HomeMy WebLinkAbout1996-30 Bid Award Terramar Park
RESOLUTION NO. 96-30
A RESOLUTION OF THE CITY COMMISSION OF THE
CITY OF PARKLAND, FLORID, AUTHORIZING THE
AWARD OF A CONTRACT FOR CONSTRUCTION OF
TERRAMAR PARK, CITY CONTRACT NO. 96-01, TO
ROCKLAND CONSTRUCTION; CONTAINING AN
EFFECTIVE DATE
WHEREAS, the City of Parkland advertised for competitive bids for the
construction of Terramar Park, City Contract No. 96-01; and
WHEREAS, the City of Parkland received nine (9) bids from the following
bidders: C.O.B.A.D. Construction; ACT Services; DiPompeo Construction; RL.
LaRoche, Inc.; Max South Construction; Padula & Wadsworth; R L. Saum
Construction; Rockland Construction and Urban Organization.
WHEREAS, the City Commission finds that the bids ofC.O.B.A.D. Construction
and Urban Organization are nonconforming bids as they failed to truthfully complete the
bid specification forms; further, they did not submit a responsive bid because of an
obvious inaccuracy on a material question relating to failure to complete past projects and
further, they did not provide an accurate answer, and the criteria required qualified bidders
who can complete the job and are responsible.
WHEREAS, the City Commission of the City of Parkland has fully reviewed all
bids and determined that the bid of Rockland Construction is the lowest responsible and
responsive bid which best meets the criteria set forth in the bid packet and that based upon
the bid price and other factors to be considered 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 AS FOLLOWS:
Section 1. That, Rockland Construction is hereby awarded a contract in the
amount of $3,485,000.00 for the construction of said Terramar Park, City Contract No.
96-01; provided that the specified Musco Lighting non-glare product be used.
Section 2. The City Commission does hereby authorize the Mayor to execute
a contract for the construction of Terramar Park with Rockland Construction. All other
appropriate City officials are authorized to execute said contract and to implement same.
Section 3. The appropriate authorities are hereby authorized to draft a
contract acceptable in form to the City Attorney and City Manager, and upon approval of
the City Attorney and City Manager as to the form of contract, they shall enter into said
contract with Rockland Construction.
RESOLUTION NO. 96-30
PAGE 2
Section 4. That this Resolution shall be in full force and effect immediately
upon its passage and adoption.
PASSED AND ADOPTED THIS 21 DAY OF AUGUST
. 1996.
CITY OF PARKLAND
~&A
ATTEST:
_~a::~~
SUSAN ARMSTRON~. C.. .C.
CITY CLERK
City of Parkland
6500 Parkslde Drive
Parkland, Florida 33067
(954) 753-5040
(954) 341-5161 Fax
NOTICE TO PROCEED
TERRAMAR PARK
CITY CONTRACT #96-01
To: Rockland Construction Comoany
8360 State Road 84
Fort Lauderdale. Florida 33324
ATTN.: Charles Raymond. President
Date:
Project:
Seotember 12.1996
Terramar Park
You are hereby notified to commence Phase 1 WORK in accordance with the
Agreement dated Seotember 4, 1996, on or before Seotember 17, 1996, and are to
substantially complete the WORK within 180 consecutive calendar days thereafter. The date of
completion of all Phase 1 WORK is 210 consecutive calendar days from this Notice to Proceed
or 30 days after the substantial completion date for Phase 1, whichever is sooner.
City of Parkland
ACCEPTANCE OF NOTICE
Receipt of the above NOTICE TO PROCEED is hereby acknowledged
by ~~L.tT5 J~ .Je9YH6J-.A>) /Je.cr~J
r the /3 r #-day of SE)Dre"J1B~ 19 '1/::.
. this
~., . {me .lAVE FEDERMAN
(11;.: '.:." MY.COMMISSION' CC 844108
. ',1 EXPIRES: JanuIry 25, ,.
IIoI!lIlld TIlllI '**'Y NIIc IhIIndn
ond President
Rockland Construction Comoanv
. .
SECTION 00690
AGREEMENT BETWEEN
OWNER AND CONTRACTOR
THIS IS THE AGREEMENT WHICH WILL GOVERN THE SUCCESSFUL BIDDER'S
PERFORMANCE UNDER THE CONTRACT AND SHALL BE EXECUTED BY THE
SUCCESSFUL BIDDER. ALL BIDDERS, BY SUBMISSION OF THEIR BIDS AGREE
TO EXECUTE THIS CONTRACT IF SELECTED BY CITY TO PERFORM THE
PROJECT.
This Agreement is entered into between the City of Parkland, 6500 Parkslde
Drive, Parkland, Florida, as OWNER, and Rockland Construction Company
8360 State Road 84 Ft. Lauderdale. 33324 (CONTRACTORS NAME AND
i- '
ADDRESS), as CONTRACTOR, made as of the If day OfS~"'7e;n.c1~
In the year of Nineteen Hundred and Ninety Six.
"
1.
This Agreement shall consist of the Contract Documents, of which this Is a
part. The Contract Documents shall consist of this agreement, the entire
Bid packet and all documents contained therein, Inclu~ing, but not limited
to, the Instructions to Bidders, the General Conditions (as revised), all
Construction Plans, drawings and technical specifications and the bid
submitted by the Contractor (except those provisions of the Bid not
accepted by the OWNER) and any addendum Issued by the CITY.
2.
Three million four hundred eighty five
Thousand and 00/100 dollars
The total contract price shall be
(In words) J 3,485,000.00 wbicbcshatkiacdude6eefoHowing.........x
~~j~~~~&~~ Alternates to be determined within sixty
days of award date.
SECTION 00690 - 1 of 11
3. Substantial and final completion shall be achieved as set forth in the.
contract documents.
4. CONTRACTOR shall ensure that all subcontractors materialmen, laborers,
or other providers of goods and services are paid In full for services
properly rendered. This shall be the full responsibility of the
CONTRACTOR and a requirement for payment
6. Based upon application for payment submitted to the Architect, by
CONTRACTOR and certificates for payment issued by the Architect, the.
OWNER shall make progress payments on account of the contract sum as
set forth below or elsewhere in the contract documents.
6.1 No progress payments shall be made more often than 30 day cycles. The
first 30 day cycle shall begin 30 calendar days after Commencement of
construction and continue thereafter in 30 day Intervals provided that
application for payment be made within 3 days of the commencement of
each period. The architect shall then have 7 days to review the application
for payment and either approve or deny the appUcation or authorize a
payment of a lesser amount. The OWNER shall, within 20 day. of any
certificate for payment from the Architect, make the payment .et forth In
the certificate less a 10% retainage which shall be retained by the OWNER
to assure final completion of the- work according to the Contract
Documents.
6.2 Each application for payment shall be based upon the schedule of values
submitted by the Contractor in accordance with the contract documents.
The schedule of values shall fairly allocate the contract sum among the
various portions of the work and be prepared by the CONTRACTOR, but
must be approved in writing by the Architect In case .the Architect and.
CONTRACTOR cannot agree on a schedule of values, the Architect shall
SECTION 00690- 2 of 11
determine the schedule of values to be used.
5.3 Applications for payment shall indicate the percentage of completion of
each portion of the work as of the end of the period covered by the
application for payment The architect may require additional
substantiation with regard to said percentage of completion which shall be
Immediately provided by the CONTRACTOR. The provisions of SectlonS.5.
and 9.6 of the General Conditions shall, In addition to these provisions
govern all progress payments..
6.4 . The Architect may subtract from the certificate of payment any amounts
provided for by Sec. 9.5 of the General Conditions of any amount which the
Architect deems to represent work not completed in strict compliance with
the contract documents.
5.5 Upon substantial completion of all work, the Architect shall have the sole
discretion to reduce the retainage amount to 5% provided there has been
.'
no delay In the work. However, Architect may stili withhold amounts
representing work which Architect deems incomplete or Inconsistent with
the contract documents or unsatisfactory or the amount of any unsettled
claims or withhold amounts set forth In Section 9.5.1 of the General
Conditions. Retainage reduction to 5% at Architect's discretion, may be
applied to each Phase. Furthermore, upon Final Completion of Phase One,..
Architect may reduce retalnage amount for Phase One work to 2%.
6.6 All applications for payment shall contain an affidavit from CONTRACTOR
that all subcontractors, laborers, materialmen, and other providers of
services have been paid in full for services to date. The Architect may also .
request other assurances from the CONTRACTOR, Including, but not
limited to full or partial releases or waiver of liens.
SECTION 00690 - 3 of 11
6. Payment upon substantial completion shall be made by the OWNER to the
CONTRACTOR when substantial completion has been achieved and the
CONTRACTOR has executed an affidavit that all subcontractors,
materialmen, laborers, suppliers of goods and services and any other
agents or employees engaged by subcontractors have been fully paid and
no sums are due and owing to any other parties on account of work
performed, and that work is substantially complete In accordance with the
contract documents and the Architect issues a certificate for payment
indicating that substantial completion has been achieved. As a
prerequisite to payment, the Contractor shall supply the '~ec~ssary'
releases and waivers of liens to assure the Owner and Architect that all
subcontractors, materialmen, providers of goods and services and all other
persons engaged in the project have been paid in full. The application for
payment at the time of substantial completion shall also contain an
acknowledgment of the work remaining in order to achieve final completion
which acknowledgment must be approved as to content by the Architect.
'. '
7. Final payment shall be made upon execution of a certificate for payment
which reaffirms (by affidavit) the fact that all subcontractors, materialmen,
laborers, suppliers of goods and services and any other agents or
employees engaged by subcontractors have been fully paid and no sums
are due and owing to any other parties on account of work performed and
that there are no valid claims of liens by any parties participating In the
work in any way and that the work is complete In all respects In
accordance with the contract documents. The OWNER shall make final
payment upon receipt of a certificate for payment which concludes that the
applications for final payment are correct and that final completion has
been achieved. All necessary releases and waivers of liens as specified
above must be submitted to the satisfaction of the Owner and Architect.
8. CONTRACTOR shall submit to Architect and OWNER AlA Document G702
SECTION 00690 - 4 of 11
(or other form acceptable to the Architect) for monthly payment and such
other documentation as specified herein.
9. The OWNER shall not be liable for any preJudgement Interest for any
amounts not paid to contractors for amounts in excess of those amounts
contained in the certificate for payment by the Architect.
10. In addition the enumeration of the contract documents contained in
Section #1 above. the contract documents shall also Include the following
documents (plans and specifications):
CONTRACT DOCUMENTS lOA TED JULY 3. 1996)
DIVISION 0 - BIDDING AND CONTRACT REQUIREMENTS
Section No.lPages
00020 1-2
00050 1
00100 1-21
00300 1-7
00302 1-2
00410 1-2
00430 1
00450 1-6
00460 1
00480 1-2
00490 1-3
00610 1-5
00620 1-4
00690 1-11
00700 '. 1-4
Title
Notice to Bidders
Bid Submission Checklist
Instructions to Bidders
Bid Form
Foreign (Non-Florida) Corporate Statement
Bid Bond
Qualification Request Form
General Contractor Questionnaire
Contractor Affidavit
Non-Collusive Affidavit
Authority to Execute Bid and Contract (With Certified
Resolution)
Form of Performance Bond
Form of Payment Bond
Agreement Between Owner and Contractor
General Conditions (AlA A201)
SECTION 00690 - 5 of 11
Section No.lPages
00710 1-4
00800 1-14
00900
1-3
Title
Additional General Conditions
Supplementary General Conditions to AlA Document
A201
Special Provisions
DIVISION 1 - GENERAL REQUIREMENTS,
01030
01300
01410
01510
01700
1-4
1-5
1-4
1-3
1
Description of Alternates
Submittals
Testing Laboratory Services
Temporary Facilities and Services
Close-out
DIVISION 2 - SITE WORK
02110
02220
02221
02401
02503
02504
02508
02509
02513
02580
02721
02122
02800
02830
02860 "
1-4
1-5
1-4
1-2
1-4
1-4
1-3
1-2
1-5
1-2
1-4
1-6
1-7
1-5
1-7
Site Clearing
Earthwork
Excavation & Backfill for Underground Utilities
Dewatering
Subgrading
Limerock, Coquina, or Shellrock Base
Prime and Tack Coats
Asphaltic Concrete Surface Course
Concrete Curbs, Curbs and Gutters and Sidewalks
Pavement Marking and Signage
Storm Sewer System
Sanitary Sewer System, Gravity
Water Distribution System
Chain Link Fencing & Gates
Tennis Courts
SECTION 00690 - 6 of 11
Section No.lpages
02862 1-3
02870 1-2
029001-16
02910 1-3
02930 1-6
Title
Basketball Courts
Site Furnishings
Planting
Existing Tree Relocation
Sprigging (Playing Fields)
DIVISION 3 - CONCRETE .
03100
03200.
03300
1-5
1-3
1-12
Concrete Formwork
Concrete Reinforcement
Cast-In-Place Concrete
DIVISION 4 - MASONRY
04200
1-10
Unit Masonry
DIVISION 5 .;. METALS
05500
05521
1-3
1-6
Metal Fabrication
Pipe Railings
DIVISION 6 - WOOD & PLASTICS
06100 1-5 Rough Carpentry
06192 1-4 Prefabricated Wood Trusses
06200 1-3 Finish Carpentry
06300 1-2 Wood Treatment
06400 1-6 Architectural Woodwork
DIVISION 7 - THERMAL AND MOISTURE PROTECTION
'~ : .
.,~.
,.:
:'1.
. ,.-
~. . ~
...
SECTION 00690 · 7 of 11
Section No.lpages
07210 1-2
07600 1-4
07610 1-3
07900 1-3
Title
Building Insulation
Flashing and Sheet Metal
Metal Roofing and Flashing
Sealants
DIVISION 8 - DOORS AND WINDOWS
08110 1-5 Metal Doors . .
08305 1-3 Access Doors
08330 1-4 Rolling Doors
08610 1-4 Sliding Aluminum Windows
08710 1-4 Finish Hardware
DIVISION 9 - FINISHES
09210
09251
09700
09900
1-3
1-5
1-2
1-6
Portland Cement Plaster
Gypsum Drywall Construction
Epoxy Floor
Painting
DIVISION 10 - SPECIALTIES
10160
10200
10440
10522
10538
10800
1-4
1-3
1
1-3
1-3
1-4
Toilet Partitions and Urinal Screens
Louvers
Interior Signs
Fire Extinguishers, Cabinets and Accessories
High Strength Storm Panels
Toilet and Bath Accessories
SECTION 00690 - 8 of 11
DIVISIONS 11 -14 NOT USED
DIVISION 15 - MECHANICAL
Section No.lPages Title
15010 1-10 Mechanical General Provisions
15042 1-3 Tests
15250 1-2 Mechanical Systems Insulation
15400 1-9 Plumbing
15600 1-10 Heating, Ventilation and Air Conditioning
15990 1-10 Testing & Balancing Air & Water Systems
DIVISION 16 - ELECTRICAL
16010
16110
16120
16134
16140
16153
16180
16190
16450
16500
16740
~PPENDIXES
1-4
1-5
1-3
1-2
1-3
1-11
1-3
1-3
1-2
1-4
1-2
Electrical General Provisions
Raceways & Boxes
Conductors
Panelboards
Switches & Receptacles
Sports Lighting
Safety Switches, Circuit Breakers & Fuses
Support Devices
Grounding
Parking & Utilitarian Lighting
Telephone System. Empty Conduit
A. Geotechnical Report
SECTION 00690 - 9 of 11
CONSTRUCTION PLANS (EACH SHEET DATED JULY 3. 1996)
Section Name
General
Pages
TMR-K100, TMR-EX100 and TMR-D220
Civil
TMR-C200, TMR-C210, TMR-C220, TMR-C300,
TMR-C310, TMR-C320 and TMR-C330
Site/Landscape
TMR-L200, TMR-L210, TMR-L220, TMR-L230,
TMR-L240, TMR-L300, TMR-L310, TMR-L320 and
. .
TMR-L330
Architectural
TMR-A100, TMR-A200, TMR-A210, TMR-A220,
TMR-A300, TMR-A310, TMR-A320, TMR-A330,
TMR-A400and TMR-A410
Structural
TMR-S100, TMR-S200 and TMR-S300
Mechanical/Plumbingl
Electrical
TMR-M100, TMR-M200, TMR~M300, TMR-P100, .
TMR-P200, TMR-P210, TMR-E100, TMR-E200,
TMR-E210, TMR-E220 and TMR-E300
Irrigation
TMR-IR200, TMR-IR210 and TMR-IR220
SECTION 00690 - 10 of 11
Rockland Construction Company
OWNER~~'f . DA:E C.9J'lJRA<;'~~.a_~ ~ATE .
~ ~fl.t5'/?y ~~?/96.
(signature) (signat~
Sal Pagliara, Mayor Charles J. Ravmond. PTE!I'dCl".nf"
(Printed name of individual) (Title) (Printed name of individual) (Title)
WITNESSES TO CONTRACTOR DATE
~~~21// . $J~
CITY CLERK
~.~~ Q~~'
."
U~
END OF SECTION
.
.
SECTION 00690. 11 of 11
Bond No. 130 76 75 .
SECTION 00610
FORM OF PERFORMANCE BOND
KNOW ALL MEN BY THESE PRESENTS:
That. pursuant to the requirement of Florida Statute 255.05. we,
ROCKLAND CONSTRUCTION COMPANY . as Principal, hereinafter called
Great American Insurance
CONTRACTOR. and Company . as Surety, are bound to ttJe Cil)' of Parkland.
Florida. as Obligee. hereinafter called OWNER, in the amount of Three Million Four
Hundred Eighty Five
Thousand & NolOO Dollars ($3,485,000) for the payment whereof CONTRACTOR and
Surety bind themselves, their heirs, executors, administrators, successors and assigns,
jointly and severally.
WHEREAS, CONTRACTOR has by written agreement entered into a Contract.
Bid/Contract No.: 96-01, awarded the 02r' day of /l1l6-tlS'- ,19 ,,& . with
OVYNER for Construction of Terramar.Park in accordance with drawings (plans) and
specifications prepared by Wallace. Roberts and Todd which Contract is by reference
made a part hereof. and is hereafter referred to as the Contract;
THE CONDITION OF THIS BOND is that if the CONTRACTOR:
1. Fully performs the Contract between the CONTRACTOR and the OWNER for
construction of TERRAMAR PARK L
Phase 1. as d~tailed in the Contract. shall be substantially complete within
180 consecutive calendar days after the date of contract commencement
as speCified in the Notice to Proceed for Phase 1. Final Completion of
phase 1 shall be completed within 210 calendar days from the date of
Contract commencement or thirty (30) days after th(~ Substantial
Completion date for Phase 1, whichever is sooner.
SECTION 00610 - 1 of 5
,...~;;Z
Phase two work, as detailed in the Contract, shall be substantially complete
within 90 consecutive calendar days from the date specified in the Notice to
Proceed for Phase two. Final completion of Phase 2 shalf be completed within
120 consecutive calendar days from the date specified jn the Notice to Proceed
for Phase 2 or thirty (3D) days after the Substantial Completion date for Phase 2.
whichever is sooner. All work is to be completed in the manner pr~scribed in
the Contract; and
2. Indemnifies and pays OWNER all losses. damages (specifically including, but
. .
not limited to, damages for delay and other consequential damages caused by or
arising out of the acts, omissions or negligence of CONTRACTOR), expenses,
costs and attorney's fees and costs. including attorney's fees incurred in
appellate proceedings,
that OWNER sustains because of default by CONTRACTOR under the Contract;
and
3. Upon notification by the OWNER. corrects any and all defective or faulty work or
materials which appear within one (1) year after final acceptance of the work.
4. Performs the guarantee of all work and materials furnished under the Contract
for the time specified in the Contract, then this Bond is void, otherwise it remains
in full force.
Whenever CONTRACTOR shan be. and declared by OWNER to be, in default
under the Contract. the OWNER having performed OWNER'S obligations
thereunder, the Surety may promptly remedy the default. or shall promptly:
4.1 Complete the Contract in accordance with its terms and conditions: or
4.2 Obtain a bid or bids for completing the Contract in accordance with its
terms and conditions, and upon determination by Surety of the best,
SECTION 00610 - 2 of 5
lowest, qualified, responsible and responsive Bidder, or, if the OWNER
elects. upon determination by the OWNER and Surety jointly of the best.
lowest, qualified, responsible and responsive 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 paragraph) sufficient funds to pay 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," as used in this paragraph, shall mean the total amount payable by
OWNER to CONTRACTOR under the Contract and any amendments
thereto, less the amount properly paid by OWNER to CONTRACTOR.
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 in Section 255.05, Florida Statutes, or their heirs.
executors, administrators or successors.
Any action under this Bond must be instituted in accordance with the Notice and
Time Limitations provisions prescribed in Section 255.05(2), Florida Statutes.
The Surety hereby waives noticeaf and agrees that any changes in or under the
Contract Documents and compliance, or noncompliance with any formalities
connected with the Contract or the changes do not affect Surety's obligation
under this Bond.
SECTION 00610 - 3 of 5
Signed and sealed this 28th day of August
.19 96
~TJ'lESSE~ fJy.
I)~ 111I/U'(
Secretary
Rockland Construction C~any
By:~~~e(.
p -
(Signature and Tit e)
(CORPORATE SEAL)
Charles J. Raymond,
President
(Type Name & Title signed above)
k~
INSURANCE COMPANY:
By ~~~.
Agent and Attorney-in-Fact
Address 580 Walnut Street
Cincinnati, Ohio 45202
(City/State/Zip Code)
Telephone No.: 513-369-5000
State of
County of
f70 n'd~
'tJ r 0 IfJ{/v( c1
,.:
On this, the ;,~ day of Au t&! . ,19 q'" . before me, the
undersigned Notary Public of the State of +-l()l1d4, the foregoing instrument was
acknowledg;d by Chlw/ts-7: d1~I(JJ(name of corporate officer), !~J/ck"l
(title), of 9toc k kiVul {oJ15lY,d: lj()IJ (name of corporation), a flo1Jd~
(state of corporation) corporation, on behalf of the corporation.
SECTION 00610 - 4 of 5
WITNESS my hand
and official seal
jARfA ,. iJ1. _
.... ~.~-
I:.-~ MY --n. ..-21.1'-
: I:N"--' "*~
\lClIIdId 1tlN .,
Nota Public, Slate of
r-Io 11'~L-
Printed, typed or stamped name of
Notary Public exactly as commissioned
~ersonally known to me, or
o Produced identification:
(type of identification produced)
o Did take an oath, or
~id not take an oath
Bonded by: .kaJ fi'!JGA(U,L ~-w?-<:L {];mp~
~ERTIFICATEAS TO CORPORATE PRf~CIPAL
I. Jtl4.J.- .Jf tJiy/yM1t.,/ . certify that I am the Secretary of the Corporation named as
Principal in the foregoing Performance Bond; that {!hIN..1u ~ J fJYhY/I ,.who signed the
Bond on behalf of the Principal. was then a,!tJ(ctJ,J- of said corporation; that I know
. .
his/her signature; and his/her signature thereto is genuine: and that said Bond was duly
signed. sealed and attested to on behalf of said corporation by authority of its governing
body.
(CORPORATE SEAL)
END OF SECTION
SECTION 00610 - 5 of 5
(
<n&\T ~ 1NSURt\NCE CQMH\NY.
580 WALNUT STREET. CINCINNATI. OHIO 45202.513-389-5000. FAX 513-723-2740
POWER OF ATTORNEY
The number of persons authorized by this power of attorney is not more than Six
No. 0 15981
KNOW ALL MEN BY THESE PRESENTS: That the GREAT AMERICAN INSURANCE COMPANY, a corporation organized
and existing under and by virtue of the laws of the State of Ohio, does hereby nominate, constitute and appoint the person or persons named below
its true and lawful attorney-in-fact, for it and in its name, place and stead to execute in behalf of the said Company, as surety, any and all bonds,
undertakings and contracts of suretyship, or other written obligations in the nature thereb(: for all obligees including any and all consents required
by the Department of Transportation, State of Florida. incident to the release of retained percentages and/or final estimates: provided that the
liability of the said Company on any such bond, undertaking or contract of suretyship executed under this authority shall not exceed the limit stated
below.
Name
CHARLES J. NIELSON
JOHN HARRIS
CHARLES D. NIELSON
WARREN ALTER
CONAID LAMBERT
MARY c. ACEVES
Address
ALL OF
MIAMI LAKES, FIDRIDA
Limit of Power
ALL
UNLIMITED
This Power of Attorney revokes all previous powers issued in behalf of the attorney(s)-in-fact named above.
IN WITNESS WHEREOFtheGREAT AMERICAN INSURt~E COMPANY has caused these presents to be signed and attested by
its appropriate officers and its corporate seal hereunto affixed this day of February , 19 96
Attest GREAT-AMERICAN INSURANCE COMPANY
-
_. ---:..
5T A TE OF OHIO. COUNTY OF HAMILTON - ss:
On this 6th day of February, 1996 . before me personally appeared GARY T. DUNBAR, to me
known, being duly sworn, deposes and says that he resided in Cincinnati. Ohio, that he is the President of the Bond Division of Great American
Insurance Company, the Company described in and which executed the above instrument: that he kQows the seal; that it was so affixed by authority
of his office under the By-Laws of said Company, and that he signed his name thereto by like authority.
-"-, -"".., ,,---
.... ..; ,"f v :.... ~..' ~f: .... .. -.
," ~ ...
. ;' _, Ii ".-: "1 ~ ~Je, .:~~: ~ 'J :; ; :.,:~
~.-... .... t....4l'_ "': .....~~ \f: ..... ".~
.' ..-. _'f" '--...". ~... . '''''':J. . '.,
....
, .-.'C'_~
....-
._-".,.'"
. .
0-
---,.'...
This Power of Attorney is granted by authority of the following resolutions adopted by the Board of Directors of Great American
Insurance Company by unanimous written consent dated March I. 1993.
RESOL VED: That the Division President. the several Division Vice Presidents and Assistant Vice Presidents, or anyone of them, be
and hereby is authorized, from time to time. to appoint one or more Attorneys-In-Fact to execute on behalfofthe Company, as surety, any and aJ/
bonds, undertakings and contracts of suretyship, or other wncten obligations in the nature thereof; to prescribe their respective duties and the
respective limits of their authority; and to revoke any such appointment at any time.
RESOL VED FURTHER: That the Company seal and the signature of any of the aforesaid o(fjcers and any Secretary or, Assistant
Secretary of the Company may be affixed by facsimile to any power of attorney or certificate of either given for the execution of any bond.
undertaking, contract or suretyship, or other written obligation in the nature thereof. such signature and seal when so used being hereby adopted b.v
the Company as the original signature of such o(fjcer and the original seal of the Company, to be valid and binding upon the Company with the
same force and effect as though manuaJ/ya(fjxed.
CERTlFICA TlON
I, RONALD C. HAYES. Assistant Secretary of Great American Insurance Company. do hereby certify that the foregoing Power of
Attorney and the Resolutions of the Board of Directors of March I, 1993 have not been revoked and are now in full force and effect.
Signed and sealed this 28th
day of August
,1996
S II S7B (9/9)) (FLORIDA)
Bond No. 130 76 75
SECTION 00620
FORM OF PAYMENT BOND
KNOW ALL MEN BY THESE PRESENTS:
That, pursuant to the requirements of Florida Statute 255.05. we, ROCn.ARD
CONSTRUCTION COMPANY , as Principal. hereinafter called CONTRACTOR,
Great American
and Insurance Couany , as Surety, are bound to the Citv of Parkland. Florida,
Three lIillion Four Hundred
as Obligee, hereinafter called OWNER, in the amount of Eighty Five Thousand & Nol
QQ..Dollars ($3,485,000.09 for the payment whereof CONTRACTOR and Surety bind
themselves, their heirs. executors, administrators, successors and assigns, jOintly and
severally.
[
I
J
(.
WHEREAS. CONTRACTOR has by written agreement entered into a Contract,
Bid/Contract No.: 96-01 , awarded the cJt"day of 41/&11s1 ,19ff., with
Construction of
OWNER for Terramar Park in accordance with drawings (plans) and
specifications prepared byWal1ace,Roberts and Todd which Contract is by reference
made a part hereof, and is hereafter referred to as the Contract:
THE CONDITION OF THIS BOND is that if the CONTRACTOR:
1. Indemnifies and pays OWNER all losses. damages (specifically including, but
not limited to, damages for delay and other consequential damages caused by or
arising out of the acts. omissions or negligence of CONTRACTOR), expenses,
costs and attorney's fees including attorney's fees incurred in appellate
proceedings, that OWNER sustains because of default by CONTRACTOR under
the Contract: and
2. Promptly makes payments to all c~aimants as defined by Florida Statute
225.05(1) supplying CONTRACTOR with all labor, materials and supplies used
directly or indirectly by CONTRACTOR in the prosecution of the Work provided
for in the Contract, then his obligation shall be void; otherwise, it shall remain in
full force and effect subject. however, to the following conditions:
SECTION 00620 - 1 of 4
... ..--. I -_..~
2.1 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 forty five (45) days after beginning to furnish labor, materials.
or supplies for the prosecution of the work, furnish to the CONTRACTOR
a notice that he intends to look to the Bond for protection.
2.2 A claImant who is not in privity with the CONTRACTOR and who has not
received payment for his labor, materials, or supplies shall, within ninety
(90) days after performance of the labor or after complete delivery of the
materials or supplies. deliver to the CONTRACTOR and to the Surety,
written notice of the performance of the labor or delivery of the materials
or supplies and of the non-payment.
2.3 Any action under this Bond must be instituted in accordance with the
Notice and Time limitations provisions prescribed in Section 255.05(2),
Florida Statutes.
The Surety hereby waives notice of and agrees that any changes in or under the
Contract Documents and compliance or noncompliance with any formalities
connected with the Contract or the changes do not affect the Surety's obligation
under this Bond.
Signed and sealed this ~ day of August , 19 96
WITNESS:
Bc~k1and Construction Company
(CORPORATE SEAL)
(Name of Corporation)
~~~t!~d
Charles J. Raymond
President
j)~ JJ fJ(o/mt1tJ
Secretary
(Type Name and Title signed above)
SECTION 00620 - 2 of 4
WITNESSES:
Secretary
(Name of Corporation)
By:
(Type Name and Title signed above)
INSURANCE COMPANY:
By: ~.()~
Charles D. Nielson
(Agent and Attorney-in-Fact)
Address: 580 Walnut Street
(Street)
Cincinnati, Ohio 45202
(City/State/Zip Code)
Telephone No.i5l3 ) 369-5000
State of rich; tltl
County of. 13rotA.ttf d
"
On this, the 2t day of AOf'i/S I , 19't6. before me, the undersigned
Notary Public of the State of FL ,the foregoing instrument was acknowledged by
(Jhl'ti/lj f. dCH//7J~ (name of corporate officer), lrt'c5J 'k;1 (title),
of Roclf ~/JJ [OI/J/'!choJ} fb (name of corporation), a ~rlck,-- (state of
corporation) corporation, on behalf of the corporation.
SECTION 00620 - 3 of 4
WITNESS my hand
and official seal
~4f fiVL '--..
Notary Public, State of f/o r>dA--
I~~r;~~r <
(Printed, typed or stamped name of '
Notary Public exactly as commissioned)
.D-Personally known to me, or
CJ Produced identification:
(type of identification produced)
o Did take an oath, or
~d not take an oath
. CERTIFICATE AS TO CORPORATE PRINCIPAL
. .
.~
I. tOL/}{AtlL JJ ay/1J//~~ ' certify that I am the Secretary of the corporatIon named
as Principal in the foregoing Payment Bond; that (J;wtfy.../ fJay/?'Jt51rdWhO signed the
Bond on behalf of the Principal, was then !J.I.4.ull-<<~ of said corporation: that I
I
know his/her signature; and his/her signature thereto is genuine; and that said Bond
was duly signed, sealed and attested to on behalf of said corporation by authority of its
.' governing body.
(CORPORATE SEAL)
~ I J
dzf44l/1 {~LtL4/ (~~/J4~~
(Name of Corporation) f
END OF SECTION
SECTION 00620 - 4 of 4
GUnT ~ INSURANCE CQMMNY-
580 WALNUT STREET. CINCINNATI. OHIO 45202 . 513-369-5000 . FAX 513-723-2740
POWER OF ATTORNEY
The number of persons authorized by this power of attorney is not more than Six
No.O 15981
KNOW ALL MEN BY THESE PRESENTS: That the GREAT AMERICAN INSURANCE COMPANY. a corporation organized
and existing under and by virtue ofthe laws of the State of Ohio. does hereby nominate. constitute and appoint the person or persons named below
its true and lawful attorney-in-fact. for it and in its name. place and stead to execute in behalf of the said Company. as surety. any and all bonds.
undertakings and contracts of suretyship. or other written obligations in the nature thereof; for all obligees including any and all consents required
by the Department of Transportation. State of Florida. incident to the release of retained percentages andf or final estimates; provided that the
liability of the said Company on any such bond. undertaking or contract of suretyship executed under this authority shall not exceed the limit stated
below.
WARREN ALTER
OONAID ~
MARY C. ACEVES
Address
ALL OF
MIAMI LAKES, FLORIDA
limit of Power
Name
CHARLES J. NIELSON
JOHN HARRIS
CHARLES D. NIELSON
ALL
UNLIMITED
This Power of Attorney revokes all previous powers issued in behalf of the attorneYls)-in-fact named above.
IN WITNESS WHEREOFtheGREAT AMERICAN INSURt~E COMPANY has caused these presents to be signed and attested by
its appropriate officers and its corporate seal hereunto affixed this day of February . 19 96
Attest GREAT AMERICAN INSURANCE COMPANY
STATE OF OHIO. COUNTY OF HAMILTON - ss:
On this 6th day of February, 1996 . before me personally appeared GARY T. DUNBAR. to me
known. being duly sworn. deposes and says that he resided in Cincinnati. Ohio. that he is the President of the Bond Division of Great American
Insurance Company. the Company described in and which executed the above instrument; that he knows the seal; that it was so affixed by authority
of his office under the By-Laws of said Company. and that he signed his name thereto by like authority.
This Power of Attorney is granted by authority of the following resolutions adopted by the Board of Directors of Great American
Insurance Company by unanimous written consent dated March I. 1993.
RESOL VED: That the Division President. the several Division Vice Presidents and Assistant Vice Presidents. or anyone of them. be
and hereby is authorized. from time to time, to appoint one or more Attorne.vs-ln-Fact to execute on behalf of the Company, as surety, any and all
bonds, undertakings and contracts of suretyship. or other written obligations in the nature thereof; to prescribe their respective duties and the
respective limits of their authority; and to revoke any such appointment at any time.
RESOL VED FUR THER: That the Compan.v seal and the signature of any of the aforesaid officers and any Secretary or Assistant
Secretary of the Company may be affixed by facsimile to any power of attorney or certificate of either given for the execution of any bond,
undertaking, contract or suretyship, or other written obligation in the nature thereof, such signature and seal when so used being hereb.v adopted by
the Company as the original signature of such officer and the original seOlI of the Company. to be valid and binding upon the Company with the
same force and effect as though manually affixed.
CERTIFICA TION
I. RONALD C. HAYES. Assistant Secretary of Great American Insurance Company. do hereby certify that the foregoing Power of
Attorney and the Resolutions of the Board of Directors of March I. 1993 have not been revoked and are now in full force and effect.
Signed and sealed this 28th
day of August
.1996
SIIS78 (9/93) (FLORIDA)
Certificate of Insurance
FINANCIAL SERVICES ASSOCIATES of A VENTURA, INC.
THIS CERTIFICATE IS ISSUED AS A MATTER OF I FORMA I 0 S
NO RIGHTS UPON THE CER11f=iCATE HOLDER. THIS CERTIFICATE DOES NOT AMEND,
EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.
A1TENTIO~ CERTIFICATE HOLDER: If you have any ~oDS
lease contact 8 FISC ERT at 1-800-753-1992
I&sue Date: (MMlDDIYY)
8/26/96
Financial Services Associates
2999 NE 191st. St. Suite 803
Aventura, FI. 33180
Rockland Construction Co.
8360 SR 84
Company Letter A PBO
Company Letter B
Ft. Lauderdale, FL 33324
e of Insurance
General LIability
Commercial Liability
Claims Made D Occurrence
OWners & Contractors Protective
All Limits in Thous8nds
$
$
$
$
$
Automobile Liability
Any Auto
All Owned Autos
Scheduled Autos
Hired Autos
Non-Owned Autos
Garage Liability
CSL
Bodily
Injury
Per PerIon $
Bodily
Injury
Prapelty
o.Rllle $
Each Occurrence
Other Than Umbrella Form
$
Workers' Compensation
A And
Employers' Liability
Statut
345400
1/1/96
12131/96
Other
Description of Operations! Locations! Vehlclesl Restrlctlonsl Speclllltems
DBA: Terramar Park Contract # 9601
t?ffl'!;;'~>~~r:r~~sxr;::@i!@gwJt4*wrf.~%f;':\~"'.".. ~ . :,. .',' ,; ,':' . . ~ ' . ~ ~ . ;,~
. ..~OC.:-: '.......,....H ."......;.;~...~......."... :~$..ia...uJ'^~-.\~~-.{.J..{jJ..<...~ ................ ..
Parkland
FL 33067
SHOULD NN OF THE ABOVE DESCRl8ED POIJCIIS III! CANCELED BefORE THE
EXPIRATION DATE THEREOF, THE ISSUINQ ~ANES ~ ENDEAVOR TO SEND
30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT,
BUT FAIlURE TO MAIL SUCH NOTIC! SHALL IFOSE NO OBLIGATION OF LIABIL.
ITY OF NN KIND UPON THE NN,ITS AGENTS OR REPRESENTATlVES.
Aulhortzecl R~ ~
.
xxxx
City of Parkland
6500 Parksidc Drive
Jl8V1: DATE (MMIIlO/VY)
8/28/98
Collinsworth, Alter, Nielson,
TIUI CEanncATE III11V1lD AI A MA'l"l'KR 01' INIOIlMATlON ONLY AND
CONn" NO RlGIlI'S IIPONTIIE CErrnnCATE JfOLDER. TIUI CERTlncATE
DOD NOT AMEND. EXTIlND OR ALTER TIlE COVllRAGB A.II'ORDED BY TIlE
POLlCUl8 BBLOW
Fowler && Dowling, Inc.
Post Office Box 9315
COMPANIFS AFFORDING COVERAGE
Miami lakes, Fl 33014-9315
COMPANY
LItT1'ER
A Maryland Casualty Co.
B
INBUIIED
COMPANY
LR'lTER
=:'" c
Rockl.nd Construction Company
8380 West State Road 84
Ft. Lauderdale Fl 33324
COMPANY
LR'lTER D
COMPANY E
LR'lTER
TlUlII TO ClUlTII'YTllATTIIa POUCDI 01' INIIlIIA.NCIl LII'I'D BELOW RAVIl URN IIIV1lD TO TIlE NUllED N.UOD A.IIOVIlIOR TIlE POUCY nRlOD
INDlCATID. NO'nwIIa...AMHNC ANY RlQtJIUIIIN'J', DJD( 01 OONDlJ'ION or ANY CONI'RA.CJ' OR 0TRIJt IlOCVIOHJ' wrrs IIlINCI' TO WIIICJITH18
CUl'lllCATI MAY" _IJID OR MAY I'IIn'AIN, TIIIl...UIWICa AJIOIDID BY TIIIl POLlaa DIl8CIUIIlD IIDBJN 18 Il/IlJBCT TO ALL TIll TIIOII,
Da.1lII0Nl AND COM)mONl or IVCB I'OLlaa. LDm'IIIIOWN MAY HAVIlBBIN UDUCBD BY PAID CLA.IMJ.
CO TYPE 01' INIlIJIA.HC2 POLICY NtlMBER POLICY BIT. POLICY UP.
TR DATI (MMIDD/YY) DATI (MM/DD/YY)
LDm'I
A GIlNIUIA.L LlA.BIUJ'Y
EPA29351963
7/15/98
7/15/97
GBNJUlAL AGGUGATB
PRCJD.COMPIO. AGG.
PBIII. a IIDV. JNJtlIIY
BACH 00CtJIUlBNCE
nu DAMAGI(One lire)
MIlD.EXP. 0.......
COMBINIlD IINGLB
LlMrr
2000ooo
1000ooo
1 ??oo00
1 ??oo00
AUTOO68811
7115/98
7/15/97
5000
100??oo
BODILV INJ1lIIV
(Pw .....)
BODILVINJURY
(Pw .....t)
PROPBllTV DAMAGB
BACH 0CCUIUlBNCB
AGGUGATI
WOUB..' COMPBNBATlON
AND
BMPLOYER" LIABILrrY
BACH AccmlN'l'
D~LlCYLDIIT
DIlIlAlWACH DIP.
O'I'IIBR
DllICRImON 01' OPllllATlONBILOCATlON8IVBJIJCLJlIIBJISCIAL I'I'UI8
Certificate holder is named .s additional insured on the general Ii.
bility insurance for operations being performed by the insured on the
followin ro act: Terramar Park
City of Parkland
6500 Parksida Drive
Parkland, FI 33087
lHOULD ANY orTllll AIOW DIlllCRIBID POLlaa .. CANCILLID UIOU TIIIl
IlXPJRATlON DATB THBIlIlOI', TIlE IIIlIING COMPANY WlLLllNDBAVOR TO
.,. MAIL ..aa.... DA\'I WIUTI'BN NOTICE TO TIll aJrJ'IJ'JCATB BOLOD NAMBD TO TIlE
LErr,lVI' rAILl1U TO MAIL SUCH NOTICE 8IfALL DII'OBB NO OBLIGATION OR
LIABILn'Y or ANY KIND IIPONTHB COMPANY, m AcaNTI oa UPU8IN'1'ATIVIIII.
JIIU& DATIl (MMIDDIYY)
o 8130198
THIS BINDER IS A TEMPORARY INSURANCE CONTRACT, SUBJECT TO THE CONDITIONS SHOWN ON THE REVERSE
SIDE OF THIS FORM
PRODUCER COMPANY
Collinsworth. Alter. Nielson,
FIEDLlTY & DEPOSIT
UI'ICI1VI
Fowler & Dowling, Inc.
Post Office Box 9315
City of Parkland and
9103198 PM 10103198
TRIa BDlDU II..-o11DTO UQIe ~GK INTIIIl AIIO\'K NAJaD...
COMPANY'" DPIJlING toUCY NO!
DucaJmONOrOPUA~Pan'Y~~
Builders Rlsk-Terramer Park
HiIIsboro Blvd & 441 Parklend
Miami Lake., Fl 330l.4-9315
cpoE QQ084709 SIJB.CODE
MUDD
Rock/and Construction Company
8380 West State Road 84
Ft. Lauderdale Fl 33324
01' INIUJtANCa
PIlOPIDn'Y CA.... or u.
IWIC DUOAD Dsnc.
~GEII'O""
AMOllNI'
IDUCIUU COINIUIL
BUILDERS RISK.SPECIAL FORM
WINDSTORM DEDUcnBLE: 2%
1000ooo
5000 100
IlETRO DATIl lOR CLAJM.I MADEl
GENDAL AGGUG4T1l
I'IIOD.o OOMPlOP AGe:.
..... a IIDY. IN.IUaY
IACIIOCCUUINCI
nuDAMA
MID. ...
COMIIINID lINGLE LDm'
IIODILY IN,J..... '-I
IIODILYIN,J..... Aa:.)
PIlOI'DTY DAMAGK
MlDICAI. 'AY1DN1'8
PUIONAL IN,J. I'ROI'.
UNINSURED MarolU8T
AU1'O PHYIICAL DAMAGK
DlDucnaLE
ALL VEIIICLIIlI
8CHIDllLlD VBHICLIIS
ACn1AL CASH VAL.
STATIO AMOllNl'
OTIIU
BACH 0CClIUENCE
A"DcaTll
sa.rolNlUDD 1IaEN.
STATVrORY IJMrrB
IlACII ACCmIlHl'
DIIIlAI& POLICY LlMrr
DIUAlHACII DI..
THAN UMaULLA 1'0'"
IlETRO DATIl lOR CLAJM.I MADE:
WORDa' COMPIlN8ATlON
AND
1lMPLOYD'I LIAIIILITY
SPECIAL CONDmoNSlOl'HD COVllRAGIS
..............~""..~"..~~~~~~~~...~...-............-......~.-.....---.~~~~~~vv-r~~~......-..'<C"~~................~.......~...~.
: ' ,">:~";r;:- > ';,"', "i~~';^i~~" ;",;, <'~i"(:; :;: '
. .~ .... ..-,....... .;-.,... '"v. .... ~ H .. ."'" -..-..
..::...... ~~~ .,,~.. ............. A. ....~. A.~..,"~-" . ~, " .::..,................0:.."...... .~....~ ~~.~~ ........ ~...,..........y... .~...... ..........~.....A.--'.... ~A" ..~ .--"-~.........", .U. ....... . . H.... .. ,
_DA.... CJOIAlIIIIYY)
IT 8130/98
THIS BJNDEllIS A TI!'.MPORAllY INSVRANCE CONTRACT, SUBJECTTO THE CONDmoNS SHOWN ON THE REVERSE
SIDE OF TBJS FORM
PItClDUCat COMPANY
Collinlworth, Alter, Nlellon,
FIEDUTY & DEPOSIT
II'ftCrIQ
Fowler & Dowling, Inc.
POlt Office Box 9315
City of Pertclend end
AM
9103/98 PM 10103/98
TllllIIIN>>_II:-uIDTO arpct CUftltAG&INTBlABOftlWlllL
COIII'ANY..1IIIUlIIfG I'OLIClr NOt
DlIICIIIPnClIforOl'DA~~&.-....
Bullde,. Rlsk- Terremer Perk
Hllllboro Blvd & 441 Pertclend
Mia Uk.., FL 330t4-931 5
~ QClO84709 IIJI.QlU
INIUUD
Rocklend Construotlon Compeny
8360 W..t Stete Roed 84
Ft. Lauderdele Fl 33324
BUILDERS RISK-SPECIAL FORM
WINDSTORM DEDUCnBLf: 2%
1000ooo
5000
-
_.
untO BATlIO. CLAIMS MADEl
CINIlIW. AGGUGATI
PIICD.- COMJljIOp ACCI.
..... 6 AJI'I. DQUaY
IACII occuaDICI
no
MID. Per
COIDINID IINCU LDm'
IIODD.Y INJ.CIW '--I
IIODILY 1I'U. (Per A&I
PIlOPIIt'ITDAIIA"
MIDICAL PAYraHn
I'UIONAL uu. PROT.
UNIN81JRIlD MarclUll'
Avro PIIYlIICAL BAllA"
DIDUCI'IIU
ALL YaIICLD
ICIIIDlIUD YaIICLIllI
Acriw. CAlHVAL
n'ATID AMOUHl'
O'I'IID
EACH 0CCUIIJl&I'fCa
Ac:<<:UCATI
.......olIUUD UTIN.
n'A'IVI'ORY LlMrI'I
IlAaI ACCIDINI'
DIUAU POUCY LlMrr
DIlIASHACB lIMP.
~~
LUIION:
THAN COLI
IXCI:II LIABILITY
JORM
THAN 1lMIIDLLA IORM
untO BATlJO. a..uMIMADEl
WORUIII' COMl'DlBAnON
AND
IMPLOYD'S LLUIILrIY
SPECIAL CONDmONll1011llll COVUAGII
CITY OF PARKLAND
6500 PARKSIDE DRIVE
PARKLAND, FL 33067
(954) 753-5040 FAX (954) 341-5161
January 22, 1997
Mr. Charles Raymond, President
Rockland Construction Company
8360 State Road 84
Fort Lauderdale, Florida 33324
RE: AGREEMENT ENTERED INTO AS AN ADDENDUM TO CONTRACT
Dear Mr. Raymond:
I am enclosing one (1) executed original of the above referenced Agreement between the
City of Parkland and Rockland Construction Company. The purpose of the Agreement is
to permit Contractor to assign to Owner its purchase order or agreement for the
procurement of certain equipment needed for the improvements required under the
Contract.
Should you need additional information, please feel free to contact me.
gr:L~
Helen Lynott, C.M.C.
Deputy City Clerk
Attachment (1)
CC: Wallace Roberts & Todd
Harry 1. Mertz, City Manager
Andrew Maurodis, Esq., City Attorney
Charles DaBrusco, P.E., City Engineer
Judith Kilgore, Director of Finance
winward\mtgn0t2.doc
AGREEMENT
This Agreement is entcred into by and bctwccn the CITY OF PARKLAND. a mWlicipal
corporation, (OWNER) and ROCKLAND CONSTRUCTION COMPANY (CONTRACTOR) as
follows:
WHEREAS, OWNER and CONTRACTOR have entered into a Contract dated
.s &",7:- i' 11~ 6 . , for the construction of improvements to the Terramar Park in thc City
of Parkland (the Contract); and
WHEREAS, this Agreement is entered into as an Addendum to the Contract; and
WHEREAS, the purpose of this Agreement is to pexmit CONTRACTOR to assign to
OWNER Us purchase otder or agreement for the procurement of certain Equipment needed for the
improvements required under the Contract (hereinafter referred to as the Equipment, more
particularly described on Exhibit A); and
WHEREAS, the parties desire to provide for OWNER to -pay for such materials only upon
agreement by the OWNER and with the understanding that, the fact that the OWNER shall be the
purchaser of the Equipment shall not, under any circwnstances, be used by the CONTRACTOR as
a defense to any action by OWNER for breach of the Contract or negligence thereunder; and
WHEREAS, should the OWNER,bring any action for breach of the Contract for failure to
-.
comply with the terms thereunder, the direct purchase by the OWNER of the Equipment shall not
constitute a defense thereto, and the parties recognize that OWNER would not enter into this
Agreement if CONTRACTOR was permitted to use the direct purchase or payment by the OWNER
as a defense to any claim by the OWNER;
NOW THEREFORE, BE IT AGREED BY AND BETWEEN THE PARTIES AS
170LLOWS:
Section 1. The above referenced WHEREAS clauses are included in this Agreement as
iffu1ly set forth herein and made a binding part of this Agreement.
Section 2. 'lbe CONTRACTOR shall accept an BSsisnment of the pW'Chasc order or
agreement tot." procurement of the Equipment from OWNER for the purchase price of $ 5/.3 J ~27. (> S-
,
There shall be ~o. sales tax associated with the payment of said amowtt.
Section 3. . The CONTRACTOR shall be fully responsible for all matters relating to the
procurement of the Bquipment, including but not limited to, assuring the correct quantities, placing
the order in a timely manner, assuring coordination of the purchase with the progress ofllie work,
pcovicUng and obtaining aU warranty and the guarantees required by the Contract, mspection and
acceptance of the Equipment at the time of delivery, risk of loss and damage. or any other loss
following acceptance of the items. The CONTRACTOR shall coordinate delivery schedules,
sequence of delivery, loading, orientation, and other arrangements normally required by the
CONTRACTOR for the particular materials furnished. The CONTRACTOR shall provide all
services required for the unloading,..handIing, and storage of materials through installation. The
CONTRACTOR agrees to indemnifY Bnd hold harmless the OWNER from any and all claims of
whatever nature resulting from nonpayment of goods or supplies arising from the actions of the
CONTRACTOR.
~ctiOD 4.
As the Equipment is delivered to the job site, the CONTRACTOR shall
visually inspect all shipments ~m the suppliers, and approve the vendor's invoice for the materials
delivered. The CONTRACTOR shall assure that each delivery of the Equipment is accompanied
by documentation adequate to identify the purcl1ase order against which the purchase is made. This
docun1entation may consist of a delivCJ)' ticket and an invoice from the supplier conforming the
2
purchase order together with such additional jnformation as the OWNER may require. The
CONTRACTOR win then forward the invoice to the OWNER for payment
Sl:ctIOD 5, The CONTRACrOR shall insure that the Equipment conforms to the
spccificntiol15. and determine prior to incorporation into the work if such materials are patently
defective~ and whether such materials are identical to the materials ordered and match the description
of the bill of lading. If the CONTRACTOR discovers defects or nonconformities in the Equipment
upon such visunl inspection, the CONf.l:tACTOR shall not utilize such nonconfonning or defective
materials in the work, and instead shall promptly notify the OWNER. of the defective or
nonconforming condition 80 that repair or replacement of these materials can occur Without any
undue delay or intcITUption to the projcct. If the CONTRACTOR fails to perlonn such inspection
and otherwise incorporates into the work sucb defective or nonconforming materials, the condition
of which it either knew, or should have known by perfonnanee of an inspection, the CONTRACTOR
shall be responsible for all damages to the OWNER resulting from the CONTRACTOR'S
incorporation of such materials into the project, including liquidated or delay damages.
Sedran 6. The CONTRACTOR shall lII~ntain records of all the Equipment it
incorporates into the work.
Scetfon'1. The CONTRACTOR shall be responSible for obtainins and managing all
W"dlTaIlties and guarantees tor all the Equipment as required by the Contract document. All repair,
maintenance, or damage-repair calls shall be forwarded to the CONTRACTOR for resolution with
the appropriate supplier, vendor, or subcontractor.
Section 8. The purchase price plus tax for the Equipment shall be deducted from the
contract in a deduction change order.
3
Section 9. Not withstanding the transfer of the Equipment to the CONTRACTOR'S
possession by the OWNER, the OWNER shall retain legal and equitable title to any and all The
Equipment.
Section to. This Agreement-shall be considered an Addendum to the Contract. All terms
of the Contract shall retnain in fun force and effect as if fully set forth herein, with the exception of
the procedure provided by this Agreement.
Section 11. This Agreement shalt be effective upon the last date that either party affixes
its signature hereto.
Witnesses:
ROCKLANDCONSTRUcnON COMPANY
By:~~Rn
Date: JAAJ, 8J. /'197
,
STATE OF FLORIDA
COUNTY OF BROW ARD
The foregoing instIument was acknowledged ~fore me, the undersigned Notary Public in
and fOT the State of Florida, on this, the ~ , day ofJo.nlJah<t- ' 199\ by
~. ~mvxJ) of Rockland Construction Company. .
:\~, '''... f\ 1) l. M, .
#:6.~'" DONNAOWILLIAM8 ~Ch\Iu~ J/){ L!Jt~
*~ * MyCommlnlon~ ~tary Public, State omf 1 on' da
~Wl. ~ .....feb.10.1OOO
'#""''''~ nt-.fNA 6; LCti41S
Printed, typed or stamped Damc of Notary
Public exactly as commissioned
~ Personally known to me, or
_ Produced identification:
Type of identification produced
4
~"~..-
ST A TB OF FLORIDA
COUNTY OF BROWARD
CITY OF PARKLAND
By: -b ~
Mayor Sal Pa ara
Date: January 22, 1997
"The foregoing iDstnuncnt was acknowledged before me, the undersignccl Notary Public in
and for the State ofFJorida, 011 this, the 22 day of Januarv , 1991" by Mayor
Sa! Pagliara.
12120/96
N~
Helen M. Lynott
Printed. typed or stamped name of Notary
Public ~xactly. as commissioned
-1L Personally known to mc, or
Produced idcntification:
Type of identification produced
CD HI.8t M. LWOTT
tit 'CtJ1_ION. GO"
ElCIWI: """'1, ,.
......... ..,,.......
s
EXHIBIT "A"
List of Equipment to be Procured by Owner
all prices include tax
1. Sports.Lighting Poles, Accord Industries: $71,906.16
2. Sports Lighting Fixt~r~s, Musco 210,940.00
3. Scoreboard, NEVCO 8,026.11
4. Building and Site fixtures, K&M Industries 71,020.00
5. Bldg. and site fixtures (alternate), K&M Ind. 5,803.50
6. Benches, picnic tables, bleachers, shelters
(Contract Connection) 88,128.40
7. Playground Equipment (Gametime, Inc.) 57.502.88
8. Total to be deducted from Contract
$513,327.05
9. Net amount City pays to vendors
10. Savings to the City
484.270.80
$29,056.25
Ll~C-13-'96 FRI 13:16 lD: DR~./ COLLNS _....TEL NO:561 338-13l2l49
I PURCHAr.E ORDER A
: .f
!
...
3U64
J
. bA~ta ELECTLICAL CONTRACTOR8 caRP~
101 N~thw..t Thi~d Str..t. .'
Bo~. Aaton_ Flarjd. 33432-3825 ;
UJ61 )338-6847 (q~4) 426-4232
(~61) 338-0049 FAX
J
~
I
I
I
To~.~~ndustrt.,
ADDRE8S~OQ.~ Forlrl!lJlOi~ '.
CITV -",f.~~~er Park". E!!r1da
32782
dudy Graddy
~
4
9610-3064
, .
". ,I . I' .. .t...... t ...
., ... 71' ~o;i'
'. . i1 ,. ~. "
_. 0..
. . ..', :' l~a1 'tJOtes .
- .
..: ., 96' ~otel '.
:'11 'r.... .' 31' '~t..' ., "'.
. 1~
I 7
.. 3
'0 14
.
7.
.
,
. It. .
, ..,'... I . ... '.. . II
....
, f" '" I
1.
"
1~
1.
16
17
." .' , , ,f
.....un.t
~~
*i741 P132
Davco Electrical Contractori Corp
SHIP TojerrlNr e....k '
ADDR~~ 76th Drtv.
CITV Park1lnd, Flortda. 33067
DI". .
November 21' :
, ...Iet . . ~ .
. .
;
. r
~r."d Total S.11th Prtcl
, 't'10~1da ~ ~tat. sail' T.~ 68
......
I
I
! '
HASINQ A_EN'
. : RlCIIVlN~ WI. crfiy
r~DArW' ~,~ ~t:r)lt:&
DEC-13-' 96 FRI 13: 17 10: DAVeO / COLLNS TEL NO:561 338-0049
PURCH":'! ORD!R
**741 P03
3a~8
,
I
'11 ...
'Ttll' Imhoff
-~
I Y
I DA'iCO RLRCTR I CAt:' t"DNTAACTDRB CbhP J.
lOB Nj'rthw..t Third 8tr..t ,
Soc. Ra on, Flqrida :S:S4~2"3B2'
(401) ~ 1-6141 (9841 426-4232
( 07) ~3e-004' ~AX
HUEt~ sports Lighting
TO~__' T
ADDRESS_ ~
CITY 'Mu'~,"ttn.
7
P 08 JOBSITE
,ewmmt.'.. ' ,',.. ,'~
500 Wait Musco C Ftxtures for 200tLL Fte1d
~....
SOO .~Itt kUlco tlc F1Kture. for 300'8... 8111 Field
&00 Watt kUlco'y C Fixture, for 3&OiXS10.Soccer ,Fte d
500 Watt Musco T C Ftxtures for 330'X19S'Soccer 'Fte d
_. 600 witt Muico T C Ftxtures for ai.klt iili Courts
~.. 'soo Walt hJico t C Ftxturei fat" "Ihnts Courts ..
.: tHng harness to indtv1duar poles per'ttxture quan'Uy
StAb Toti1
I 24
· .,
J 44
.. 40
". 16
, 32
,
.... -..,. ,
,$ 11.000.0
11,940.0
$ 10.9~O.O
.
10
Ii Provide 12 copt.
.J!ftg. .
..
13
14
II
..
17
I _~
'. .' 't" .
~-
...
DEC-13-'96 FRI 13: 18 ID: DAVCO / COLLN,~ ,
TEL NO:591,338-0049
~741 P04 __
I 'URCHASE OIDIR
I
I
DAYCD ELECT~ICAL CUNTRACTDR~ CORP.
108 Na~thw..t 'h!rd Str..t '
laca Ratbn, Florida 33432-382' ~,
(561) 338-6B47 ,9'4) 426-4232
. .. . << Sf!) 338-0049 FAX
, H,','w 'Scortbolrcl CObJpi~ ' , , 'Dived 'EleCtrica1 contractori corp
fO C/~ HO~i~ I ,AllOct.~... Ihc. . SHIPTOT.rrllDl~, ~i..k ,
ADoA&SS_~~ po' ~i~iii "", . ADDRESS 575 H W '6th 6rtvi
ciyv'-!!',!:.!Ind. ~lor.t 't' 32'84-S252 " , ellV Pirk1lhd. F~O~fd.. 33067
FOA '
"tt!! Bassett . Jl10-30111
..'N
,
-~ . . ----
315~'5
~,
'-
. ~ A
~
'I. "~'.;.,:~; ,....:.;. ".. 0';, . . ." "yfrlMli
~1010/MPCN BASEBAL ISOFTBALL BOARD ~iMPcH CONtRo~'
01 X' 4' " I
. , ,_.. , . I
FOB dOssITE
DATE
, ',NOvember 26 1
" ~..
7400~OO
.. 'f' .'" .. ...
81 DISCOUNT
"tOUNTED i'orAL
$370.00
"
.
7,030.00
.: t :' .
, .
. .
SALES TAX .'
F~JGftT:' .
: f~l18Hf ,tAx" j ,: I 'S ..
$421.80
'$641.80
. $32.51
'.. I ,
" t
I, "
,
. ,
8026~ti
. '
10'
------.....
- ---..."""'" J\J I"" ....w........., ,1,""'. "",nv'wu , 'wUL..L..I'w'
I~I.. l'lU';;;J.9..\.~~IO"':;l ,._,__~t"'\O~._".._.
I ",.~J~~OIIt
,./ ,
I . ,. t.
j ~ r "",
DAVCO ELECTR~t'L CO~TRACtbR8 cb~p~
.toe ND.-t;hw..t Thi"d at".., ". ';
Sace A..tart, Flqrlda 33432-382:5. ',f
.: (407) 3JSJ6841 (9~4J 426-4232
( 4071 J JJ9-d049 PAX ,', 'I' .
I .
I
!(j~5
TO KIM Elect""ca~" Supply .
ADORiSS-..!:41 centr.i~.)nd!,.s~r"1 Drive
n f y t er. 8ii~~." ~lor; d'. 33404
. .._ . I'
SIIIP TO
.
,
, T.rrlmar Plrk : ' ' :
C/O niveo E1.ctrfcil Contractors ~orp
.
6675 ,~,~.76th DrtvI
L _It
P.rk1i~d. Florfda, 33067
l '
ADbRESS
CITY
...
, .'*"
. Jr.
Butch Farral1
1
",",v
Lot BUiLDING FIXTU ES. lOT SlTE FIXtURES AND POLES
. :'ER "tt~tIfiEktdA.'" AtTACHMENt -AI IS. BILL OF MArE~ At
.. ,FRbI4: .~bIIE~ Akb'LIG I Iho SHOWING ~IXTURE QUTMTiTY D
.' ::QoOTtS:~' .1~i:D ',BY' lirCH FARREll i RUSSELL WithE' 9/2 196
SASE BID QUOTE
. UNn
I
a
4
'0
.
.
7
. .;
.
It
12
13
I.
II
16
,
.' . '.
9/z;' ~
--- -~ J'-I .-". J,..Ji.l.:I 11): ~V~ / COLLNS TEL NO:561 338-0049 *f74LP06" --....-
..../.,.'~/;'I' . " I ~ " j ""'l' ," \
'.~ .....'1, " ,. " ,..' I' 1'.L_'" t'
.' : Ii",,' , " .~ . j,r~ 1,. . I ~~(;. (;~l\k' '
. r-&1.~- 'OV/~a~u~~.~~,...,--.~
f..*.....,*.*........,~..,'~.......1..*'....**,......,...~~"~.,",...*.*..~
IU~I ~ "1'N nrJ7'C9" I', UA I f:l = l"~,,,,'.u9f.. ''lAm! , "" ~
;;t,(' . I : ...,u.t~.'..'lc:li....* r:'~nt-t .j.,U::U:*:U'tlU:'''*~
Fe V.I. "
11RIAfY I ! .
j :
II
pnWAr lit t. t oht ,t,,~ v.Yl!4t I!l,"" '
1.1 ft1, '4. tU 11",,.,,,,,, f4 t \lIt .
h.~r'" ",1 ",I, Fl. ~~~....~..:"
f t'1t'I .
~
nO,1f!:f;:lt 1. ttMAt-t~" Pf\AIC '.'
H tI. I. FtfUlFm ANU ~'l1., ~
PANt<t. AN" ". _ : !
r.:.r1At~kRI tJAYt:U U,~f:ttu',: I.~ul"N'~
t; -; ;;;--j1i;------ -ilf'''~; I ~t i'~~ - - -- -t:r-' ------ --- - -- --- - -- ~ - -.::::-- -- ---
.. ..-----.-.-~.... ....9i.iilbJ.;~,jg -~~' ---0__-. - etuA::;.!2'La~J..O.s:,PO..1>._____..____..
"" A roJul l,;.~lllNVI.AN, A"~B:'?nL.~"r.:t,.~ ~
4 B tAN! ~~.!n4-01
~ f; Pot.. Uf.lnfJNfJt.A l'IA~::'4;~"/1.)f..r:,~s I "~I:I if
';I U Pl... ...~~.HI.r:tFtJ 01-~ '-H~O.Ntt.r.:t8~~ I fl (J ~
, Y t, t.:tll,H AWN4- t~~-! '..,,2lJ /) &'
~~ F f .,n r: AN-" URN ", . El' BY tJ, tle.f~~ ~
4 Q I. tNR D"',4l-A""'-~' fC-j'O-P~-tJHI-r..t"'~-N('-~ f . ~
2 e.... f)1.J1\l. Ul-4 > v' o~.. 30 r-S-
2 e.H ,I1I.1At. ~F.:~~-1 '/ f"" t 1 ',f, ~ fJ ~ - 2, ~t) ~ ~ -'
~ t!.H .OtlAl t"t..-f.. I . --
BtlP. J
<I ~A ~~I\U oltS'-f;Q,."" H"f)()"'\lS-'''71-',,:If~s
9 SA 5tJAU ~-$A-Rm-r
,~ SA
,.,:sa KtJAIJ :!/O"$J,-~t.J Ml6.M.no"V~-:Il!"-""~~
'1 t\tJ ~'''A'' ~""A-"L"'C1 ,. .
1 $" t,'AE,r.: :1""1V ~n'l t tt~ "'.II..u. Wl'2 3/"" till t~Nt.1N
:'t>,r: A~tH ALH'.~"'Hf!l- mf2'7"~~P"-~RtA-h1Ef-'Hk!:l
:? $0 FR.,., t.ttutN'~,l..t'.1 ,JHA-,--t 1~'.H"'-~-j,,("V
2 ~E SPA'.' 8PAtJl ..., ' ,
2 Sf!. Sf:'AU "-:.Uj" .. t,oc)H ~! ?oft .
t Ptft-f: I flAn I" ,. ~ t t;tH
1. PA"(~ (~t&'fHtr-U~t,f lJ.tNU tllAt) eALt:t.LA't,tOHS
, ,: fU t" r nil E'P it"",- 'f.rh ,t~~ 1 Gf,h
1 ~",tl.. (.:.HU IF ,'''tt, &J.INt' t.UAU t.:At, I.:t It.. A I Jtrt~J,4
Al t fo:flNA t F.~ J
2 ~f.~ ^'?t.~H I\l. fn eWH,,~.t 11!tt-U.;r' i' 7 ~'mt" r.'t1 ... HUr~vc r ~8 ..u4ll' (
9 ~~ "Mf!~ N!W .'A.'jm/, Q:'''An-kl-W/kUtltkl ~ f: r.rlF.R I .l--7'....Ll 7' l..... U
, #~ ~w I," tI. "AAtH4-~ : ,...., -57 .J --
-'J Qt.'.'" 'Nfl . t,ANUAHll r:Ul.fJR~ uNt.'1 - -
" Nn I..HP' !Nf't '.Uf!.F'I,~ ,
'" (..: ) -- Aff!2ifi.l'l: tl "".nm. .' ,
. - I, y-t......... ~' /" tl /) ,1/ /1:/ f"l., ~
... T--9/~Sj-"'f7------- ::-------- .------f-~rh:r.ncJ"_-_-m---.
81 f) I.'A t H I r.l~/('~ /CJf..
Artf;H. 'Pf:, ,
F,NtUNf.F": 1:\ F" Iff,'
L~~1J~,d();
....
12/JO/96 Tl~ 16:31 FAX 9549~50800
C CONTRACT CONNECT N
~OOl
Decernber10.1896
FACTORY REPRESENTATIVES
Contract ~onnection inc.
PURCHASE AGREEMENT
TO: Rockland Construction PHONE:{954} 476-0061
ATTN: Mr. Charles Raymond FAX:(954) 476-9085
ra: Tarrlmar Park Improvements
Congratulations 'on your company's successful bid for this project. As per our
conversation today, the following revised document is being faxed to you, upon which,
your purchase order to us can be based. We are pleased to provide the following items
" AS SPECIFIED", delivered to the jobsite. with effIoading of materials and Installation
to be provided by Rockland Construction, .
EQUIPMENT AND MATERIALS AS MANUFACTURED BY VICTOR STANLEY:
8' LONG BENCHES W/BACK - quantity - (13) MODEL # 28, 8' long in"round
benches with 3" X4" mahogany slats @ $ 556,00 each $ 7.228.00
4-SEAT PICNIC TABLES.:.. quantity - (4) MODEL # CP-4, 36" square Ir,ground picnic
tables with 3" X 4" mahogany slats @ $ 788,00 each $ 3,152.00
2-$EAT PICNIC TABLES - quantity - (2) MODEL # CP-2, 3611 square ir.-ground picnic
tables with 311 X 4" mahogany slats @ $ 664.00 each $ 1,328.00
6' LONG PICNIC TABLES - quantity - (10) MODEL # CP-2R. 6' long in:~round center-
pedestal picnic tables with 3" X 4" mahogany slats @ $ 864.00 each $ 8,840.00
WASTE RECEPTACLES - Quantity - (30) MODEL # H-316, 32-gallon inground waste
receptacles with mahogany slats @ $ 312.00 each $ 9.360.00
PREPAID FREIGHT VICTOR STANLEY ITEMS (20% discount) $ 2.177.00
*************************....**..................................t......*tttt......t.:...**..*********
TOTAL VICTOR STANLEY(dellvered)
$ 31,885.00
EQUIPMENT AND MATERIALS AS MANUFACTURED BY ALL STAR lBLEACHERS:
PLAYERS BENCHES - quantity - (8) MODEL # SPBA-21, 21' long Aluminum angle
frame Inground players' benches 'without back @ $ 288,25 each $ 2,308.00
BLEACHERS - quantity - (12) MODEL # AA5R21 CAlCUDFR, 5-row 21' long
aluminum angle frame bleachers with center aisle, double footboard & risier and chain-
link guardrail (after 3rd row) in compliance with 1993 BOCA and 1992 NFPA 102 codes ~
_ @ f...2.I.64.J5_eaE1'_ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ .... $~3J7!:0Q.. _
)6 FT. LAUDERDALE OFFICES ALSO IN: 0 JACKSONVILLE
I \ 2851 Polk Street ora.ndo, Tampa, Atlanta, 604 S. 2nd Stroet
Hollywood. FL 33021 'IMlcola, Napl.. . Ft.Myenl, Jacksonville floach, FL 32250
IOU\ ~1L.,Jtnn. J:4Y./QJ;A\ Q?IU\AM u.lhrulW._ W_ 1'..1", ....~h_ {Ql'W\ ""Q.Mll~. FAX:1904l249-8177
12/10{96 TUE 16:32 FAX 95492S0800
C CONTRACT CONNECT N
I4J 00 ~
Terramar Park Improvements December 10. 1898 Page 2 of 2
*&..AA&~A.AAAAA~4AAAAA.A~~AA~AAAAAAlAAAAA.~~..~~A~A~A.......~~A.AAA.AA.....A.~A.....*..6A........~....
PREPAID FR8GHT ALL STAR BLEACHERS ITEMS
$ 447.00
...........................****.*....................................................,..............**
TOTAL ALL STAR BLEACHERS (delivered)
EQUIPMENT AND MATERIALS AS MANUFACTURED BY POLlGON:
$ 35,930.00
Quantity' .~ (5) PoJi90n SQ-12-2HM all steel shelter, including all materials. rust-
Inhibitive prime painted prefabricated steel framework, hardware, metal t..ip-roof in a
choice of 12 standard colors and a 20 year warranty on the Kynar facto/)' finished roof
surface against pealing, chipping and cracking @ $ 2,450.00 each $ 12,250.00
PREPAID FREIGHT FOR POLlGON $, 1,875.00
Sealed State of Florida Engineering Drawings and calculations. $ 1,200.00
.......................................*....*..*.*..*.*..***********.****.*****......'................
TOTAL POLIGON (delivered) $15,325.00
.**...................****.......................................*........*****...***t***.***********
TOTAL PACKAGE (DELIVERED) $ 8:3,140.00
l,.&.J 1 ;>> rttx ~ BJ 128,+0
TERMS: Net 30 days from delivery with bonding Information and approved credit. No
retainage.
EXCLUSIONS: installation. inside delivery/offloading, product approval codes and
related fees. addltronal clty/county/oceupationallicenses and related fee!., 6% Florida
Sales Tax.
SHIPPING. PRODUCTION AND LEAD TIME: 10-12 weeks (Victor Stanl',;lY), 6-8 weeks
(Poligon), 4-8weekS (All Star Bleachers) from approval of shop drawings and
submittals.
Very Truly Yours,
Contract Connection, ino,
Factory Agents for Victor Stanley, All Star Bleachers and Poligon.
)
..
Mike Krohn, Chalrm.ftICEO Scott Krohn, Miami Area Manager
,,,eoe~V9P~ CQ,u!J~Rt.7c.rIDAJ eQ. jI'ie"Se
,#cc&PJrP ~y~;;:t1ft~ y~~~. ~;~~~~s
I?I?;r~ .IZ.-11-9b 4 S,A,;o
~ ~O~/5"S)
JUL-30-1996 17: 31 DOMINICA RECREATION PRDTS
GAMl;TIME, INC.
. C/O' DOMINICA RECREATION PRODUCTS
~N~ P. o. BOX 520700
~ t ~ LOHGWOOD, PL 32752
. PROPOSAL rOR GAMETIM! EQUIPMENT
407 3314720 P,01/04
~76
j r'
/ '- ,',
QUOTE NO.6135205 TERRAMAR PARK SHIP ZIP:33067 07/25/96
CITY OF PARKLAND
BID DATE: o5/22/96l1DIDS 8-2-96 Phone:
PARKLAND, FL 33067 Fax:
UNIT EXT.
OTY ITEM NO. "DESCRIPTION WGT. PRICE PRICE
5 * 7700 9 POSITION LOOP BIKE RACK 99.0 241.00 1,205.00
1 11067 POWIRSCAPE FLYER UNIT 1,692.0 8,668.00 8,668.00
2 2677 8589 SEAT PKG, 81 CHAIN, 2 3 15.0 88.00 176.00
2 2684 8520 SEAT PKG, 8' CHAIN, 2 3 17.0 106.00 212.00
4 BC2609 101 2 3/8 OD SUPER SEAT-2 PK 13.0 103.00 412.00
1 6701 CABOOSE 489.0 2,588.00 2,588.00
1 79 PONY, ALUM1 COIL SPRING 64.0 389.00 389.00
1 175 DONKEY, ALUM, COIL SPRING '64.0 389.00 389.00
1 191 STALLION, ALUM, COIL SPRING 64.0 389.00 389.00
1 11063 POWERSCAPI FLYIR UNIT 1,025.0 5,124.00 5,124.00
1 * 408 3-LEG H D MODERN SWING, P'I'D 424.0 795.00 795.00
2 *CC2677 8589 SEAT PKG, 8'. COATED eRA 17.0 133..00 266.00
2 *CC2684 8520 SlAT PKG, 81 COATED CHA 20.0 160.00 320.00
1 * 11035 CIRCLE GAME POWERSCAPE .,550.0 24,260.00 24,260.00
1 * 410 3-LlG H D MODIRN SWING, PTD 396.0 973.00 973.00
4 CC2604 MOLDED SEAT PACMG~ 2 3/811OD 18.0 150.00 600.00
1 . 6415 FREE STANDING SPACE CLIMB 393.0 1,307.00 1,307.00
183 . 3781 PLAYCURBS W/COLO T 22.0 49.00 8,967.00
1,944.0 LBS
SUB TOT:
LESS DISC:
TAX:
FREIGHT:
TOTAL:
$57,040.00
$5,560.00-
$3,254.88
$2,768.00
$57,502.88
(3rJ ;2(J- ~
J,.., vcr- '
<" f? t... r;
* - BY ITEM NO. INDICATES A COLOR OPTION. ~ 1./7'"
. ;;19 S€
. ? -r:. .r,)I,
YOU MAY DEDUCT THE ABOVE AMOUN'l' ON ORDER FOR 'ALL ITEMS ABOVE RECEIVED BY
continued. . .
JUL-30-1996 17:31
DOMINICA RECREATION PRDTS
407 3314720 P.02/04
.GAMBTIME, INC.
C/O DOMINICA RECREATION PRODUCTS
QUOTE NO.: 6135205 TERRAMAR PARK
paqe No.: 2
PRICES ARE FIRM FOR 30 DAYS. ORDERS SHIPPED 30 - 45 DAYS ARO UNLESS
OTHERWISE NOTED. ACCEPTANCE OF THIS QUOTE INDICATES YOUR AGREEMENT TO
GAMETIME'S TERMS WHICH ARE NET 30 DAYS FOB SHIPPING WITH APPROVED CREDIT.
A SIGNED P.O. OR THIS SIGNED QUOTATION IS REQUIRBD FOR ALL ORDERS AS WELL
AS INFORMATION NOTED ON THE ORDER CHECK LIST SINT WITH THIS QUOTE. PLIASE
CALL (800) 432-0162 OR FAX (407) 331-4720 IF YOU HAVE ANY QUESTIONS.
DATI
CUSTOMER'S SIGNATURE
SALES & USE TAX EXEMPTION CERTIFICATE #
(ATTACH COpy OF CERTIFICATE)
..* PLEASE ADD TAX AS APPROPRIATE ***
;-~
2.
SECTION 00690
AGREEMENT BETWEEN
OWNER AND CONTRACTOR
THIS IS THE AGREEMENT WHICH WILL GOVERN THE SUCCESSFUL BIDDER'S
PERFORMANCE UNDER THE CONTRACT AND SHALL BE EXECUTED BY THE
SUCCESSFUL BIDDER. ALL BIDDERS, BY SUBMISSION OF THEIR BIDS AGREE
TO EXECUTE THIS CONTRACT IF SELECTED BY CITY TO PERFORM' THE
PROJECT.
This Agreement is entered into between the City of Parkland, 6500 Parkside
Drive, Parkland, Florida, as OWNER, and Rockland Construction Company
8360 State Road 84 Ft. Lauderdale. 33324 (CONTRACTORS NAME AND
ADDRESS), as CONTRACTOR, made as of the lirA day of Set'~J'Y?8et?
In the year of Nineteen Hundred and Ninety Six.
"
1.
This Agre.ement shall consist of the Contract Documents, of which this is a
part, The Contract Documents shall consist of this agreement, the entire
Bid packet and all documents contained therein, including, but not limited
. ,
to, the instructions to Bidders, the General Conditions (as revised), all
Construction Plans, drawings and technical specifications and the bid
submitted by the Contractor (except those provisions of the Bid not
accepted by the OWNER) and any addendum issued by the CITY.
Three million four hundred eighty five
Thousand and 00/100 dollars
The total contract price shall be
(In words) ~ 3,485,000.00 whicbcshaikiacliudeJtbecfoHowing........x
~~R~~~~i~ix Alternates to be determined within sixty
days of award date.
SECTION 00690 - 1 of 11
3. Substantial and final completion shall be achieved as set forth in the
contract documents.
4. CONTRACTOR shall ensure that all subcontractors materialmen, laborers,
or other providers of goods and services are paid in full for services
properly rendered. This shall be the full responsibility of the
CONTRACTOR and a requirement for payment.
5. Based upon application for payment submitted to the Architect, by
CONTRACTOR and certificates for payment Issued by the Architect, the.
OWNER shall make progress payments on account of the contract sum as
set forth below or elsewhere in the contract documents.
5.1 No progress payments shall be made more often than 30 day cycles. The
first 30 day cycle shall begin 30 calendar days after Commencement of
construction and continue thereafter in 30 day Intervals provided that
application for payment be made within 3 days of the commencement of
each period. The architect shall then have 7 days to review the application
for payment and either approve or deny the application or authorize a
payment of a lesser amount. The OWNER shall, within 20 day. of any
certificate for payment from the Architect, make the payment set forth In
the certificate less a 10% retainage which shall be retained by the OWNER
to assure final completion of the work according to the Contract
Documents.
5.2 Each application for payment shall be based upon the schedule of values
submitted by the Contractor in accordance with the contract documents.
The schedule of values shall fairly allocate the contract sum among the
various portions of the work and be prepared by the CONTRACTOR, but
must be approved in writing by the Architect. In case ,the Architect and,
CONTRACTOR cannot agree on a schedule of values, the Architect shall
SECTION nnRan _ ? f\f 11
determine the schedule of values to be used.
5.3 Applications for payment shall indicate the percentage of completion of
each portion of the work as of the end of the period covered by the
application for payment. The architect may require additional
substantiation with regard to said percentage of completion which shall be
immediately provided by the CONTRACTOR. The provisions of Section 9.5.
and 9.6 of the General Conditions shall, in addition to these provisions
govern all progress payments,
. '
5.4 ,The Architect may subtract from the certificate of payment any 'amounts
provided for by Sec. 9.5 of the General Conditions of any amount which the
Architect deems to represent work not completed in strict compliance with
the contract documents.
5.5 Upon substantial completion of all work, the Architect shall have the sole
discretion to reduce the retainage amount to 5% provided there has been
no delay In the work. However, Architect may still withhold amounts
representing work which Architect deems Incomplete or Inconsistent with
the contract documents or unsatisfactory or the amount of any unsettled
claims or withhold amounts set forth In Section 9.5.1 of the General
Conditions. Retainage reduction to 5% at Architect's discretion, may be
applied to each Phase. Furthermore, upon Final Completion of Phase One"
Architect may reduce retalnage amount for Phase One work to 2%.
5.6 All applications for payment shall contain an affidavit from CONTRACTOR
that all subcontractors, laborers, materialmen, and other providers of
services have been paid in full for services to date. The Architect may also .
request other assurances from the CONTRACTOR, including, but not
limited to full or partial releases or waiver of liens.
SECTION 00690 - 3 of 11
6. Payment upon substantial completion shall be made by the OWNER to the
CONTRACTOR when substantial completion has been achieved and the
CONTRACTOR has executed an affidavit that all subcontractors,
materialmen, laborers, suppliers of goods and services and any other
agents or employees engaged by subcontractors have been fully paid and
no sums are due and owing to any other parties on account of work
performed, and that work is substantially complete in accordance with the
contract documents and the Architect issues a certificate for payment
indicating that substantial completion has been achieved. As a
prerequisite to payment, the Contractor shall supply the 'necessary' ,
. .. .
, '
releases and waivers of liens to assure the Owner and Architect that all
subcontractors, materialmen, providers of goods and services and all other
persons engaged in the project have been paid in full. The application for
payment at the time of substantial completion shall also contain an
acknowledgment of the work remaining in order to achieve final completion
which acknowledgment must be approved as to content by the Architect
7. Final payment shall be made upon execution of a certificate for payment
which reaffirms (by affidavit) the fact that all subcontractors, materialmen.
laborers, suppliers of goods and services and any other agents or
employees engaged by subcontractors have been fully paid and no sums
are due and owing to any other parties on account of work performed and
that there are no valid claims of liens by any parties participating In the
work in any way and that the work is complete In all respects In
accordance with the contract documents. The OWNER shall make final
payment upon receipt of a certificate for payment which concludes that the
applications for final payment are correct and that final completion has
been achieved. All necessary releases and waivers of liens as specified
above must be submitted to the satisfaction of the Owner and Architect.
8. CONTRACTOR shall submit to Architect and OWNER AlA Document G702
SECTION 00690 - 4 of 11
(or other form acceptable to the Architect) for monthly payment and such
other documentation as specified herein.
9. The OWNER shall not be liable for any preJudgement Interest for any
amounts not paid to contractors for amounts In excess of those amounts
contained in the certificate for payment by the Architect
10. In addition the enumeration of the contract documents contained In
Section #1 above, the contract documents shall also Include the following
documents (plans and specifications):
CONTRACT DOCUMENTS lOA TED JULY 3. 1996)
DIVISION 0 - BIDDING AND CONTRACT REQUIREMENTS
Section No.lPages Title
00020 1-2 Notice to Bidders
00050 1 Bid Submission Checklist
00100 1-21 Instructions to Bidders
00300 1-7 Bid Form
00302 1-2 Foreign (Non-Florida) Corporate Statement
00410 1-2 Bid Bond
00430 1 Qualification Request Form
00450 1-6 General Contractor Questionnaire
00460 1 Contractor Affidavit
00480 1-2 Non-Collusive Affidavit
00490 1-3 Authority to Execute Bid and Contract (With Certified
Resolution)
Form of Performance Bond
Form of Payment Bond
Agreement Between Owner and Contractor
General Conditions (AlA A201)
1-5
1-4
1-11
1-4
00610
00620
00690
00700 "
SECTION 00690 - 5 of 11
Section No./Pages
00710 1-4
00800 1-14
00900
1-3
Title
Additional General Conditions
Supplementary General Conditions to AlA Document
A201
Special Provisions
DIVISION 1 - GENERALREQUIREMENTS.
01030
01300
01410
01510
01700
1-4
1-5
1-4
1-3
1
Description of Alternates
Submittals
Testing Laboratory Services
Temporary Facilities and Services
Close-out
DIVISION 2 - SITE WORK
02110
02220
02221
02401
02503
02504
02508
02509
02513
02580
02721
02722
02800
02830
02860 "
1-4
1-5
1-4
1-2
1-4
1-4
1-3
1-2
1-5
1-2
1-4
1-6
1-7
1-5
1-7
Site Clearing
Earthwork
Excavation & Backfill for Underground Utilities
Dewatering
Subgrading
Limerock, Coquina, or Shellrock Base
Prime and Tack Coats
Asphaltic Concrete Surface Course
Concrete Curbs, Curbs and Gutters and Sidewalks
P.avement Marking and Slgnage
Storm Sewer System
Sanitary Sewer System, Gravity
Water Distribution System
Chain Link Fencing & Gates
Tennis Courts
SECTION 00690 . 6 of 11
Section No.lPages
02862 1-3
02870 1-2
02900 '1-16
02910 1-3
02930 1-6
Title
Basketball Courts
Site Furnishings
Planting
Existing Tree Relocation
Sprigging (Playing Fields)
DIVISION 3 - CONCRETE
03100
03200,
03300
1-5
1-3
1-12
Concrete Formwork
Concrete Reinforcement
Cast-In-Place Concrete
DIVISION 4 - MASONRY
04200
1-10
Unit Masonry
DIVISION 5 - METALS
05500
05521
1-3
1-6
Metal Fabrication
Pipe Railings
DIVISION 6 . WOOD & PLASTICS
06100 1.5 Rough Carpentry
06192 1-4 Prefabricated Wood Trusses
06200 1-3 Finish Carpentry
06300 1-2 Wood Treatment
06400 1-6 Architectural Woodwork
DIVISIO~ 7 . THERMAL AND MOISTURE P~OTECTIQH
,.,
:\ ,
,.
'\
SECTION 00690 . 7 of 11
Section No.lPages
07210 1-2
07600 1-4
07610 1-3
07900 1-3
Title
Building Insulation
Flashing and Sheet Metal
Metal Roofing and Flashing
Sealants
DIVISION 8 - DOORS AND WINDOWS
08110 ,1-5 Metal Doors ' ,
08305 1-3 Access Doors
08330 1-4 Rolling Doors
08610 1-4 Sliding Aluminum Windows
08710 1-4 Finish Hardware
DIVISION 9 - FINISHES
09210
09251
09700
09900
1-3
1-5
1-2
1-6
Portland Cement Plaster
Gypsum Drywall Construction
Epoxy Floor
Painting
DIVISION 10 - SPECIALTIES
10160
10200
10440
10522
10538
10800
1-4
1.3
1
1-3
1-3
1-4
Toilet Partitions and Urinal Screens
Louvers
Interior Signs
Fire Extinguishers, Cabinets and Accessories
High Strength Storm Panels
Toilet and Bath Accessories
SECTION 00690 - 8 of 11
DIVISIONS 11 -14 NOT USED
DIVISION 15 - MECHANICAL
~ection NoJPages Title
15010 1-10 Mechanical General Provisions
15042 1-3 Tests
15250 1-2 Mechanical Systems Insulation
15400 1-9 Plumbing
15600 1-10 Heating, Ventilation and Air Conditioning
15990 1.10 Testing & Balancing Air & Water Systems
DIVISION 16 - ELECTRICAL
16010 1-4 Electrical General Provisions
16110 1-5 Raceways & Boxes
16120 1.3 Conductors
16134 1-2 Panel boards
16140 1-3 Switches & Receptacles
16153 1-11 Sports Lighting
16180 1-3 Safety Switches, Circuit Breakers & Fuses
16190 1.3 Support Devices
16450 1-2 Grounding
16500 1-4 Parking & Utilitarian Lighting
16740 1-2 Telephone System. Empty Conduit
APPENDIXES
A. Geotechnical Report
SECTION 00690 . 9 of 11.
CONSTRUCTION PLANS lEACH SHEET DAT~D JULY 3.1996)
Section Name
General
Pages
TMR-K100. TMR-EX100 and TMR-D220
Civil
TMR-C200. TMR-C210, TMR-C220, TMR-C300,
TMR-C310. TMR-C320 and TMR-C330
Site/Landscape
TMR-L200. TMR-L210, TMR-L220, TMR-L230,
TMR-L240. TMR-L300, TMR-L310, TMR-L320 a~d
TMR-L330
Architectural
TMR-A100. TMR-A200, TMR-A210, TMR-A220,
TMR-A300. TMR-A310, TMR-A320, TMR-A330,
TMR-A400 and TMR-A410
Structural
TMR-S100. TMR-S200 and TMR-S300
\
Mechanical/Plumbing/
Electrical
TMR-M100, TMR-M200, TMR~M300, TMR-P100, .
TMR-P200. TMR-P210, TMR-E100, TMR-E200,
TMR-E210, TMR-E220 and TMR-E300
Irrigation
TMR-IR200, TMR-IR210 and TMR-IR220
SECTION 00690 - 10 of 11
OWNER
Rockland Construction Company
~~~DATE .
9'1 . /29/96 '
(signatu e)
(signature)
Sal Pagliara, Mayor
Charles J. Ravmond. P1"I'!R1 ~,.nf' .
(Printed name of individual) (Title)
(Printed name of Individual)
(TItle)
CITY CLERK
~- - O-lo'T
CITY~
END OF SECTION
SECTION 00690 -11 of 11
Certificate of Insurance
lsaue Date: (MMlDDIVY)
FINANCIAL SERVICES ASSOCIATES of AVENTURA, INC. 8/26/96
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMA 0 0 CO RS
NO RIGHTS UPON THE CERTIFICATE HOLDER, THIS CERTIFICATE DOES NOT AMEND,
EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.
ATrENTION CERTIFICATE HOLDER: If you have any questions
lease contact 8 PIS HERBERT at 1-800-753-1992
Financial Services Associates
2999 NE 191st. St. Suite 803
i\ventura,Fl. 33180
Rockland Construction Co.
8360 SR 84
Company Letter A PBO
Company Letter B
Ft. Lauderdale, FL 33324
H IS C C IS 0 SS H 0 I
PERIOD INDICATED. NOT WITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OF OTHER DOCUMENT WITH RESPECT
TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POl.lC!~S DESCRIBED HEREIN IS SUBJECT
TO ALL THE TERMS EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.
Policy Effective Policy Expiration
Poli Number Date DIYY ate
of Insurance
General Liability
Commercial Liability
Claims Made D Occurrence
OWners & Contractors Protective
All Limits in Thousands
General ~ $
Products- CompI Ops Aggregate $
PIlr8CNI & AdvertIaIng Injury $
Each Occurrence $
Fire one fire $
MedIcal Expense (anyone person) $
:r
Automobile Liability
Any Auto
All Owned Autos
Scheduled Autos
Hired Autos
Non-Owned Autos
Garage liability
CSL
BodIly
Injury
Per Person $
BodIly
Injury
Property
Delll88 $
Each Occurrence
other Than Umbrella Form
$
Workers' Compensation
A And
Employers' Liability
345400
1/1/96
12/31/96
Statutory
$ 100
$ 500
$ 100
other
Description of Operational Locations! Vehlclesl Restrictions! Special Items
DBA: Terramar Park Contract # 9601
~:.:~~. :" ~~:.\ ~:~.\~:\:':~~~ /", . :.~ <:.<,) ~ /. ~ .f...~ ~~. ..:',' ~ ~.:' ~:'.t~~::: '.~'~~: .~:~. . . .~. ~ .
Parkland
FL 33067
SHOULD PHY OF THE ABOVE DESCRIBED POLICIES BE CANCELED BEFORE THE
EXPIRATION DATE THEREOF, THE ISsUING COMPANES WILL ENDEAVOR TO SEND
30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAaED TO THE LEFT,
BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OF LIABIL-
ITY OF PHY KIND UPON THE 'NlV,ITS AGENTS OR REPRESENTATIVES.
Authorized ReprnentatIve ~
. .
xx xx
City of Parkland
6500 Parkside Drive
188VB DATE (MMIDD/YY)
8/28/98
Collinsworth, Alter, Nielson,
TIU8 CEItTInCATB IS 188UB1) AS A MA1TBR OJ' INJORMATlON ONLY AND
CONnRS NO RlGIII'lI UPON THE CEmnCATB HOLDBR. TIU8 CEmnCATB
DOES Naf AMEND. EXTEND OR ALTER THE COVERAGE AJ'I'ORDIlD BY THE
POLICIES BELOW
Fowler &r. Dowling, Ino.
COMPANIES AFFORDING COVERAGE
Post Office Box 9315
Miami Lakes, FL 33014-9315
COMPANY
LIl'ITER A Maryland Casuelty CO.
COMPANY B
LIl'ITER
INSURIlD
COMPANY C
LIl'ITER
Rookland Construotion Company
8380 Wast Stata Road 84
Ft. Laudardale FL 33324
COMPANY
LIl'ITEIt D
COMPANY E
LIl'ITEIt
TBlSII TO Cllml'YTllAT '1'1I8 POuaD OJ' INItlIlANCa LJn'JID BILOW RAVE IBIN I88tlIlD TO TIlE INItIRID NAMID ABOVI JOR TIlE POUCY PIlRIOD
INDlCATID, NOI'W.._. ANDING ANY UQtJJItIMBNI', TDM OR CONDmOJII OJ' ANY COJmtACI' OR 0I'IIIlIl DOCtJMBHI' wrrB IUlIPKCI'TO WlDCH TIU8
camnCATE MAY" _um 011 MAY nRl'AIJII, ...... JNItlIlANl2 AJIOIlDID IIY ......POLlCI.. DIIICIUBID JIDIlIN IIIU11J1lC1' TO ALL TIlE TERMlI,
EXCLIlIIO.. AND CONDmo.- qJ' IyeJlPOLlCIBI. LDm'IIIIIOWJII"AY HAVE BUN RIlDtICID BY PAID CLAI....
CO TYPE OJ' INIUIlAJIICIl POLICY Jllt/MBU POLICY EIT. POLICY UP.
n DATE (MMIDD/YY) DATE (MM1DDrYY)
LlMm
EPA29351983
7/15198
7/1 5197
GIlNBIlAL AGGRlGA'U
~MPIOPAGG.
~RS. a ADV.INJllIlY
&ACII 0CCUIlRIJIICIl
x co..... QJI:NEJlAL UAlllLrrY
CLAIMI MADB Dace.
OWNER" a COJmtACI"I PIlOT
AUTOO88811
7115198
7115/97
COMBINIlD liNGLE
LIMIT
BODILY INJURY
(Per ..-)
BODILY INJURY
(Pw .......,)
I'KOPERTY DAMAGE
BACH 0CCUIlRIJIICIl
AaaRllGATE
WORDRS' COMPENlIATlON
AND
BMPLOYER" LlABlLrrY
BACH ACCIDENT
DISBAlB-POLICY LIMIT
DISIASB-lACH IMP.
anmR
DIIlICRIPnOJII 01' OPBRATlOJlllJLOCATlOJIIIIIVBIIJCLIlIIIPBCIAL ITBMI
Certificate holder il n.mad al additional inlured on the general lia-
bility insurance for operations being performad by the inlured on the
follow!n ro ect: Terramar Park
City of Parkland
8500 Parklida Drive
Parkland, R 33087
IHOULD ANY 01''1'1I8 ABOVE DIlIICIUUD I'OLICIBI" CANCa.UD BBI'OIlB '1'1I8
ID'lRA'nOJIIDA'U TIIBUOJ', TIlE _UlNa COMPANY WILL IINDKAVOR TO
" "AIL ..3ll... DAW WRITI'IN NOTICE TO TIlE CIR'I1JICATB HOLD.R JII.UIID TO TIlE
LBn, Btn' J'AlLUIUl TO MAIL SUCH NOTICE lHALL IMPOIIB NO OBLIGATION OR
~:.
;:: LIABILITY 01' ANY KIND UPON THE COMPANY, m AaDrI'B OR RII'IlIlIIBNI'ATIVIlI.
I"l;U'-""'........rtJ,J'7'-'"vl,.-;J I ,",V,-," I .L vr't
7..J-. -"0 7g0....,;il
.. . ':::;"~
Bond No. 130 '76 75
SECTION 00610
FORM OF PERFORMANCE BOND
KNOW ALL MEN BY THESE PRESENTS:
That, pursuant to the requirement of Florida Statute 255.05, we,
ROCKLAND CONSTRUCTION COMPANY . as Principal, hereinafter called
Great ~rican Insurance
CONTRACTOR, and Company , as Surety, are bound to ttle Ci~ of parkland,
Florida, as Obligee, hereinafter called OWNER, in the amount of Three Million Four
Hundred Eighty Five
Thousand & BolOO Dollars ($3,485,OOO~ for the payment whereof.CONTRACTOR and
Surety bind themselves, their heirs, executors. administrators, successors and assigns.
jointly and severally.
WHEREAS, CONTRACTOR has by written agreement entered into a Contract,
Bid/Contract No.: 96-01, awarded the :If{ day of Avl:rvsr .19 9(" . with
OWNER for Construction of Terramar Park in accordance with drawings (plans) and
specifications prepared by Wallace. Roberts and Todd which Contract is by reference
made a part hereof, and is hereafter referred to as the Contract;
THE CONDITION OF THIS BOND is that if the CONTRACTOR:
1. Fully performs the Contract between the CONTRACTOR and the OWNER for
construction of TERRAMAR PARK L
Phase 1, as detailed in the Contract, shall be substantially complete within
180 consecutive calendar days after the date of contract commencement
as specified in the Notice to Proceed for Phase 1. Final Completion of
phase 1 shall be completed within 210 calendar days from the date of
Contract commencement or thirty (30) days after th(~ Substantial
Completion date for Phase 1. whichever is sooner.
SECTION 00610 - 1 of 5
...--....-.--...- ~ --....- I '"'''"''''-'' I ... VN
'='::l'" ...76 "='06:5
P.02
Phase two work, as detailed in the Contract, shall be substantially complete
within 90 consecutive calendar days from the date specified in the Notice to
Proceed for Phase two. Final completion of Phase 2 shall be completed within
120 consecutive calendar days from the date specified in the Notice to Proceed
for Phase 2 or thirty (30) days after the Substantial Completion date for Phase 2,
whichever is sooner. All work is to be completed in the manner p~scribed in
the Contract; and
2, Indemnifies and pays OWNER all losses, damages (specifically including, but
not limited to, damages for delay and other consequential damages caused by or
arising out of the acts, omissions or negligence of CONTRACTOR), expenses,
costs and attorney's fees and costs. including attorney's fees incurred in
appellate proceedings,
that OWNER sustains because of default by CONTRACTOR under the Contract;
and
3, Upon notification by the OWNER, corrects any and all defective or faulty work or
materials which appear within one (1) year after final acceptance of the work.
4. Performs the guarantee of all work and materials furnished under the Contract
for the time specified in the Contract, then this Bond is void, otherwise it remains
in full force.
Whenever CONTRACTOR shall be. and declared by OWNER to be, in default
under the Contract, the OWNER having performed OWNER'S obligations
thereunder, the Surety may promptly remedy the default. or shall promptly:
4.1 Complete the Contract in accordance with its terms and conditions; or
4.2 Obtain a bid or bids for completing the Contract in accordance with its
terms and conditions, and upon determination by Surety of the best,
SECTION 00610.2 of 5
I
lowest, qualified, responsible and responsive Bidder, or, if the OWNER
elects, upon determination by the OWNER and Surety jointly of the best.
lowest, qualified. responsible and responsive 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 paragraph) sufficient funds to pay 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," as used in this paragraph, shall mean the total amount payable by
OWNER to CONTRACTOR under the Contract and any amendments
thereto, less the amount properly paid by OWNER to CONTRACTOR.
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 in Section 255.05, Florida Statutes, or their heirs,
executors, administrators or successors.
Any action under this Bond must be instituted in accordance with the Notice and
Time Limitations provisions prescribed in Section 255.05(2), Florida Statutes,
The Surety hereby waives notice of and agrees that any changes in or under the
Contract Documents and compliance or noncompliance with any formalities
connected with the Contract or the changes do not affect Surety's obligation
under this Bond.
SECTION 00610.3 of 5
~O~~~ANU~~UN~'~U~I~UN
.,....,..... ""T'_ .".___
Signed and se.aled this 28th day of August
. 19 96
W!fNESS~:4
M/)AU). vm/4
Secretary
Rockland Construction Company
(CORPORATE SEAL)
Cbar1es J. Rayaond,
President
(Type Name & Title signed above)
ALu~~~
INSURANCE COMPANY:
By ~,().~u
t!Uir 1es D. Hie son .
Agent and Attorney-in-Fact
Address 580 Wa1nut Street
Cincinnati, Ohio 45202
(City/State/Zip Code)
Telephone No.: 513-369-5000
State of :{(($1 rI tk,-,
County of .13rfJI.J c-vld
-
On this, the;)$ day of 5/.19 C/fro . before me, the
undersigned Notary Public of the State 0 11- I the foregoing instrument was
acknowledged by ChIt/its. J: "~name of COiporate officer), ik,5J~?J/
(title), of jJ;r:/AlMi {j~frtLHOJ1 lOr (name of corporation), a r/~Y?d~
(state of corporation) corporation, on behalf of the corporation,
SECTION 00610 - 4 of 5
.--. ~ ...--
~........'""';.........t..._ . ___._ . -.-
f." MARTA I. RUIZ
W. . MY COMMI8SIQN' QC...
; : EXPE: .......,,21. 1_
.. IandId TIlnI HllIII1 NlIIII ~
~jJ k~
Notary Public, State of
fie; n'rl c,,-,
Printed, typed or stamped name of
Notary Public exactly as commissioned
WITNESS my hand
and official seal
~ersonallY known to me, or
o Produced identification:
(type of identification produced)
o Did take an oath, or
~Did not take an oath
Bonded by: ita! ~-?L ci1t.4AV'~ {lfMP~
CERTIFICATE AS TO CORPORATE PRINCIPAL
/ .
I. V.I'lAA il ;2o/~ certify that I am the Secretary of the Corporation named as
Principal in the foregoing Performance Bond: that (!A/l1.id.J J A'f'~tlJflo signed the
Bond on behalf of the Principal, was then H-MJ -'~"I- of said corporation: that I know
-
his/her signature: and his/her signature thereto is genuine: and that said Bond was duly
signed, sealed and attested to on behalf of said corporation by authority of its governing
body.
(CORPORATE SEAL)
END OF SECTION
SECTION 00610 - 5 of 5
,.
Q&\T ~ INSURANCE COMH\NY-
580 WALNUT STREET. CINCINNATI, OHIO 46202.513-369-5000. FAX 513-723-2740
POWER OF ATTORNEY
The number of persons authorized by this power of attorney is not more than Six
No,O 15981
KNOW ALL MEN BY THESE PRESENTS: That the GREAT AMERICAN INSURANCE COMPANY, a corporation organized
and existing under and by virtue of the laws of the State of Ohio. does hereby nominate. constitute and appoint the person or persons named below
its true and lawful attorney-in-fact. for it and in its name. place and stead to execute in behalf of the said Company. as surety, any and all bonds.
undertakings and contracts of suretyship. or other written obligations in the nature thereof; for all obligees including any and all consents required
by the Department of Transportation, State of Florida, incident to the release of retained percentages and! or tinal estimates; provided that the
liability of the said Company on any such bond. undertaking or contract of suretyship executed under this authority shall not exceed the limit stated
below,
Name
CHARLES J, NIELSON
JOHN HARRIS
CHARLES D. NIELSON
WARREN ALTER
OONAID LAMBERT
MARY c. ACEVFS
Address
ALL OF
MIAMI IAKES, FLORIDA
Limit of Power
ALL
UNLIMITED
This Power of Attorney revokes all previous powers issued in behalf of the attomey(s)-in-fact named above.
IN WITNESS WHEREOF the GREAT AMERICAN INSURt~ECOMPANY has caused these presents to be signed and attested by
its appropriate officers and its corporate seal hereunto affixed this day of February , 19 96
Attest GREATAMERICAN INSURANCE COMPANY
STATE OF OHIO. COUNTY OF HAMILTON - ss:
On this 6th day of February, 1996 . before me personally appeared GARY T. DUNBAR, to me
known. being duly sworn. deposes and says that he resided in Cincinnati. Ohio. that he is the President of the Bond Division of Great American
Insurance Company, the Company described in and which executed the above instrument; that he knows the seal; that it was so affixed by authority
of his office under the By-Laws of said Company, and that he signed his name thereto by like authority,
,. ;,"t
........ .., ---
~ \ ..~... - I
e" ....'" .... .... .~...
::.;' -..f ....' ", ;'~~ic:. .:~..:: ') : i .::~:~
.. ....~....~'..... fl...... ~ .......,.... \.. ',"4 \ .;.i"~
. . ........ ._1-' '_.,...~. ~.... . '-"'J- ,,-, . .,,_.....
!/.. . . .
~ --'~ - .- - ..
" _.. :...... '.....f
This Power of Attorney is granted by authority of the following resolutions adopted by the Board of Directors of Great American
Insurance Company by unanimous written consent dated March I. 1993.
RESOL VED: That the Division President. the several Division Vice Presidents and Assistant Vice Presidents, or anyone of them. be
and hereby is authorized, from time to time, to appoint one or more A ttorneys-l n-Fact to execute on behalf of the Company, as surety, any and all
bonds, undertakings and contracts of suretyship. or other written obligations in the nature thereof; to prescribe their respective duties and the
~spective limits of their authority; :Jnd to revoke any such appointment at any time.
RESOL VED FUR TH ER: That the Company seal and the signature of any of the aforesaid officers and any Secretary or Assistant
Secretary of the Company may be affixed by facsimile to any power of attorney or certificate of either given for the execution of any bond,
undertaking, contract or suretyship, or other written obligation in the nature thereof, such signature and seal when so used being hereby adopted b.v
the Company as the original signature of such officer :Jnd the original seal of the Company, to be valid and binding upon the Company with the
same force and effect as though manually affixed.
CERTIFICA TION
I. RONALD C. HA YES, Assistant Secretary of Great American Insurance Company. do hereby certify that the foregoing Power of
Attorney and the Resolutions of the Board of Directors of March I. 1993 have not been revoked and are now in full force and effect.
Signed and sealed this 28th
day of August
.19 96
SIIS78 (9/'13) (FLORIDA)
~U~~~HNU~~UN~'~U~I~UN
~::>4 476 ..,,065
P.07
Bond No. 130 76 75
SECTION 00820
FORM OF PAYMENT BOND
KNOW ALL MEN BY THESE PRESENTS:
That, pursuant to the requirements of Florida Statute 255.05, we, ROCILAND
CONSTRUCTION COMPANY , as Principal, hereinafter called CONTRACTOR,
Great AlErican
and Insurance Company , as Surety, are bound to the City of Parkland. Florida.
Three H:111ion lour Hundred
as Obligee. hereinafter called OWNER, in the amount of Eighty Five Thousand & Nol
QQ.Dollars ($3,485,000.09 for the payment whereof CONTRACTOR and Surety bind
themselves. their heirs. executors, administrators. successors and assigns, jointly and
severally.
t
!
I
l.
WHEREAS. CONTRACTOR has by written agreement entered into a Contract,
Bid/Contract No,: 96-01 , awarded the2ir" day of llub-vsl , 19~, with
Construction of
OWNER for Terr8Jl8.~ Park in accordance with drawings (plans) and
specifications prepared byWal1ace,Roberts and Todd which Contract is by reference
made a part hereof, and is hereafter referred to as the Contract;
THE CONDITION OF THIS BOND is that if the CONTRACTOR:
1. Indemnifies and pays OWNER all losses, damages (specifically including, but
not limited to. damages for delay and other consequential damages caused by or
arising out of the acts, omissions or negligence of CONTRACTOR), expenses,
costs and attorney's, fees including attorney's fees incurred in appellate
proceedings. that OWNER sustains because of default by CONTRACTOR under
the Contrcct; and
2.
Promptly makes payments to all claimants as defined by Florida Statute
225,05(1) supplying CONTRACTOR with all labor. materials and supplies used
directly or indirectly by CONTRACTOR in the prosecution of the Work provided
for in the Contract, then his obligation shall be void: otherwise, it shall remain in
full force and effect subject, however, to the following conditions:
SECT'ON 00620 - 1 of 4
I
WITNESS my hand
and official seal
~ ,1 ~
v~:4/a. ~~L-
F/on'd'v
(Printed, typed or stamped name of
Notary Public exactly as commissioned)
aa:Personally known to me, or
o Produced identification:
(type of identification produced)
o Did take an oath, or
)a:.Pid not take an oath
- CE~TIFICATE AS TO CORPORATE PRINCIPAL
I. /)fl.4uL JJ l11:ymattl , certify that I am the Secretary of the corporation named
as Principal in the foregoing Payment Bond; that C/ta~ J 4r/71/1(;'. who signed the
Bond on behalf of the Principal, was then JJd1j/I~'1.lL of said corporation; that I
.
know his/her signature; and his/her signature thereto is genuine: and that said Bond
was duly signed, sealed and attested to on behalf of said corporation by authority of its
governing body.
. .
..,
(CORPORATE SEAL)
12. ~ L1 '
/J UAid t'1f.4l--tu/ .itv.n
(Name of Corporation)
END OF SECTION
emAr'1
SECTION 00620 - 4 of 4
ca&\T ~ INSURANCE CDMJW4Y-
680 WALNUT STREET. CINCINNATI, OHIO 46202.513.389-6000. FAX 613-723-2740
POWER OF ATTORNEY
The number of persons authorized by this power of attorney is not more than Six
No, 0 15981
KNOW ALL MEN BY THESE PRESENTS: That the GREAT AMERICAN INSURANCE COMPANY. a corporation organized
and existing under and by virtue of the laws of the State of Ohio, does hereby nominate. constitute and appoint the person or persons named below
its true and lawful attorney-in-fact. for it and in its name, place and stead to execute in behalf ofthe said Company. as surety. any and all bonds.
undertakings and contracts of suretyship, or other written obligations in the nature thereof; for all obligees including any and all consents required
by the Department of Transportation. State of Florida, incident to the release of retained percentages and! or final estimates; provided that the
liability ofthe said Company on any such bond, undertaking or contract of suretyship executed under this authority shall not exceed the limit stated
below,
Name
CHARLFS J. NIELSON
JOHN HARRIS
CHARLFS D. NIELSON
WARREN ALTER
OONAID ~
MARY C. ACEVES
Address
ALL OF
MIAMI IAKES, FLORIDA.
Limit of Power
ALL
UNLIMITED
This Power of Attorney revokes all previous powers issued in behalf of the attorney(s)-in-fact named above.
IN WITNESS WHEREOFtheGREAT AMERICAN INSURt~ECOMPANY has caused these presents to be signed and attested by
its appropriate officers and its corporate seal hereunto affixed this day of February , 1996
Attest GREAT AMERICAN INSURANCE COMPANY
ST A TE OF OHIO. COUNTY OF HAMILTON - ss:
On this 6th day of February, 1996 . before me personally appeared GARY T, DUNBAR, to me
known. being duly sworn, deposes and says that he resided in Cincinnati. Ohio. that he is the President of the Bond Division of Great American
Insurance Company, the Company described in and which executed the above instrument; that he knows the seal; that it was so affixed by authority
of his office under the By-Laws of said Company. and that he signed his name thereto by like authority.
This Power of Attorney is granted by authority of the following resolutions adopted by the Board of Directors of Great American
Insurance Company by unanimous written consent dated March I. 1993,
RESOL VED: That the Division President. the several Division Vice Presidents and Assistant Vice Presidents, or anyone of them, be
and hereby is authorized, from time to time, to appoint one or more Attorneys-In-Fact to execute on behalf of the Company, as surety, any and all
bonds, undertakings and contracts of suretyship, or other written obligations in the nature thereof; to prescribe their respective duties and the
respeCtive limits of their authority; and to revoke any such appointment at any time.
RESOL VED FURTHER: That the Company seal and the signature of any of the aforesaid officers and any Secretary or Assistant
Secretary of the Company may be affixed by facsimile to any power of attorney or certificate of either given for the execution of any bond,
undertaking, contract or suretyship, or other written obligation in the nature thereof, such signature and seal when so used being hereby adopted by
the Company as the original signature of such officer and the original seal of the Company, to be valid and binding upon the Company with the
same force and effect as though manually affixed.
CERTIFICA TION
I, RONALD C. HAYES, Assistant Secretary of Great American Insurance Company, do hereby certify that the foregoing Power of
Attorney and the Resolutions of the Board of Directors of March I, 1993 have not been revoked and are now in full force and effect,
Signed and sealed this 28th
day of August
.1996
511578 (9/93) (FLORIDA)
!~OCKLAND CONSTRUCTION CO.
8360 W, State Road 84
FT, LAUDERDALE, FL 33324
[b~\JIJ~~ @[? 1J1]3&~@[M]D\JIJ&[b
WE ARE SENDING YOU
>
~ached
RE:
DATE
TO
(305) 476-0061
~ FAX ~) 476-906j
- "f ~/~~
" O. /Iv~~ /lI//~
~1~ "'oj/< 3.306'7
o Under separate cover via
o Shop drawings
o Copy of letter
. 0 Prints
o Change order
o Plans
o
o Samples
the following items:
o Specifications
COPIES
DATE
NO.
DESCRIPTION
THESE ARE TRANSMITTED as checked below:
>
o For approval
~ your use
~ requested
o Approved as submitted
o Approved as noted
o Returned for corrections
o Resubmit
o Submit
copies for approval
copies for distribution
corrected prints
o Return
o For review and comment 0
o FOR BIDS DUE
19
o PRINTS RETURNED AFTER LOAN TO US
REMARKS
COPYTo~~h
SKlNED: ()~ J f1~fiJ
If "nclosures are not as noted, kindly notify us st once. .
~~~~.,...~~......,<,~~~~~",~~.-..-~........-~~~~~.""",.........."V"~'-""'~"'"<'VY""""""''--~'''-'~~~~-'-'''''~''~~
L' :~ : :'<,~:~..' ":' ,~, ": ':': ;,,,~, ,"~> ~",:' '
;: . " . .. ""f'""Y -,...
::....<<':... ,.............' ~ ,,' '"'''' ""~,, ,...."'.' .. ,......."~, ..,~,.. , ., _ . u.." ' .. .., ".~ "". ' , ,
_DA"~
IT 8130198
THIS BINDER IS It. TEMrOIlAIlY JNSURANCE CONTRACT, stJB,JJ!'.CTTO 1'IIE CONDmONS SHOWN ON '1'BE REVERSE
SIDE OFTBIS PORM
l'RODuaat .
Collinsworth, Alter, Nielson,
Fowler 1& Dowling, Inc.
Post OffIce 8o]IC 9315
M1em1 Uk.., Ft. 330~315
OJIDR aaD84709 IIJIo(:QN
COMPANY
F1EDUTY 1& DEPOSIT
II'I'ECl1YI
INIURIlD
AM
9103/98 PM 10103/98
"'lIDlDa.~'I'O aqMICGYDAG&JNTIIIlAlOnlUMllL
COMI'AIIYftaDllaJNOJIOUCYMOI
Dac::aJI'TIONorOftlll4~fUI'Y"""~
Bullderw Rlsk-Temmer Parte
HiDsbore Blvd 1& 441 Partdand
City of Pertdand and
Rockland ConstrUction Companv
8380 West Stete Roed 84
Ft. Lauderdele FL 33324
BUILDERS RISK-SPECIAL FORM
WINDSTORM DEDUcnBLE: 2%
1?Oo0oo
5000
100
-
-,
Ul'RODATI lOR a.AIMI MAD~
GlNlRALAGGUClAU
f'ItCI).o COIO'IOI' AGG.
...... JIlIY. DQUJlY
14CII0CCUIUNCI
naD
MID.
COMIJNID IJNGLI LD01'
IClDILY IIQ.Uwr "'-I
BODILY IJU, (fir Ao&)
PROPUl'YDAMAA
IODlCAL .AYMIIHII
PDIONAL IJU,l'IlOT.
tJMMItIRED MO'I'OIlJS1'
ALL vaDCUII
ICIIIDULm vaDCLIII
ACTUAL CAllI VAL.
ITATIO AMOUHl'
0'I1IJlR
EACB 0CC1JU8,JtC&
ACGUCAU
11U....URI:D R&'nN.
ITATtI'I'ORY LIMITS
IA.CB ACCIDIINI'
Dll1AI8 JOLICY LlMrr
DIlICAlHACB DIP,
W"-!}W.'~>>'=
w;;-;Ld>~
RnIlO DAft lOR c::s..uMS MAD~
WOIlDU' COMI'BJtIATlON
AND
DII'LOY8R'S LIABILl1'Y
SPlCAL CONDmONlllOTHU COVUA.GIS
AurHOlUZID Ul'RUIINI'A'I'Ift
~~81:~~';;a:'K~";{'t;::;1 ~:-.::;~.. ~~::::::.:=: ,.~~
~-" .. ".::" .....).-.}
1IIIIQ~""'''''''~~~''<'':-X~;::;:~'''-~~~:~~'~~:::7~~~<:-:::;';0;T~~~~''''~:;:"'""':<X''':::~:::~~
~::X"~""" <<::!:~,,',m;;..,w., ">>.':,,,,,,,,"'>>M "",,-::xi.x", 'd, "..,....,',...':.1:': '.>,. d,W';':': .,.. " ,. ."......, '~""':::~y'"..,
::';.;' \~'.:"<..~~"X.,?.......n..'I........--...:.. /'I.::::;,V:i ,&.-"'I.~ ..~...........:s.... ..............;.. . .' 'I. n...........::
l", ': ,a~ ~ (? ~& 'f '""1 [t ., '~J @h"~ ~)l ~ ~ <:: '., " .., ..'-, ~d,:::':. ~ ',. '. ''> -:::.....x..,.,. " '.. ','.u ','d,. ,,'. ......"",<<,.;
~w&ffu:!~2:.0~:4~~~~~~~~J:~..;~;;ii~6fu~~2~~i:~~.~~i~.~~.~~~cld
...DA....1JlIMIDDIYY)
o 8130/98
THIS BINDER. IS A TEMPORARY INSURANCE CONTRACT, SUBJECT TO TIlE CONDmONS SHOWN ON TIlE REVERSE
SIDE OF THIS FORM
PRODUCER COMPANY BINDa NO.
Collinsworth. Alter, Nielson,
FIEDUTY & DEPOSIT
UI'IlCI1VE
Fowler & Dowling, Inc.
Post Office Box 9315
City of Perklend end
AM
9103/96 PM 10103/98
TIllS BINDa II"" TO UQND COVDAGB INTD AIIOVK.IfAMIIL
COMPANY PIIIl D:PIIlING POLICY NCh
DUCIUPI10N or OPSllA'I'IONINIaIIa.8ran'Y (IIIdIoaIIc ~
Bullder$ Rlsk-Terremer Perk
HiIIsboro Blvd & 441 Perkland
Miami Lakes, R. 330\4-9315
~I QQ084709 RJB.COOI
MUDD
Rocklend Construction Compeny
8360 West Stete Roed 84
Ft. Lauderdele FL 33324
WIt\~:;;Z;2Z::~"~:~':~;':~~~(:t~t.::;;:~'I.:~ :;~~.=~;:',~~'~'~~~':,,~v'~":'I.:~::~~ "':~::~.~";~~~~~~'''~l'~::T ~lr":~z:}~~' ~::~=~'~:E=~~/T2:~~~':~:~~'~:":':':' :'.~;' ':"~~~;~~'~:~1~>;""~ :.... . .::. ':. ~.~:~~]
TYI'II or INItIRANC2
PIlOran'Y CAIlID OF 1.0.
BAIIC DlaoAD Dane.
00VIItAGM0....
AMOtINI'
DIDuc:rmu 00INItJJL
BUILDERS RISK-SPECIAL FORM
WINDSTORM DEDUCTIBLE: 2%
1000ooo
5000 100
u:I'IlO DATI lOR CLAIMS MADI:
GINBRAL ACGUCA....
PIlClD.- COMP/IOP AGG.
...... .. MI'I. DUURY
IACII 0CClIUINCI
naDAMA
MllD.
OOIIBINID IINGU LIMIT
IIODILV INI.CIW....'
IIODILV UQ. CIW Aa:.)
PIOnRl'YDAMAGI
MmICALPAYMaNn
PUIONAL UQ. PIlO1'.
UHINIIUDD MOI'OIlIB'I'
ALL vama.lS
IICIIIDULID vaaa.lS
Acn"w. CAllI VAL.
STATIO AMOtlNl'
OTHIlR
IlACII occtlIlIlBNCII:
ACCRlCA....
SlLl'ooUlIURID IUtnN.
STA'IVI'ORY LlMn'I
lAaI ACCIDIHr
DIlIAllIOLICY LlMrr
DI8UlIB-BAalIMP.
[~~:m=:~ffiR
w".,'.....{"':
udu~'::"aN;,z&
UCIlIS LIAJIILITY
THAN tlMIIlILLA 10...
u:I'IlO DATI lOR CLAIMS MADI:
WORDIlS' COMPlNlATlON
AND
IMPLOYIR'I UAJIILITY
SPECIAL CONDmONSlOTHlR COVllRACIS
AuntORIZID UPIlIlI&NTATIVI
;
.~ ..~':.~- :.~..~'~
~=~~"'<<~~~~<<<~<='~~~~
:}:~~"~W\:ti~;*~~f::-m~f::}t~/;;~~~ <~~,,~ ,:-.~..'\~(...,,<\ :<. >~, {N."./}(,< .":: ..~:.. <''" -:.,~
~~~{fm@"<^\X~"~k~f,<::f'<<"i'::::'*i"":"'" "', """.,." w )/>, <' '.,'. >'V'" n,"
~~~ti;~ill~.~~~~~~~~.x'~"$i~":'~:':"b~~:~i
.u&DATa CMMIDIWYl
o 8130/96
THIS BINDER IS A TEMPORAllY INSURANCE CONTRACT, SUBJECT TO THE CONDmONS SHOWN ON THE JlEVERSE
SIDE OF TRIS FORM
PRODUCIIt COMPANY
Fowler & Dowling, Inc.
Post Office Box 9315
9103/96
10103/96
Collinsworth, Alter, Nielson,
FIEDUTY & DEPOSIT
UT&C'I1V&
City of Parkland and
TIUIBINDU IIJIIUIDTO DTPD CO\'UAGa INTDAIIOYa.IWlIID-
COMPANY PER UPIJlING POUCY NOa
DllICIUrnON or OPlUL\'I'IOMIYUIICI.1III'IlO1'IUrI'Y (tIoduoIIIlI........
Builders Rlsk-Terramar Park
Hillsboro Blvd & 441 Parkland
.~. -'
"ro', .
Miami Lakes, R. 330\.4-9315
c,pDB QQ064709 8tJB.CODB
IN8U1UlD
Rockland ConstNction Company
.,'
8360 Wast State Road 84
Ft. Lauderdale FL 33324
'I'YN orlNlllltANCK
PROP8Jn'Y CAUID or LOll
DUOAD D'ne.
00VIIlAG&II'0....
AMOUHl'
IDUC'I'IILa COINIUI.
BUILDERS RISK-SPECIAL FORM
WINDSTORM DEDUCTIBLE: 2%
1000ooo
5000' 100
-.
IlBTRO DATa roR CLAJM8 MADE:
GINIIW, AGGItIGATI
.....COfoIM)P AGG.
..... .. 1f11'I. DQUIlY
BACII 00CUIIlINCI
naB DAMA
Mm.1D'INI
COIIIINID IINGLIl LDOT
BODILY ucr.crw......
BODILY IfCI. (fir AI&)
I'IOI'DI'YIWIAClI
MDICAL PAYKD'I'I
PIIlIOlW.IfCI. PIlOT.
1ININIIURID MaI'ORIIT
WORD..' COMPlNlATlON
AND
DIl'LOYBa'l LLUJLnY
SPICIAL CONDmONSlOTlIU COYBItAGIS
1.\' -0'7_-
,..,;,."
_...;.,
......'.
ACI'VAL CAllI VAL.
ITATID AMOllHl'
0THIll
lACK oc::cwuNCI
AClGUCATI
la.rolN8URID RITIN.
ITA'IVI'ORY UMITI
BACII AOCIDIHI'
DII&AU POLICY LDm'
DIlIlA.8&o&\aI.....
""'W" . ,., "'m'''~':l
t:.~..:-....... ...um...:L~..~:::~
ALL YBIIICLII
saDlDtILID YBHIa.1I
IlBTRO DATI roa c:LAIMIMADIla
"
"'l';""(.i..rwe.A .
City of Parkland
6500 Parkslde Drive
Parkland, Florida 33067
(305) 753-5040
Fax (305) 341-5161
September 6, 1996
Mr. David Sacks
Wallace, Roberts, << Todd
191 Giralda Avenue
Penhouse
Coral Gables, Florida 33134-5208
Dear Mr. Sacks:
Enclosed please find a copy of an Agreement between the City of
Parkland, Florida and Rockland Construction Company for the
construction of Terramar Park, City Contract No. 96-01.
If I can be of any further assistance, please do not hesitate to
contact me.
Sincerely,
_s~~cu~,
Susan Ar.mstrong, C.M.C.
City Clerk
City of Parkland
6500 Parkside Drive
Parkland, Florida 33067
(305) 753-5040
Fax (305) 341-5161
September 6, 1996
Mr. Charles J. Raymond, President
Rockland Construction Company
8360 State Road 84
Ft. Lauderdale, Florida 33324
Dear Mr. Raymond:
Enclosed please find an original Agreement between the City of
Parkland, Florida and Rockland Construction Company for the
construction of Terramar Park, City Contract No. 96-01.
If I can be of any further assistance, please do not hesitate to
contact me.
Sincerely,
-s-~O<~~-
Susan Arms trong , C. M.. C .
City Clerk
City of Parkland
6500 Parks ide Drive
Parkland, Florida 33067
(305) 753-5040
Fax (305) 341-5161
September 5, 1996
Hr. Charles D. Nielson
Great American Insurance Company
580 Walnut Street
Cincinnati, Ohio 45202
Re: Performance Bond No. 1307675 and Payment Bond No. 1307675
for Rockland Construction Company
Dear Hr. Nielson:
Enclosed please find a copy of an Agreement between Rockland
Construction Company and the City of Parkland. There are
Perfor.mance and Payment Bonds from your Company in the amount of
$3,485,000.00 for this City project. The City has reviewed the
documents and they appear to be in order. We are relying upon
their validity.
If you have any questions or problems in regard to this contract
please notify me ~ediately.
Sincerely,
-5~-co- CL-~
Susan Armstrong, C.H.C.
City Clerk
cc: Andrew :Ma.urodis, City Attorney
CITY OF PARKLAND
6500 PARKSIDE DRIVE
PARKLAND, FLORIDA 33067
(954)753-5040
FAX (954)341-5141
September 20,1996
Mr. Cbarles Raymond, President
Rockland Construction Company
8360 State Road 84
Fort Lauderdale, Florida 33324
RE: ADDENDUM TO AGREEMENT - TERRAMAR PARK
Dear Mr. Raymond:
I am enclosing one (1) executed original oftbe Addendum to Agreement between tbe
City of Parkland and Rockland Construction Company for tbe construction of tbe
Terramar Park.
Sbould you need additional information, please feel free to contact me.
Very truly yours,
~
Helen Lynott, C.M. .
Deputy City Oerk
Enclosure (1)
CC: Wallace Robert & Todd
Harry J. Mertz, City Manager
Andrew Maurodis, Esq., City Attorney
Cbarles DaBrusco, P.E., City Engineer
Juditb Kilgore, Director of Finance
. \;.
.... .
- .
.. .
~'
ATU1ENDUM TO AGREE~NT
THIS ADDENDUM TO AGREEMENT (ADDENDUM) is hereby entered into between
the CITY OF PARKLAND (CITY) and ROCKLAND CONSTRUCTION COMPANY
(CONTRACTOR) os an Addendum to the Agreement (AGREEMENT) for construction of the
Tcrramar Park as executed by the parties on 8/29/96 ,as follows:
.
WHEREAS, the parties entered into the AGREEMENT on 8/29/96
AGREEMENT provided for construction ofthc Tcrramar Park; and
! which
'VREREAS, one of the alternate bids was for installation of landscaping and irrigation on
the median on Hillsboro Boulevard, as more particularly described on Exhibit A (THE
ADDENDUM WORK); and
-
\VHEREAS, the parties wish to add THE ADDENDUM WORK. as part of the
AGREEMENT, which work shall be subject to all terms and conditions of said AGREEMENT as
if said ADDENDUM WORK were originally included in the work provided' f'Or in the
AGREEMENT' and
,
\VHEREAS, the parties are executing this ADDENDUM in order to have the ADDENDUM
WORK performed as part ofthe AGREEMENT;
NOW THEREFORE, be it agreed by and between the parties as follows:
Section 1.
ADDENDUM.
The above representations are true and correct and made a part of this
Section 2. CO'N'fRACTOR shall perfonn the ADDENDUM WORK as part of the
AGREEMENT, subject to each and every teIm of said AGREEMENT, with the sole exception of
the additional remuneration described below, All terms and conditions of the AGREEMENT shall
apply to the perfonnance of THE ADDENDUM WORK.
SectiOD-3... TIle CITY shan pay CONTRACTOR $77,182.00 upon completion of THE
ADDENDUM WORK to the CITY's satisfaction (subjcct to the payment provisions in the
AGREEMENT).
Section 4. The AGREEMENT shall re11lain in full force and eff'eCt and shall govern the
perfonnance of the work specified in the AGREEMENT and THE ADDEl'lDUM WORK.
Section 5. CONTRACTOR shall adjust its penomlIDlce and payment bond to reflect the
additional $77,000.00 for the ADDENDUM WORK or shall issue a separate payment and
perfomlance bond to the CITY for THE ADDENDUM \\fORK.
Section 6. This ADDENDUM shall become effcctive upon the date that the last party
affixes its signature hereto,
\':
"1'
Section 7. This is the sole AGREEMENT with regard to THE ADDENDUM WORK
and no amendment to this ADDENDUM shall be permitted except by a Wlitten agreement executed
by the parties with equal dignity hereto,
IN "'lT~'ESS WHEREOF, CITY and ROCKLAND CONSTRUCTION COMPANY have
made and executed tIus Addendum To Agreement on the respective dates set forth below; CITY
signing by and tlu'ough its Mayor, authorized to execute the same b)' City Commission action on the
--1. day of August t 1996, and ROCKLAND CONSTRUCTION COMPANY signing
by and through its President, duly authorized to exccutc the same.
CITY OF PARKLAND
BY:~~
Sal Pagliara, M' r
ATTEST:
s~~~~;k1 -
Dmc: september 19, 1996
APPROVED AS TO FOR.."\1:
By:
~ -
Andrew urodis, Cit)' Attorney
STATE OF FLORIDA)
COUNTY OF BROW ARD)
The foregoing ADDEl\T])UM TO AGREEMENT was acknowledged before me this -.!2day
of Sept. 1996, by SAL PAGLlARA and SUSAN ARMSTRONG, Mayor and City Clerk,
respectively, of the CITY OF PARKLAND, a municipal corporation of the State of Florida., on
behaJfofthe CfTY. They are personally known to me,
(Notary Seal)
My commission expires:
aJ_('~ ~ ~-'
j ~J-" f 1"1.../
Notary Public . Helen. M. Ly; ott
If c.c '1;;'00 ~o
Notary Public Commission Number
(i) KELStM. LWOlT
flY CllI_ION' QC 4IIlMO
ElCPIII8: ,.., 'e. ,.
..-1lIII1IalIIY NIID UIllIINiIIIII. .
2
Witnesses:
ROCKLAND CONS"rRUCTION
COMPANY
4~~
nA:- .-..- ~ ~.-<-"
By:a~~~-/
, /'~.
Date: 1-/1- 9~
STATE OF FLORiDA)
COUNTY OF BROW ARD)
DDENDUM TO AGREEMENT was act
1996, by Its
OMP ANY, whn is personally latow
as identification.
owledged before me this
t- of ROCKLAND
to me or has produced
(Notary Seal)
My commission expires:
ber
JANEl' FLOIUDA
NCYrAllY PUBUC srATE OF
COMMISSION NO. cC526871
MY COMMISSION EXP. AN. 23
09/17/96
3
. 1
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 9-13-95 and specifications dated 9-13-95 . Such work includes
but is not limited to the following:
a. Finish grading of planting areas.
b. Planting.
c. Sodding (if required).
d. Compost
,/
2. Contractor shall have a competent representative
at the site who shall have full authority to receive and execute orders. ~he
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.
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 adequate protection of his work from
injury and loss resulting from the execution of this contract. He must make good
all repairs and replacements to the satisfaction of The City of Parkland except
1
H. OWNERS RIGHT to TERMINATE CONTRACT
Should the contractor at any time fail, refuse, or neglect to 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
I. COORDINATION of WORK
Coordinate and cooperate with other contractors to enable the work to proceed as rapidly
and efficiently as possible.
ORDER OF INSTALLATION
Irrigation will be fully installed, stopping prior to head installation. At such time trees and
sod are to be installed. Heads will follow immediately.
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.
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 othelWise noted.
2. Quantities, sizes, and spacing will be determined by the drawings and
specifications. Where discrepancies exist, The City of Parkland is to be notified
for clarification. Contractor shall be responsible for completing installation as
called for in the plans, plant lists and specifications.
B.
ABBREVIATIONS on PLANT LIST
B & B - 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.
I
CAL. - Caliper of trunk measured four (4,5) feet above the ground.
C.T. - Clear Trunk. Measurement from top of root ball to first branching.
3
"I
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.
I
I
H. COMPOST or EQUAL
Use 2" depth of Eucalyptus or non native materials around trees.
I. COMMERCIAL FERTILIZER
Commercial fertilizer shall be an organic fertilizer containing equal 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: 12 Ibs.l2" - 3" Caliper Tree
Ground Cover 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, ,S,QQ (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
112" 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 surface and thoroughly washed in. Rolling and top-
dressing shall be done at no extra cost to The City of Parkland,e
5
"
The following is a guide for planting soil quantities:
Trees - 10'+ ht.
9 cu. ft.
Quantities of planting soil needed may be greater if excavation of building sub-grade or
road rock is necessary.
C. SElTlNG TREES AND SHRUBS
All trees and shrubs are to be planted plumb on (4) four inch,es 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 of the plant after settlement shall be the same as that
at which the plant was 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 air 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 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 of trees, except where specified, is an option to 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,
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:
3' Dia. ring.
G. FINISH GRADES
1, Finish grades for all sod areas after settlement shall be 1/2" below top of adjacent
curbs, walks, waifs, and abutments,
7
"
\:'('....<'."'x',,...P'i<.~'}.'''"...'.......~.,,~"."_...
,/
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 sUlVive, 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.
E. 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.
9
IRRIGATION INSTAllATION SPECIFICATIONS
I. GENERAL CONDITIONS
1,
PROTECTION: :~:..., ';
(a). The irrigation contractor shall protect all materia'ls and work against damage from
any cause and shall provide and maintain all necessary safeguards for the protection of
the public.. Contractor shall 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. I
(b). The irrigation contractor shall exercise care in digging and other work so as not to
damage existing facilities including sidewalks, underground cables and 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 for the immediate repair of any damage caused by contractors work. This
also applies to turf areas. -
I
(c). The contractor shall remove concrete sidewalk damaged, or underdermined during
construction as directed by the City Engineer. All sidewalk within construction are shall
be inspected by contractor prior to commencement of work. Any damaged sidewalk is to
,be reported to the City prior to commencement of work. During final inspection any
previously unreported sidewalk damage shall be repaired at the contractor's expense, per
City Engineers requirements.
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 wor~
4, ORDER OF INSTALLATION: Irrigation will be fully installed, stopping prior to head
installation, At such time trees and sod are to be installed. Heads will follow immediately
after or during tree and sod installation.
16
"
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 guar,ah~!!ed 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 Chloride (PVC) Plastic Pipe, Schedules 40, 80 and
120.
Socket-Type Poly Vinyl Chloride (PVC) Plastic Pipe Fittings,
Schedule 40.
Poly Vinyl Chloride (PVC) Pressure-Rated Pipe.
Making Solvent-Cemented Joints with Poly Vinyl Chloride (PVC)
Pipe and Fittings.
D 2466-78
D 2241-84
D 2885-83
PART 2: MATERIALS
2.1 PVC PIPE: Below ground pipe shall be poly vinyl chloride (PVC) pipe conforming
to ASTM Specification D 1785, Schedule 40, or it may be PVC pipe conforming to
ASTM D 2241, Class 200. See plans for PVC pipe sizes and specifications.
2.2 PVC FITTINGS: All PVC fittings shall be Schedule 40, Type 1, NSF Approved
conforming to the ASTM D 2466 requirements. All tees and ninety degree angle
fittings on main lines shall be Schedule 80 PVC.
2.3 PVC SLEEVES: All crossings under paved areas for water line and wire runs
shall be' Schedule 40 PVC pipe conforming to the ASTM-D 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.
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.
2.7 CONTROLLER: The controller shall have dual programs and shall be a micro
processor based/micro electronics solid-state type, capable of fully automatic or
manual operation of the system. It shall be housed in a wall mountable, heavy
duty molded ~asticl weatherproof, lockable cabinet.
The controller shall operate on a minimum of 117 volts AC. power input and be
capable of operating 24 volt AC. electric remote control valves. The controller
shall have a reset circuit breaker to protect it from power overload. Each station
shall have the capability of being programmed to operate for 1 to 99 minutes in 1
minute increments or .1 to 9,9 hours i .1 hour increments. The controller shall
have two independent programs with three automatic starts per day for each
18
..
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 atfitting
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. Main lines
shall be pressure-tested at 150% of their operating pressure for two hours. Leaks shall then be
repaired. This is to be done before final 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 cost to 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 and signs 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 can be reached for service.
3.9 VALVE BOXES: Valves shall be installed in a plastic box with a reinforced
heavy-duty plastic cover that will withstand vehicular traffic. 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 comers 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.
,
.,-'
20
. \.~.
? '1
...'
'.
AJU1RNDUM TO AGREEMENT
THIS ADDENDUM TO AGREEMENT (ADDENDUM) is hereby entered into between
the CITY OF PARKLAND (CITY) and ROCKLAND CONSTRUCTION COMPANY
(CONTRACTOR) os an Addendum to the Agreement (AGREEMENT) for constro.ction of the
Tcrramar Park as exccute~ by the parties on 8/29/96 I as follows:
WHEREAS, the parties entered into the AGREEMENT on 8/29/96
AGREEMENT provided for construction of the Tcrramar Park; and
I which
'VHEREAS, one of the alternate bids was fol' installation of landscaping and itrigation on
the median on Hillsboro Boulevard, as more particularly describe.d on Exhibit A (THE
ADDENDUM WORK); and
-
\"llEREAS, the parties wish to add THE ADDENDUM WORK as part of the
AGREEMENT, which work shall be subject to all terms and conditions of said AGREEMENT as
if said ADDENDUM WORK were originally included in the work provided' for in the
AGREEMENT; and
'VHEREAS, the parties are executing this ADDENDUM in order to have the ADDENDUM
WORK performed as part of the AGREEMENT;
NOW TH.EREFORE, be it agreed by and between the parties as follows:
Section 1.
ADDENDUM.
The above representations are true and correct aIld made a part of this
Section 2. CO~CTOR shall perform the ADDENDUM WORK as part of the
AGREEMENT, subject to each, and every ternl of said AGREEMENT, with the sole exception of
the additional remuneration described below, All terms and conditions of the AGREEMENT shall
apply to the perfonnance of THE ADDENDUM WORK.
Section 3. TIle CITY shan pay CONTRACTOR $77,182.00 upon completion of THE
ADDENDUM WORK to the CITY's satisfaction (subjcct to the payment provisions in the
AGREEMENT),
Section 4. The AGREEMENT shall remain in full force and eff-ect and shall govern the
perfonnance of the work specified in the AGREEMENT and THE ADDEJ'lDUM WORK.
Section 5. CONTRACTOR shaU adjust its perfomlance ond payn1ent bond to reflect the
additional $77,000,00 for the ADDENDUM WORK or shall issue a separate payment and
perfomlance bond to the CITY for THE ADDENDUM \VORK,
Section 6. This ADDENDUM shall become effcctivc upon the date that the last party
aftixes its signature hereto,
~,
.
..
Section 7. This is the sole AGREEMENT with regard to THE ADDENDUM WORK
and no amendment to this ADDENDUM shan be permitted except by a mitten agreement executed
by the parties with equal dignity hereto,
IN WITl\'ESS WHEREOF, CITY and ROCKLAND CONSTRUCTiON COMPANY have
made and executed tlus Addendum To Agreement on the respective dates set forth below; CITY
signing by and tlu'ough its Mayor, au1l10rized to execute the same by City Commission action on the
~y of An9n~T , 1996~ and ROCKLAND CONSTRUCTION COMPANY signing
by and through its President, duly authorizcd to exccutc the same,
CITY OF PARKLAND
By:
~~,,~
Sa Pagliara, M or -
ATTEST:
~~ Q~tR~
Susan Armstrol1g~ City Clerk
Datc:
9/19/96
APPROVED AS TO FOR...\1:
By:. ~ ..
Andrew S. urodis, City Attorney
STATE OF FLORIDA)
COUNTY OF BROW ARD)
The foregoing ADDE1\nUM TO AGREEMENT was aclmowledged before me this ..!..! day
of Sept. . 1996, by SAL PAGLIARA and SUSAN ARMSTRONG, Mayor and City Clerk,
respectively, of the CITY OF PARKLAND, a municipal corporation of the State of Florida, on
behalf of the CITY. They are personally known to me.
,:' .t>>."... HELEN M. LYNOlT
I j:f , MY 1llI1UIIDtI cc 42lI04O
~ ~ DPIII8: FIIIuIy 18, 1.
. IIandId 1IInI NaIIIy NIo .........
~~~
Notary Public HELEN M. LYNOTT
:{tee I./.aoo "-10
Notary Public Commission Number
(Notary Seal)
My commission expires:
2
~
.....
Witnesses:
ROCKLAND CONS"rRUCTION
COMPANY
By.~f~ ~
P . A3. '
9 /9 96 t7_~,
Date: -'- .
STATE OF FLORlDA)
COUNTY OF BROW ARD)
The foreg . g ADDENDUM TO AGREE~as ael~wledged before me this
day of / 1996, by 77'S ~~f ROCKLAND
CONS1"RUCTI COMP ANY~ who is personally known 0 me or has produced
L ' D L . as identification.
(Notary Seal)
My commission expires:
Notary Public Commission Number
OFFICIAL NOI'ARYSEAL
JANET E COOPER
NOTARY PUBU(' !)fATE OF FLORIDA
COMMISSION NO. CC526811
~.!Y COM MrSSION EXP. AN. 23
09/17/96
3
.
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 9-13-95 and specifications dated 9-13-95 . Such work includes
but is not limited to the following:
a. Finish grading of planting areas.
b. Planting.
c. Sodding (if required).
d. Compost
I
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.
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 adequate protection of his work from
injury and loss resulting from the execution of this contract. He must make good
all repairs and replacements to the satisfaction of The City of Parkland except
1
, ,
H. OWNERS RIGHT to TERMINATE CONTRACT
Should the contractor at any time fail, refuse, or neglect to 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
I
I. COORDINATION of WORK
Coordinate and cooperate with other contractors to enable the work to proceed as rapidly
and efficiently as possible.
ORDER OF INSTALLATION
Irrigation will be fully installed, stopping prior to head installation. At such time trees and
sod are to be installed. Heads will follow immediately.
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.
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 notified
for clarification. Contractor shall be responsible for completing installation as
called for in the plans, plant lists and specifications.
B.
ABBREVIATIONS on PLANT LIST
B & B - 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.
I
CAL. - Caliper of trunk measured four (4,5) feet above the ground.
C.T. - Clear Trunk, Measurement from top of root ball to first branching.
3
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.
I
I
H. COMPOST or EQUAL
Use 2" depth of Eucalyptus or non native materials around trees.
I. COMMERCIAL FERTILIZER
Commercial fertilizer shall be an organic fertilizer containing equal 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: 12 Ibs.l2" - 3" Caliper Tree
Ground Cover 1 0 Ibs.l100 sa. 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 ~ (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 surface and thoroughly washed in. Rolling and top-
dressing shall be done at no extra cost to The City of Parkland.
5
~
The following is a guide for planting soil quantities:
Trees - 10'+ ht.
9 cu. ft.
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 incl1,es 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 of the plant after settlement shall be the same as that
at which the plant was 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 air 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 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 of trees, except where specified, is' an option to 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.
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:
3' Dia. ring.
G. FINISH GRADES
1. Finish grades for all sod areas after settlement shall be 1/2" below top of adjacent
curbs, walks, walls, and abutments.
7
~
~f~.';~-i~;~jP"'1';'", --..-.~
'. ,.' .-.'" . -, '",. ...... ,.... '.. ..,.... ...'...... ..' ,
./
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.
E. 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.
9
. .'
IRRIGATION INSTALLATION SPECIFICATIONS
I, GENERAL CONDITIONS
1.
PROTECTION: :~:..., :;
(a). The irrigation contractor shall protect all materia'ls arid work against damage from
any cause and shall provide and maintain all necessary safeguards for the protection of
the public.. Contractor shall 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 facilities including sidewalks, underground cables and 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 for the immediate repair of any damage caused by contractors work. This
also applies to turf areas. -
,
(c). The contractor shall remove concrete sidewalk damaged, or underdermined during
construction as directed by the City Engineer. All sidewalk within construction are shall
be inspected by contractor prior to commencement of work. Any damaged sidewalk is to
. be reported to the City prior to commencement of work. During final inspection any
previously unreported sidewalk damage shall be repaired at the contractor's expense, per
City Engineers requirements.
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 wor~ i
4. ORDER OF INSTALLATION: Irrigation will be fully installed, stopping prior to head
installation. At such time trees and sod are to be installed, Heads will follow immediately
after or during tree and sod installation,
16
. .. I
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, sta~ing that the equipment, materials
and workmanship referred to herein are gua~h~!!ed and stating the inclusive
dates of the guaranty period. ';" '.; I,
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, I
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.
o 1785-83
Poly Vinyl Chloride (PVC) Plastic Pipe, Schedules 40, 80 and
120.
Socket-Type Poly Vinyl Chloride (PVC) Plastic Pipe Fittings,
Schedule 40.
Poly Vinyl Chloride (PVC) Pressure-Rated Pipe.
Making Solvent-Cemented Joints with Poly Vinyl Chloride (PVC)
Pipe and Fittings.
o 2466-78
02241-84
D 2885-83
PART 2: MATERIALS
2.1 PVC PIPE: Below ground pipe shall be poly vinyl chloride (PVC) pipe conforming
to ASTM Specification D 1785, Schedule 40, or It may be PVC pipe conforming to
ASTM D 2241, Class 200. See plans for PVC pipe sizes and specifications.
2.2 PVC FIITINGS: All PVC fittings shall be Schedule 40, Type 1, NSF Approved
conforming to the ASTM D 2466 requirements. All tees and ninety degree angle
fittings on main lines shall be Schedule 80 PVC.
2.3 PVC SLEEVES: All crossings under paved areas for water line and wire runs
shall be' Schedule 40 PVC pipe conforming to the ASTM-D 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.
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.
2.7 CONTROLLER: The controller shall have dual programs and shall be a micro
processor based/micro electronics solid-state type, capable of fully automatic or
manual operation of the system. It shall be housed in a wall mountable, heavy
duty molded ~astic, weatherproof, lockable cabinet.
The controller shall operate on a minimum of 117 volts A.C. power input and be
capable of operating 24 volt A.C, electric remote control valves. The controller
shall have a reset circuit breaker to protect it from power overload, Each station
shall have the capability of being programmed to operate for 1 to 99 minutes in 1
minute increments or .1 to 9.9 hours i ,1 hour increments, The controller shall
have two independent programs with three automatic starts per day for each
18
.'
. .,
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. ~ain lines
shall be pressure-tested at 150% of their operating pressure for two hours. Leaks shall then be
repaired. This is to be done before final 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 cost to 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 and signs 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 can be reached for service.
3.9 VALVE BOXES: Valves shall be installed in a plastic box with a reinforced
heavy-duty plastic cover that will withstand vehicular traffic. 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.
\
20