
255.05 are incorporated herein by reference.
Any change in or under the contract documents and compliance or
noncompliance with any formalities connected with the Contract or the
changes does not affect Surety's obligation under this Bond.
Signed and sealed this 20TH day of
APRIL
. A.D., 199 5 .
CONTRACTOR: SOUTHEAST CATTLE COMPANY, INC.
IN THE PRESENCE OF:
By:
lSURANCE COMPANY:
CONTINENTAL CASUALTY COM~ANY
By: ~~.
Agent A ey-in-Fact
NANCY H. ZALESK I
PB - 4
(SEAL)
'" ., - -
~(}U~~~!", O:MJrt-~ a.,~~)
(Name of Corporation)
(SEAL)
STATE OF FLORIDA )
), 55:
COUNlY OF BROWARD )
Before me, a Notary Public duly commissioned, qualified and acting personally,
appeared:
NANCY H. ZALESK I
to me well known, who being by me first duly sworn upon oath say that he is the
Attomey-in-Fact for the CONTINENTAL CASUALTY COMPANY and that he has been
authorized by CONTINENTAL CASUALTY COMPANY to execute the foregoing
Performance and Payment Bond on behalf of the Contractor names therein in
favor of the City.
Subscribed and Swom to before me this
1992.....
20TH day of
APRIL . A.D.
. . " * ..
..~",,~RY Pu,/.
....;-.0 (~.
.. ~ .
. > *
.
.
.
'"V' . "Not
. j. '''~ ..
.-1)'0 '", 'v.
...torF\..o<f....
KIMBERL YY.M~MAHON
.. . COMMISSION NO, CC 160418
My Comml.SSl.on Expl.res: ~OMMI';:~IQN DPIRC3 Of ~
" I . v.lL. iY95
1J1no/lll,Jth<-
PB - 5
Continental casualty company
C'NA
,...1' 'II ,"".( Itn.."..n..nl.... \'"1 'tA....
AN ILLINOIS CO"~O"ATION
POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY.IN.FACT
Know All Men by these Pfoesent., Thlt CONTINENTAL CASUALTY COMPANY. I corporltlon duly orllnlzed and elI,stlng under fI'.
IIWS ot tne Stlte ot IIhnols. Ind nlvlnll Its prInCIPII office In tne City of Cn'CIIIO. Ind Stlt. of illinOIS, does nereby m~ke. constitute
Ind IPDOlnt Bruce E. Carr. Thomas W. Patr;ck. Jr.. John L. Lubattl. Nancy H,' Zaleskl.
John M. Goodloe. Ind;v;duallv
~ Fort Lauaeraale, Flor;da
Its true and lawful Attorn.y.in.fact w.th full power and authoflty hereby conferred to sion. .... and execute in Its b.half bOndS, undertakings
and other Obligatory instruments of similar nature
- In Unl;mited Amounts -
Ind to bind CONTINENTAL CASUALTY COMPANY ther.by I' fully and to the same elltentl' ~f suCh IAstruments ""ere Signed by tne
duly luthom:ed officers of CONTINENTAL CASUALTY COMPANY and aJI the acts of sa.d Attorn..,. pursuant to tne luthorlty nereby
liven are hereby ratified and confirmed. '. , ,'>' ~" ,
This Power of Attorney is made and executed pursuant to and by authority of tl'le followin, By. Law duly .dopted by the BOlrd of
Directors of the Company.
"ArtJcfe lX-IlIecutlon of DocumtntI
Section 3. Appolntm.nt of Attorney.in.flCt. The Pr..ldtnt or. Vice PrtIldtnt ~, from "me to t~DOfnt bY wrltt.ncertlficat.s
attorn.ys.in.flCt to act in DtftIlf of the Company in the exeec:utlOn of poIlCleI ofln!IUranc:a, bOnda, .'nga ind other Obl~.tory
instruments of like n.tu....Sueh attomey.in.flCt, aubject to the limitations ... fofttIln their l'fIPICtM eertiflc:at.. of authority. StIIII
have full po.... to Dlnd th. ComPlft~ their siGnature and exec:utlon of any such inlUumeftta and to attICh the .... of the Comoany
ther.to. The President or any Vice Ident or the BoanI of Directors may .t MY time revoke III power and autl'lOrlty previously given
to any attorney.in.fact."
Thi. Po_, of Attorney i. Si,ned and sealed by facsimile under and by the authority o~ the followin, Resolution adopt.d by the
Board of Directors of the Company at a meetinl duly called and h.,d on the 3,d.day of Apnl. 1957. .
"Resolved, that the .Ignature of the Prealdtnt or Vice PreaicIent and the .... of tflt Company may De afflxtel by flCalm'It on any
power of .ttOlney granttel pUrauMt to s.ctiOfl 3 of Artlc" IX of the Iy......, and the Ilgnature of the SeCretary or an Auiatant Secretary
and the .... of thit Co""""y may De Ifflx. by flCalml.. to any certifiCate of any Iuc:h power, and any power or certifiCate Dtartng
such facaimllt signatures and .... aItaIl De WIllet and Dlndlng on the Company. Any Iuc:h power 10 execut. and ..... and certified
by certificate 10 executed and ...... aItaIl, with rapect to MY bond or unclertMlng to which It la .ttlChtd, continue to De vllld and
bindlno on the CofnNny:'
tn WItntsa WhtNof, CONTINENTAL CASUALTY COMPANY ha. Clused these pr...nts to be sillned by its Vice PresIdent and .ts
corporate.... to be hereto afflxtel on Ihla 7th day of JUne 19l1-
CONTINENTAL CASUALTY COMPANY
State of lIIinola I s.
County of Cook {
-X7~t(
J. E. Purtel. Vice P,esident.
On thi. 7 th clay 01 June " 19.1L, before me ,*SONlly came
J. E. Purtell. to me known, who, bti~ ." me duly sworn, did dipole and say: tNt he ,... in the Vi,... 01 Glenview. S.... of Illinois: that h. .s
a Vice-President of CONTINENTAL CASUALTY COMPAHY, the corporation delcribld in and which tUCUltd the atlovt instrument: thlt "e knows
the seal of Slid Corporation: that the MIl affilld to the uid instrument illUdI COfI*ltt _I: that it was so affilld pursuant to the Slid instrument
is such corporate MIl: that it WlS so affixtd DUf'IUIIIt to autMrity Iivtn bJ the IDItd 01 Directors oIuid corporation and that he Slped PlIS name
thereto pursuant to like authority, and ackll_..... ume to be tile act and deed 01 said CDrDOtItiOn.
e.~
...... .
ItVaIO
ClITIfICATI
I. Robert E, Ayo, Aslistant SIcrttIry 01 CONTINENTAL CASUAL TV COWNfY, do I!IrMr cwtify thIt the Poww 01 ~ tltrein lbeNe lit forth
is still in foret, and further wtify tttat Stc:tion 3 01 Article IX 01 the ~ 01 the Compiny IIId the "-IutIan 01 tilt IDIid 01 DirIc:ton. lit forth
in Uid, Power 01 Attorney are ltiH in farca. In teltimol., ...... I haw hInuntO lUbll:ribld my ftIIM and IffilM tilt MIl of thl Slid
~... 2OTH~~ .... APRIL /}99S
$~~
Ayo , nt Secretary
Form 1.23142.8
I~V, NO. (3-57443.8
RESOLUTION NO. 95 - 15
A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF
PARKLAND, FLORIDA AWARDING A CONTRACT TO SOUTHEAST
CATTLE CO. , INC. TO INSTALL LANDSCAPE AND
IRRIGATION IMPROVEMENTS AT THE PARKLAND EQUESTRIAN
CENTER AT TEMPLE PARK, CITY CONTRACT #001-95
WHEREAS, the City' Commi..ssion of the., C.ity..of, Parkland,
advertised for bids to install landscape and irrigation
improvements at the Parkland Equestrian Center at Temple Park in
the City of Parkland; and
WHEREAS, the City of Parkland received six (6) bids from
the following bidders: Caribbean Landscaping; Custom Care, Inc.;
Prestige Property Management & Maintenance; Southeast Cattle Co.,
Inc.; Siga, Inc.; and Reed Landscaping, Inc.
WHEREAS, the City Commission finds that the bid of
Caribbean Landscaping is nonconfor.ming for failure to provide a bid
bond as required by the bid specifications; and
WHEREAS, the City Commission has deter.mined that the bid
of Southeast Cattle Co., Inc. is the lowest responsible and
responsive bid and that it is in the best interest of the City to
accept said bid;
NOW, THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF
THE CITY OF PARKLAND, FLORIDA, that:
,/
RESOLUTION NO. 95-15
BID AWARD LANDSCAPE AND IRRIGATION IMPROVEMENTS
PARKLAND EQUESTRIAN CENTER AT TEMPLE PARK
PAGE 2
Section 1.
That, Southeast Cattle Co., Inc. is hereby
awarded a contract in the amount of $20,316.00 for landscape and
irrigation improvements for the Parkland Equestrian Center at
'."'..
Temple Park, City of Parkland Contract ,#OOl:":Q,5". in the City of
Parkland.
The contract must be acceptable in for.m to the City
Attorney.
Section 2.
The appropriate authorities are hereby
authorized to draft a contract acceptable in for.m to the City
Attorney and City Manager, and upon approval of the City Attorney
and City Manager as to the for.m of contract, they shall enter into
said contract with Southeast Cattle Co., Inc.
PASSED AND ADOPTED THIS 1
DAY OF MARCH , 1995.
&~
- SAL PA L . MAYOR
----s:'-~ G.- \;~
SUSAN ARMSTRONG, C.M.C., ITY CLERK
LANDSCAPE INSTALLATION SPECIFICATIONS
I. GENERAL CONDITIONS
A. SCOPE
1. Contractor shall furnish labor, equipment, and materials- required to
preform all work necessary for the construction of the project as
indicated in the drawings dated October 25. 1994 . Such work
includes but is not limited to the following:
a. Finish grading of plantingareas:-'
b. Planting.
c. Sodding (if required).
d. Mulch
2.
Contractor shall have a competent representative
at the site who shall have full authority to receive and execute
orders. The representative shall be capable of reading and
understanding plans, specifications, and other contract documents.
The representative shall be knowledgeable in all areas of
landscape construction in Florida.
"
3. Contractor shall be responsible for knowledge of the contents of
these specifications and the requirements of any accompanying.
B. DRAWINGS
The drawings and plant lists together with these written specifications
shall be considered as one contract document and shall be accordingly
read together. The drawings and specifications remain the property of the
City of Parkland and, if required shall be returned to such upon completion
of the work. The contractor shall keep one copy of the drawings and
specifications at the construction site for the use of The City of Parkland
and their representatives.
C. REQUIREMENTS OF REGULATORY AGENCIES
1. ' Perform work in accordance with all applicable codes, laws and
regulations required by authorities having jurisdiction over such
work and provide for all inspections and permits required by
federal, state, and local authorities in furnishing, transporting, and
installing materials.
1
"
2. Certificates of inspection required by law for transportation
shall accompany invoice for each shipment of plants. File
copies of certificates with The City of Parkland after
acceptance of material. Inspection by federal or state
governments at place of growth does not preclude rejection
of plants at project site.
D. PROTECTION OF WORK AND PROPERTY
1. Contractor is responsible for maintaining adequote
protection of his wor~4rom1njufy and loss resulting from the
execution of this controct'. He must make good all repairs
and replacements to the satisfaction of The City of Parkland
except where caused by the owner or its agents. He must
provide all safety or ,protective measures required by public
authorities or local conditions.
2. Existing plant material to remain must be protected by
barriers or fences at the drip line surrounding the material. No
burning, storage, or parking shall be permitted within these
protected areas. Contractor sholl notify The City of Parkland
of any situation he feels may damage the existing plants to
remain in the normal execution of this contract. Do not
proceed with such work until directed by The City of
Parkland. Contractor damaged plants shall be replaced with
plants of the same species, size and quality as those
damaged at no cost to the Owner. The City of Parkland shall
determine the extent and value of the damaged plants.
E. CHANGES IN THE WORK
1. The Owner reserves the right to make changes in the work
and thereby changes in the cost of the work within the
conditions of the original contract. All changes shall be in
written form and once accepted, shall become a part of the
contract documents.
2. The contractor shall not begin any work on extras or changes
from the contract document before written approval has
been given by the Owner or Owher's representative. Any
work done prior to such written approval is undertaken at
CONTRACTOR'S risk mayor may not be paid for at the sole
discretion of the Owner.
2
~ OWNERS RIGHT TO DO WORK
The Owner reseNes the right, upon two (2) days written notice to
the contractor to remedy any neglected provisions of the contract
and to deduct the cost of the work or deficiencies from the
contract payments.
G. SURFACE and SUBSURFACE OBSTRUCTlQNS
It is the contractor's responsibility to acquaint himself with the
existence end locaf.kmof.ell.surface end subsurface structures and
installations, existingoFJ*oposedi before commencing work. Any
damage by the contractor during the execution of this contract
shall. be made good at the contractor's own time and expense. If
subsurface. constl1.1ction pr obstructions are encountered during
planting. Alternate locations may be selected by The City of
Parkland.
H. OWNERS RIGHT to TERMINATE CONTRACT
Should the contractor at any time fail, refuse, or neglect to strictly
comply with the provisions of this contract. The Owner or his
representative shall without prejudice to any other rights or remedy
and after having given seven (7) days written notice to the
contractor, terminate the contract and take possession the
premises. The cost of completion will be deducted from the
amount of the contract.
I. COORDINATION of WORK
Coordinate and cooperate with other contractors to enable the
work to proceed as rapidly and efficiently as possible.
J. INSPECTION of SITE
1. Contractor shall visit the site and inspect site conditions as
they exist prior to submitting bid.
2. No additional compensation nor relief from any obligation of
the contract will be granted because of a lack of knowledge
of the site or of the conditions under which the work will be
accomplished.
3
II. PLANTING SPECIFICATIONS
A. PLANT MATERIALS
1. Plants shall be nursery grown in accordance with good horticultural
practices under climatic conditions similar to those of the project,
unless otherwise noted.
2. Quantities, sizes, and spacing will be determined by the drawings
and specifications. Where discrepancies exist, The City of
Parkland-is to-be l'Ietified for clarification;- Contractor shall be
responsibJe'fof completing installation as called for in the plans,
plant lists and specifications.
B. ABBREVIATIONS on PLANT LIST
8&8-
E.C. -
Balled and Burlapped. Plants shall be dug with a firm
natural ball of earth of sufficient size to encompass the
fibrous root system necessary for recovery of the plant.
Broken or loose balls will not be accepted.
Egg Can. A three (3) or four (4) gallon container.
G.C. - One (1) Gallon container.
R.C. -
CAL. -
"
C.T. -
G.W. -
HT. -
Rooted Cutting. A cutting which has calloused and
produced roots. Applies Equally to cuttings rooted in a
propagation bed or in individual containers.
Caliper of trunk measured four (4) feet above the ground.
Clear Trunk. Measurement from top of root ball to first
branching.
Grey Wood area on palms between ground level and base
of fronds. .
Height from ground level to average top of plant.
O.A. - Overall height from ground level to midpoint of current seasons
growth.
4
SPR. -
Spread measured across the average diameter of
plant.
o.c. - On Center. Horizontal spacing of plants center to center.
P.P.P.-
Plants Per Pot.
LERIO -
Seven (7) gallon or greater container. Container sizes are
only a guide. Contractor is responsible for size and quality of
plant material as specified. No container material shall be
fGot-bouna. Where B & B material is specified, container
material wiU not be accepted, withoutwritten consent of The
City of Parkland.
c. QUALITY and SIZE
Plants shall have a habit of growth which is normal for the species and
shall be free from physical damage, insects or pests and adverse
conditions that would prevent thriving growth. Measurements specified in
the plant list are the minimum acceptable sizes. All plant materials used
shall be true to name and size in conformance with the Grades and
Standards for Nursery Plants, state plant board of Florida, and shall be
graded Florida No.1 or Greater, except where noted in the contract
documents. Plants shall be graded before pruning. Any necessary
pruning shall be done after planting, and with the consent of The City of
Parkland. Plants which do not meet the requirements will not be
accepted.
D.
SUBSTITUTIONS
I
No substitutions shall be accepted without the written consent of The City
of Parkland, Owner or their representatives. Proof Must be submitted that
the plant in question is not available in the type or size specified. The City
of Parkland shall determine the nearest equivalent replacement.
E.
TRANSPORTATION and STORAGE
All plant material shall be protected from possible injury or breakage of
branches. All plants shall be delivered adequately covered to prevent
windburn, drying or damage. Plants which can not be planted
immediately shall be adequately heeled in and protected from the drying
of sun and wind. All plants shall be watered as necessary until planting.
Storage period shall not exceed 72 hours. All palms shall have their buds
5
tied with burlap strips to remain in place until the tree is well established in
its new location (this may be waived with the consent of The City of
Parkland). Trees moved by crane or winch shall be adequately protected
from chain marks and girdling by approved methods.
F. INSPECTION
No plant material shall be planted until it is inspected and approved by the
Landscape Architect, Owner or their representatives. Contractor shall
-' give The City of Parkland two (2) days notice for inspection of plant
materiaf:'"1nspection may be waived at the discretion of The City of
Parkland; inwhichcase,-the" contractor will still' be responsible for
complying with all specifications. Contractor shall be responsible for all
inspections of plant material that may be required by State or Federal
authorities and inspection certificates shall be submitted to The City of
Parkland. Rejected material shall be replaced at no additional cost. The
City of Parkland, at its discretion, may tag any or all plant material in the
nursery.
G. PLANTING SOIL
Planting soil shall consist of fertile friable soil of a sandy loam nature and
shall be derived from 50% minimum amount of decomposed organic
matter (muck or peat) and 50% clean sand with no trace of salinity. There
must be a slight acid reaction to the soil. Planting soil shall be free from
stones, plants, roots, clods, sticks and other foreign materials which might
be a hinderance to planting operations or be detrimental to good plant
growth. Planting soil shall be applied in accordance with the methods of
installation and details.
H. MULCH
Mulch shall be shredded cypress mulch, unless otherwise specified, and
shall be free of weeds, weed seeds, sticks and other foreign materials. It
shall be applied to a minimum two (2) inch depth, unless otherwise
specified, and moistened at the time of application to prevent wind
displacement.
I. COMMERCIAL FERTILIZER
Commercial fertilizer shall be an organic fertilizer containing equal
6
percentages of Nitrogen, Phosphoric Acid and Potash as available plant
food by weight. 50% of the Nitrogen shall be derived from natural organic
sources. The trace elements of iron and Magnesium must also be
present. The minimum analysis acceptable shall be 6%N - 6%P - 6%K.
Fertilizer shall be dry, free flowing, and delivered to the site in unopened
original containers, each bearing the manufacturers guaranteed analysis.
If Milorganit with trace elements is to be used, application rates as follows:
"
Tree:
Lerio:
Egg'6ans: '"
1 GAL Can:
4" Pot:
Ground Cover
12 Ibs.l2" - 3" Caliper Tree
4 Ibs.lcontainer
1 Ibs./container
, .5 Ibs.lcontainer
.25 Ibs.lcontainer
10 Ibs.l100 SQ. FT.
Fertilizer shall be spread before laying and at the above recommended
rates, unless otherwise specified. If plant tablets are called for, they shall '
be Agri-form 20 -10 - 5 formula 21 gram tablets. Tablets shall be placed
mid - way to the plant ball in the back fill material and at manufacturers
rates, unless otherwise specified.
J. WATER
Water is to be furnished by the Owner. The contractor shall transport as
required.
K. SOD (When Applicable)
Sod shall be one year old and of the variety indicated in the plant list. Sod
shall be dense, vigorous, and green, with the grass having been mowed
at least three times at a 2" - 2 1/2" height before lifting from the field. Sod
shall have a good root development and compact growth and contain no
weeds, vermin, fungus, or other diseases. No sod shall be used which is
not certified as being free of the imported fire ant. All sticks, stones and
other foreign material over one inch in diameter shall be removed from the
top 2" of soil. Grade areas to be sodded so that the top of sod will be the
finished grade. Solid sod shall be laid with closely abutting joints with a
tamped or rolled even surface. Avoid a continuous seam along the line of
water flow in swales. Place sod at right angles to slope. All sod edges
shall be neat and even and conform to the shape of planting beds and
pavement areas as indicated on the planting plan. Rolling may be
required at the discretion of The City of Parkland. If top-dressing is
required after rolling, clean sand will be evenly applied over the entire
7
surface and thoroughly washed in. Rolling and top-dressing shall be done
at no extra cost to The City of Parkland.
L. SEED (Where Applicable)
Grass seed shall be of the mixture called for in the plant list. It shall be a
standard grade seed of the current or last year's crop. Seed which has
become wet, moldy, or otherwise damaged will not be accepted. Seed
must come in unopened packages with the producers guarante9d
analysis attached. Weed seed content shall not exceed 0.25%. Before
'any planting, the, ground shall be plowed or scarified to a depth.of.at least
4" and shall be racked and smoothed evenly to establish, a final grade. All.,
sticks, and other foreign material over one inch in diameter shall be
removed. Contractor shall use the hydro-mulch seeding method and
supply all material and equipment necessary to perform the specified
work. Seed shall be applied at a rate of 2 to 3 pounds per 1000 sq. ft. (90
to 100 Ibs.lacre). Mulch shall be "Siva Fiber" Processed wood fiber or
approved equal and applied at the rate or 1000 to 1200 Ibs.lacre. Water
retention additive shall be 'Verdiol Complex" or an approved equal
applied at the rate of 50 Ibs.lacre. All materials shall be uniformly blended
in an agitation system using clean water and applied uniformly at the rates
specified. Contractor shall be responsible for proper watering of the
seeded areas in order to avoid run-off. For keeping the ground moist until
the grass is established, and watering for proper growth until the work is
accepted. Contractor shall repair erosion caused by excessive rainfall or
watering at no extra cost to the owner. Any areas which are damaged or
do not germinate within the first thirty (30) days shall be re-seeded and
maintained until grass is established. Grass shall be vigorous and healthy
and coverage shall be at least 95% prior to final acceptance.
III. METHODS OF INSTALLATION
A. LAYOUTS
Location of plants and layout of all beds are indicated on the plans. Plant
locations are to be staked in the field by the contractor. The City of
Parkland will check staking of plants in the field and shall adjust to his
satisfaction before planting begins. Where surface or subsurface
obstructions are encountered or where changes have been made in
construction, necessary adjustments will be approved by The City of
J Parkland.
8
B. EXCAVATION FOR PLANTING
Planting holes shall be excavated to a minimum depth of four (4) inches
deeper than the depth of the root ball except for trees over 10 feet in
height (see section III, C.). Holes shall be a minimum of six (6) inches
greater in diameter than the root ball for shrubs and eighteen (18) inches
greater in diameter for trees. Depth of planting holes shall be measured
form finished grade. All existing vegetation, including sod, shall be
completely removed from all planting beds before planting. Four inches of
planting soil shall be incorporated into all planting beds for rooted cuttings.
Where applicable, planting holes for all trees, shrubs,and.,gmund covers
shall be excavated through any compacted building sub-grade or road
rock to undisturbed subsoil or clean sand fill. All Excess excavation
material shall be removed from the site by the contractor. Holes shall be
back-filled with planting soil as defined in Section II. G. and as shown in
details.
The follo"Ying is a guide for planting soil quantities:
Trees - 1 0'+ ht. 9 cu. ft.
Trees - 8' ht. 6 cu. ft.
Lerio 1 cu. ft.
Egg Can .5 cu. ft.
Gallon Can .25 cu. ft.
4" Pot .125 cu. ft.
Ground Cover' 4" mixed into entire bed.
Quantities of planting soil needed may be greater if excavation of building
sub-grade or road rock is necessary.
c.
SETTING TREES AND SHRUBS
"
All trees and shrubs are to be planted plumb on (4) four inches planting
soil and centered in the planting hole so as to give the best appearance in
relation to adjacent plants and structures. Trees over ten (10) feet in
height shall be planted directly on the undisturbed sub-grade. The '
finished grade level qf the plant after settlement shall be the same as that
at which the plant wa's grown. Rootballs on container grown material shall
be scarified to prevent a root-bound condition. When the plant holes have
been backfilled approximately 2/3 full with planting soil, water thoroughly,
saturating rootball, before installing remainder of planting soil to top of
hole, eliminating all a'ir pockets. After settlement, add planting soil to the
level of the finished grade, allowing two (2) inches for mulch. Form a
shallow saucer around each plant by forming a ridge of soil along the
9
edge of the planting hole. Water all plants immediately after planting.
D. PRUNING
Remove dead and broken branches from all plant material. Prune with a
sharp instrument flush with trunk or branch so as to leave no stubs.
Prune to retain typical growth habit of the particular species. -
E. STAKING AND GUYING
Staking and guying oUrees, except where specified;is'anoptioRcto be,
used by the contractor, who will be responsible for material remaining
plumb,and straight for all given conditions through the guarantee period.
The City of Parkland, or City's representative may require that a tree or
trees be staked or guyed if the tree(s) are obviously unstable or pose a
threat to person or property if they should fall. Tree support, if required by
The City of Parkland, shall be done according to staking details provided.
Staking and guying shall be done at no extra cost to the owner. No
method of support will be permitted which causes physical damage to the
plant. Any method of staking or guying not shown must be approved by
The City of Parkland.
,I
F. MULCHING
All tree and shrub beds shall be mulched immediately after planting to a
two (2) inch depth and thoroughly wetted down. Unless otherwise
specified, the follOWing configurations will apply:
Trees and Palms:
Hedges:
Shrubs Masses:
3' Dia. ring.
3' width beds.
Continuous bed extending 2' outside of
plants, in configurations shown on
plans.
Entire surface (mulching of certain
ground cover plants may be waived by
landscape Architect).
Ground Cover Beds:
~ . FINISH GRADES
1. Finish grades for all sod areas after settlement shall be 1/2" below
top of adjacent curbs, walks, walls, and abutments.
10
2. Finish grade of all ground cover beds after mulching and settling
shall be 1/2" below finish grade of sod, adjacent curbs, walks, and
walls.
3. Finish grading shall include the removal of all surface rock and
other debris that prevents a smooth level surface.
H. CLEAN UP
All areas shall be kept clean and orderly as the work progresses. Upon
completion of planting, all excess deleterious materials. and debris .shall be
removed from the site or disposed of as directed by The CUyotParkland.
All tags and ribbons shall be removed from trees and shrubs.
I.
MAINTENANCE
01
A maintenance period shall begin immediately after each plant is planted
and shall continue until all planting has passed final inspection and
acceptance. Maintenance of new planting shall consist of watering,
cultivating, weeding, mulching, restacking, repairing and tightening guys,
resetting plants to proper grades and positions, removal of dead
materials, restoration of planting saucer, maintaining any barriers or
fences, and any other necessary operations. Any damage created by the
planting operation shall be repaired promptly. All trees and other B & B
material shall be deep watered for a period of at least twenty-one (21)
days after installation and at least once every other day during the next
(21) day period.
IV. FINAL INSPECTION AND ACCEPTANCE
A. Inspection of work to determine completion of contract, but exclusive of
the replacement of plant materials under the warranty period, will be made
by The City of Parkland at the conclusion of all planting and at the written
request of the Contractor.
B. The contractor will be notified by The City of Parkland of the acceptance
of all plant material and workmanship, exclusive of the possible
replacement of plants subject to warranty.
V. WARRANTY PERIOD AND REPLACEMENT
A. The contractor, as part of this contract, shall guarantee all materials,
workmanship, and plant materials for a period of twelve (12) months from
11
E.
the time of final acceptance. Exception: sod shall be guaranteed for thirty
(90) days. Guarantee shall apply to the position, health, shape condition,
and specified size and quality of all plant material.
B.
The guarantee shall be null and void for plant material that is damaged or
dies as a result of freeze, hail, or hurricane force winds, provided the
material was properly planted and in a healthy growing conditian prior to
such acts of nature.
"
c.
The contractor shall not be held responsible for failures due to neglect by
Owner or acts of vandalism during the war.r.antyperiod.
D.
During, or at the end of the warranty period, any plant that is dead or not
in satisfactory condition, as determined by The City of Parkland, shall be
replaced by the contractor at no cost to the Owner. Subsequent
replacement costs shall be shared equally by the Owner and the
contractor, should the replacement not survive, unless the plant(s) have
not been planted in accordance with previous specifications as
determined by The City of Parkland. All replacements shall be furnished
and planted as specified herein.
The warranty period for replaced plant material will commence on the date
of acceptance of the replaced item(s) of plant material.
VI. ADDENDA
All addenda apply to section(s) specified in the contract documents and
therefore are to be considered a part of the contract.
A. Agri-form tablets and a good quality 6-6-6 fertilizer shall be applied to all
container and B & B material at the manufacturers recommended rates.
B. Contractor shall remove all tree stakes when material has rooted
sufficiently to assure stability.
c. Obtain easement agreements for all proposed plant material in
easements.
12
IRRIGATION INSTALLATION SPECIFICATIONS
I. GENERAL CONDITIONS
1.
,
PROTECTION: (a). The irrigation contractor shall protect all materials
and work against injury from any cause and shall provide and maintain all
necessary safeguards for the protection of the public. He shalf be held
responsible for any damage or injury to person or property which may
occur as a result of contractor negligence in the prosecution of the work.
(b). The irrigation contractor shall exercise- care in digging. and other worK._.. .'
so as not to damage existing work includJng underground cablesanci
pipes. Should such overhead or underground obstructions be
encountered which interfere with contractors work, the City of Parkland
shall be consulted. The contractor shall be responsible fQr the immediate
repair of any damage caused by contractors work. This also applies to
turf areas.
2. SUBMITTAL: The contractor shall be responsible for the following
materials and meetings,
2.1 AS-BUILT DRAWINGS - During the course of the installation, the
irrigation.contractor shall record all changes made to the irrigation
system during installation. Changes shall be carefully drawn in red
line on a print of the irrigation system drawing. Upon completion of
the installation, this red line drawing shall be given to the City of
Parkland for use as an as-built irrigation drawing.
2.2 MANAGEMENT INSTRUCTIONS - After the irrigation system is
installed and approved, the City of Parkland shall be instructed in
the complete' operation and maintenance of the system by the
contractor. The Contractor shall furnish five (5) copies of an
Irrigation System Management Manual prepared by the system
installer.
3. PRECONSTRUCTION SITE REVIEW: The irrigation contractor shall'
schedule an on-site preconstruction conference with the City of Parkland
prior to beginning the installation of the irrigation system. The contractor
shall be responsible for coordinating his work with all other parties
involved with the job such as the general contractor, planting contractor,
paving, electrical, etc., in order to eliminate unnecessary complication
during the installation of his work.
1
II. SITE WORK
PART 1: GENERAL
1.1 SCOPE OF WORK: The contractor shall provide all labor,
materials, and equipment for a complete operation underground
irrigation system as specified herein and as shown on the
drawings. During construction and storage, the contractor shall
protect materials from damage and prolonged exposure to sunlight
and heat. Work and materials shall conform to all current state and
local laws, rules, codesi,or regulations as may be applicabletG this
work.
1.2 QUALITY CONTROL: The City of Parkland shall have the right at
any stage of the operation, to inspect and r~j~ctany and all work
and materials which, in the City's opinion, do not meet with the
requirements of the contract. Such rejected material shall be
removed from the site and approved material substituted in its
place.
The contractor shall maintain quality control for all materials, .
equipment and construction operations. Inspections which help
ensure quality control include:
A. Check material conformance to requirements.
B. Discuss methods of installation, operation, and
maintenance, and items to be accomplished during
installation, with the City of Parkland.
C. Coordinate sleeving installation with paving contractor.
D. Coordinate work with landscape contractor.
E. Coordinate work with schedules and commitments of
owner.
I
As work progresses inspection shall be conducted on:
A. Head and equipment location.
B. Trenching depth, width, location.
C. Proper solvent-welding of piping and fittings.
D. Location and installation of valves.
E. Backfilling.
F. Whether maintenance and cleanup is performed
immediately after installation.
G. Whether installation is coordinated with landscape contractor
to ensure an adequate water supply beginning continuously
within three (3) days after plant installation.
2
1.3 GUARANTY: Materials, equipment and workmanship furnished
under this contract shall be guaranteed for a period of one (1) year
form the date of acceptance. The guaranty shall include but not be
limited to the following:
A. Filling and repairing depressions and replacing planting due
to settlement of irrigation trenches for one (1) year following
acceptance of project.
B. That the system has been adjusted to supply proper water
coverage of areas designated to receive water.
C. Existing S09,- grass or grade damaged as-a result of.
irrigating system instailationwiJIbe 'replaced;~<'''"
Upon receipt of notice from the City of Parkland of failure of any
part of the guaranteed equipment,.materiaLor workmanship during
the guaranty period, the affected part or parts shall be replaced
promptly with new parts, by and at the expense of the contractor.
The contractor shall acknowledge his responsibility under these
guaranty provisions by letter, stating that the equipment, materials
and workmanship referred to herein are guaranteed and stating the
inclusive dates of the guaranty period.
All work under this contract shall not be finally accepted until
expiration of the guaranty period. During this period, the irrigation
contractor is responsible for the work until final acceptance.
1.4 APPLICABLE SPECIFICATIONS: The specifications listed below
are referred to in the text and define material quality as specified
herein. American Society for Testing and Materials.
D 1785-83 Poly Vinyl Chlorid9 (PVC) Plastic Pipe, Schedules 40,
80 and 120.
D 2466-78 Socket-Type Poly Vinyl Chloride (PVC) Plastic Pipe
Fittings, Schedule 40.
D 2241-84 Poly Vinyl Chloride (PVC) Pressure-Rated Pipe. '
"
D 2885-83 Making Solvent-Cemented Joints with Poly Vinyl
Chloride (PVC) Pipe and Fittings.
3
PART 2: MATERIALS
2.1 PVC PIPE: Below ground pipe shall be poly vinyl chloride (PVC)
pipe. conforming to ASTM Specification 0 1785, Schedule 40, or it
may be PVC pipe conforming to ASTM 0 2241, Class 200.
2.2 PVC FITTINGS: All PVC fittings shall be Schedule 40, -Type 1,
NSF Approved conforming to the ASTM 0 2466 requirements
(except as noted on the drawing).
2.3 PVC SLEEVES: All crossings under paved areasforwater line -
and wireruhs shall be" Schedule 40PVCpipe"ctmfbtmih'g to the
ASTM-O 1785 requirements.
2.4 SPRINKLER HEADS: Sprinkler heads shall conform to
requirements shown on drawings. Each type of head shall be the
product of a single manufacturer. Contractor shall provide the
appropriate nozzle for each sprinkler head.
if
2.5 AUTOMATIC CIRCUIT VALVES: All valves shall be as indicated
on the working drawings.
2.6 DRAIN VALVES: All drain valves shall be of a globe configuration
and constructed of brass with a rubberized seat.
PART 3: INSTALLATION
3.1 TRENCHING AND BACKFilLING: The contractor shall exercise
caution when working near existing utilities and structures.
Trenches shall be excavated to the required grades for pipe
installation, and they shall be straight and uniformly graded. In any
areas where rock or unyielding material larger than 3 inches is
encountered during trench excavation, trenches shall be
overexcavated a minimum of 6 inches and backfilled to the
required grade. Backfill material shall be soil free of rock, gravel
larger than 2 inches, organic material or debris. Backfill shall be
compacted by uniformly tamping the backfill in loose lift thicknesses
not exceeding 8 inches to a density approximately equal to the
adjacent undisturbed soil. Do not cover pipe joints or fittings until
inspected and approved by the City of Parkland.
4
.I
3.2 INSTALLATION OF PLASTIC PIPE: The contractor shall install
plastic pipe as shown on the drawings and in a manner to provide
for expansion and contraction as recommended by the
manufacturer. Pipe shall be installed under driveways or parking
areas in Schedule 40 sleeves at least 12 inches below finish grade
or as shown on drawings. No sprinkler head shall be located
closer than 12 inches from a building foundation. Heads
immediately adjacent to walks or curbs shall be 1/8 inch below top
of walk or curb and have a 1-inch clearance between the head and
the walk or curb.
3.4 MAKING SOLVENT-CEMENT JOINTS:' Plastic pipe shall be cut
square and burrs removed at cut ends prior to installation so
unobstructed flow will result. Solvent-cemented joints shall be
made in the following manner:
A. Clean each end of the pipe and fitting with a clean dry cloth
or paper towel.
8. Apply primer in a scrubbing motion to inside the fitting
socket.
C. Apply primer in the same manner to the male end of the
pipe.
D. Again brush the fitting socket with primer to make sure the
surface has dissolved.
E. Quickly apply cement in a light coating to the male end of
the pipe.
F. Next, apply cement to the inside of the fitting.
G. Apply a second light coat of cement to the pipe and while
both the fitting socket and the pipe end are soft and wet with
cement, force the pipe into the socket all the way to ,the
bottom of the socket. While forcing the two pieces together,
turn the pipe or fitting one quarter turn to evenly distribute
cement and seal any grit that might be on the surface.
H. Once the joint is together, hold it in place for one minute
after assembly so the cement can set up in the joint.
I. After assembly, wipe excess cement from around the pipe at
fitting socket. Observe the minimum curing times for
solvent-cemented joints. After curing, the pipe can be
placed in trenches and pressure tested.
3.5 TESTING IRRIGATION LINES: Prior to the installation of the
sprinkler heads, the contractor shall flush all lines with the
maximum water pressure available to remove dirt and grit. Lines
5
.
shall be pressure-tested at 150% of their operating pressure for
leaks, and all leaks shall be repaired. This is to be done before
backfilling.
3.6 SPRINKLER HEADS: Set sprinkler heads and quick coupling
valves perpendicular to finish grade. Set sprinkler heads adjacent
to existing walks, curbs, and other paved areas to grade. Set
sprinkler heads installed in lawn areas, 4 inches above proposed
finish grade. Adjust heads to proper grade when turf is sufficiently
in place. Such lowing or raising of heads shall be part the original
contract with no additional costto..the owner. Adjust sprinkler head
pattern and radius for proper distribution and coverage.
3.7 SPRINKLER HEADS ON RISERS: All sprinklers installed in the
vicinity of buildings.andsign$ shall be adjusted to prevent water
from hitting these facilities. All sprinklers shall also be adjusted to
minimize over spray onto paved surfaces. All sprinkler heads on
risers of 12 inches or more shall be rigidly secured in a plumb
position.
3.8 AUTOMATIC CIRCUIT VALVES: Automatic circuit valves shall be
in a valve box positioned over the valve so that all parts of the
valve car:J be reached for service.
J
3.9 VALVE BOXES: Valves shall be installed in a Heavy Duty Plastic
Box with a reinforced heavy-duty plastic cover. Valve box covers
shall be set even with the finish grade. Contractor shall install
valve boxes over 3 inches of gravel for drainage. Gravel shall be
reasonably free from dirt and debris.
4.0 CONTROL WIRE: Place the control wire below the pipe for
protection of the wire. Use the water proof wire connectors at all
splices. Wire shall be placed loosely in the trenches to allow for
contraction. A 1-foot loop of wire shall be constructed at all corners
for future repair.
4.1 CLEANING: The Irrigation Contractor shall, at all times keep the
premises including the paved ares free from accumulations of
waste materials or rubbish caused by his employees or work.
6
FINAL RECEIPT
Received this day of A.D., 1995 of
as full and final payment of the cost of all improvements
provided for in the contract for
the sum of
Dollars
and
Cents,
($
) .
in cash, being the full amount accruing to the undersigned by the
virtue of said Contract, said cash covering and including full
payment of all extra work and material furnished by the
undersigned in the construction of said improvements, and all
incidentals thereto, and the undersigned hereby releases the
said
from ~ll claims whatsoever growing out of the said Contract.
These presents are to certify that all persons doing work upon or
furnishing labor, materials or supplies for the said improvements
under the foregoing Contract have been paid in full.
The undersigned further certifies that all non-exempt taxes
imposed by Chapter 212, Florida Statutes (Sales and Use Tax Act),
as amended, have been paid and discharged.
FR - 1
SOUTHEAST'CATILE CO., INC.
'~'\';:[~g:1pq~;8rQq1o~ip9T.H'~~I:'~':33q~2~td".~;Y~'~f!;
.su~bcontrac,tor List
Windmill Sprinkler
1535 West Sunrise Blvd.
Ft. Lauderdale, FL 33311
(305) 763-3411
J
AGRICULTURAL DEVELOPMENT & SERVICES
LANDSCAPING. SODDING. CA TILE
s5 4j2~SS68'
NOTICE TO PROCEED
To:
~~""t"U ~ a"'ti\
C~-nL~ ee>. riVl .
Date:
AfJ(l.lL [..coD, \~~S-
Project: Landscaoe & Irricration
Imorovements for the
Parkland Eauestrian
Center @ Temolepark
You at'e hereby notified tocommence-.WORKin accordance with the
Agreement dated APL,L 2.~t " ,1995, on or before ~'a.\L L tP ,
1995, and are to complete the WORK within 30 consecutive
calendar days thereafter. The date completion of all WORK i~
therefore rilA", ~1cL \'\~S-
BY
Title
\--la.fZ'.t ~. l'-/\enT"L---
(L ,,'T'{ t1"e-4A.~erL
By
this the ~ day
By ~/IJ ~/~
Title ,Vk81)Jtf}v/
TO PROCEED is hereby acknowledged
of -li1
TP - 1
, 1995