Loading...
HomeMy WebLinkAboutCity of Tamarac Resolution (25)Temp. Reso. #9641 Page 1 of 3 January 10, 2002 CITY OF TAMARAC, FLORIDA RESOLUTION NO. R-2002-025 A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF TAMARAC, FLORIDA, AUTHORIZING THE AWARD OF BID NO. 02-05B TO GREEN ACRES LAWN SERVICE, INC. FOR CONVERSION OF THE IRRIGATION SYSTEM ON HIATUS ROAD FROM THE CITY'S POTABLE WATER SUPPLY TO A NON -POTABLE WATER SOURCE; AUTHORIZING THE APPROPRIATE CITY OFFICIALS TO EXECUTE AN AGREEMENT WITH GREEN ACRES LAWN SERVICE, INC.; AUTHORIZING AN EXPENDITURE IN AN AMOUNT NOT TO EXCEED $48,342; PROVIDING FOR CONFLICTS; PROVIDING FOR SEVERABILITY; AND PROVIDING FOR AN EFFECTIVE DATE. WHEREAS, the existing irrigation system installed on Hiatus Road is a temporary system that is manually operated and utilizes potable City water; and WHEREAS, the continued operation of this system is not cost effective, is an inefficient use of City staff resources and is not a desirable use of the City's potable water supply; and WHEREAS, significant development has now taken place in the Tamarac Commerce Park and the required utilities and canal access points are now available for the conversion of the temporary irrigation system from the City's potable water supply to an automatic system utilizing the canal water; and WHEREAS, the City of Tamarac publicly advertised Bid No. 02-05B for the conversion of the aforesaid irrigation system on Hiatus Road; and WHEREAS, on November 28, 2001, the following two (2) bids were opened and reviewed in order to determine cost and responsiveness to the City's technical specifications: Green Acres Lawn Service, Inc. with a bid of $48,342 and Water Wizard USA, Inc. with a bid of $57,995; and Temp. Reso. #9641 Page 2 of 3 January 10, 2002 WHEREAS, based on the bid results it was determined that Green Acres Lawn Service, Inc. was the lowest responsive and responsible bidder; and WHEREAS, funding is available for said purpose within the Hiatus Road Capital Improvement Project; and WHEREAS, the Director of Public Works and the Purchasing/Contracts Manager recommend that the City award Bid #02-05B to Green Acres Lawn Service, Inc. in an amount not to exceed $48,342 for converting the Hiatus Road irrigation system from the City's potable water supply to a non -potable water source; and WHEREAS, the City Commission of the City of Tamarac, Florida deems it to be in the best interest of the citizens and residents of the City of Tamarac that Bid #02-05B be awarded to Green Acres Lawn Service, Inc. in an amount not to exceed $48,342 for converting the Hiatus Road irrigation system from the City's potable water supply to a non - potable water source. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF THE CITY OF TAMARAC, FLORIDA, THAT: SECTION 1: The foregoing "WHEREAS" clauses are HEREBY ratified and confirmed as being true and correct and are hereby made a specific part of this Resolution upon adoption hereof. SECTION 2: The award of Bid #02-05B to Green Acres Lawn Service, Inc. is HEREBY authorized, a copy of said Bid being hereto attached as Exhibit 1. SECTION 3: The appropriate City Officials are HEREBY authorised to execute an agreement with Green Acres Lawn Service, Inc., a copy of said Agreement being hereto attached as Exhibit 2. SECTION 4: An expenditure in an amount not to exceed $48,342 is HEREBY 1 �I 1 1 Temp. Reso. #9641 Page 3 of 3 January 10, 2002 authorized. SECTION 5: All Resolutions or parts of Resolutions in conflict herewith are hereby repealed to the extent of such conflict. SECTION G: If any provision of this Resolution or the application thereof to any person or circumstance is held invalid, such invalidity shall not affect other provisions or applications of this Resolution that can be given effect without the invalid provision or application, and to this end the provisions of this Resolution are declared to be severable. SECTION 7: This Resolution shall become effective immediately upon its passage and adoption. PASSED, ADOPTED, AND APPROVED this 23rd day of January, 2002. ATTEST: MARION SWENSON, CMC CITY CLERK 1:1=Iaj:11 ��l�:i11win I -M have approved this F.ESOLAJTION as to fo ITCHELLg. KRAFT CITY AT ORNEY JOE SCHREIBER MAYOR RECORD OF COMMISSION VOTE: MAYOR SCHREIBER _Ayes DIST 1: COMM. PORTNER 61 j DIST 2: COMM. MISHKIN Alves DIST 3: V/M SULTANOF lye. DIST 4: COMM. ROBERTS A e, U:\adm correspondence\agenda\9641 RES-Hiatus Rd. Irrigation Conversion Bid Award.doc -- - - - - . - _ - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - Exhibit 1 ' r r 1 1 q�o q 1 r 1 r r INVITATIQN TO BIDr � r r r , r � 1 , r , � r , � 1 1 r R , r r r , r r � 1 r r ' r r r r 1 r BID NO. 02-05B , , r r HIATUS ROAD IRRIGATION CONVERSION ; r r � , r r � r r � r � r r � r � , r City of Tamarac Purchasing Division 7525 NW 881" Avenue ' r r Room 108 1 Tamarac, Florida 33321-2401 ; r (954) 724-2450 ' ----------------------------------------------- ---__� TABLE OF CONTENTS Bid No. 02-05B Hiatus Road Irriaation Conversion INVITATIONTO BID.................................................................................................................................... 3 INSTRUCTIONS TO BIDDERS................................................................................................................... 4 DESCRIPTION OF WORK........................................................................................................................... 4 GENERAL TERMS AND CONDITIONS...................................................................................................... 4 1. SUBMISSION OF THE BID.......................................................................................................... 4 2. BONDING.....................................................................................................................................5 3. WITHDRAWAL. OF BID................................................................................................................ 5 4. PUBLIC ENTITY CRIMES FORM................................................................................................ 5 5. NON -COLLUSIVE AFFIDAVIT..................................................................................................... 5 6. QUANTITIES................................................................................................................................5 7. PRICES, PAYMENTS AND DISCOUNTS................................................................................... 6 8. DELIVERY....................................................................................................................................6 9. BRAND NAMES........................................................................................................................... 6 10. SAMPLES AND DEMONSTRATIONS......................................................................................... 6 11. CONDITIONS OF MATERIALS................................................................................................... 6 12. COPYRIGHTS OR PATENT RIGHTS......................................................................................... 7 13. SAFETY STANDARDS................................................................................................................ 7 14. PERFORMANCE......................................................................................................................... 7 15. DEFAULT.....................................................................................................................................7 16. TERMINATION FOR CONVENIENCE OF CITY......................................................................... 7 17. ASSIGNMENT..............................................................................................................................8 18. EMPLOYEES............................................................................................................................... 8 19. TAXES..........................................................................................................................................8 20. BID PREPARATION EXPENSE................................................................................................... 8 21. SITE INSPECTION...................................................................................................................... 8 22, OMISSION OF DETAILS .....................-................................................ ............................... ...... 8 23. INSURANCE REQUIREMENTS.................................................................................................. 8 24. INDEMNIFICATION... ............................................................................................................ .... 10 25. CLARIFICATION TO TERMS AND CONDITIONS.................................................................... 10 26. BID TABULATION...................................................................................................................... 10 27. RECORDS/AUDITS................................................................................................................... 10 SPECIAL CONDITIONS.................................................................................... ...................... ... 11 1. ASSIGNMENT OF CONTRACT................................................................................................. 11 2. CONTRACTOR'S RESPONSIBILITY ............................ .. 11 3. DAMAGE TO PUBLIC AND/OR PRIVATE PROPERTY........................................................... 11 1 0 4. PERMITS AND LICENSES .................... .......................................... 12 5. SITE INSPECTION - CONTRACTOR ............................... ........... .......................... 12 6. SITE INSPECTION - CITY_ ....................... ............................................ ... 12 7. SUBMITTALS ..................................... ............................... .............12 8. WAIVER OF LIENS ........................... 9. PAYMENT .................................................. ............................................ ....13 10. CONTRACT DOCUMENTS .................... ........................... ........................ 13 11. CHANGE ORDERS ..................... ......................................................13 CHANGES IN THE WORK/CONTRACT PRICE ............................... 12. CONTRACT PRICE .......................... CHANGES IN CONTRACT TIME ................... 13. CHANGE ORDER ................ .................................................. . 14 14. CITY'S OPTION .................. 15. LIQUIDATED DAMAGES ........................ .............. .................................. 15 16, BONDS ..................... 15 17. PERFORMANCE, PAYMENT AND WARRANTY BONDS .............................. .......................... 16 18. LOCATION OF EXISTING UTILITIES .......................... 19. CONFLICT WITH EXISTING UTILITIES .......................... 20, CONTINGENCY ALLOWANCE ........................... .............................................. ............. . 17 TECHNICAL SPECIFICATIONS ..................................... .... 18 ..................................................... BID COVERPAGE ....................... .............................................................................................................. 29 ATTACHMENT "A" BID FORM .................... . ATTACHMENT "B" NON -COLLUSIVE AFFIDAVIT ........... ATTACHMENT "C" CERTIFICATION ................... ATTACHMENT "D" OFFEROR'S QUALIFICATION STATEMENT ......................................................... ATTACHMENT "E" REFERENCES 38 ....................... ATTACHMENT "F" VENDOR DRUG -FREE WORKPLACE .................................................................... ATTACHMENT "G" LIST OF SUBCONTRACTORS 44 ................................................................................ 45 ATTACHMENT "H" BID BOND .................... ATTACHMENT "I" APPLICATION FOR PAYMENT ATTACHMENT "J" CHANGE ORDER ........................ ATTACHMENT "K" FINAL RELEASE OF LIEN ................... 51 STANDARD CONTRACTOR AGREEMENT ........................................................................................ ............................................................... 53 E 0�_TA4 J� A City of Tamarac Finance Department, Purchasing Division 7525 N.W. 88th Avenue, Tamarac, Florida 33321-2401 Telephone: (954) 724-2450 Facsimile (954) 724-2408 Website: www.tomarac.org INVITATION TO BID BID NO. 02-05B Sealed bids, addressed to the Purchasing and Contracts Manager of the City of Tamarac, Broward County, Florida, will be received in the Purchasing Office, 7525 NW 88th Avenue, Tamarac, Florida 33321-2401 until Wednesday, November 28, 2001 at 2:00 p.m., at which time bids will be publicly opened and announced for: HIATUS ROAD IRRIGATION CONVERSION All bids received after the date and time stated above will be returned unopened to the Bidder. All Bidders are invited to attend the opening. One (1) original and two copies (2) of the bid shall be submitted on an official bid form furnished with the bid package and those submitted otherwise will not be considered responsive. The submittal shall be plainly marked "Bid No. 02-05B, HIATUS ROAD IRRIGATION CONVERSION, opening Wednesday, November 28, 2001 at 2:00 p.m." on the outside of the envelope. A 5% Bid Bond must be submitted with each bid. A MANDATORY Pre -Bid Conference will be held on Tuesday, October 30, 2001, at 10:00 a.m., at the City of Tamarac, City Hall, Conference Room 204, 7525 NW 88" Avenue, Tamarac, Florida. All parties interested in bidding on this project must attend this meeting. The work to be performed consists of the Contractor furnishing all labor, materials, tools, and equipment necessary as indicated in the specifications herein and generally includes converting the existing irrigation system from City water to canal water and installation of irrigation pump and any new piping necessary. The City reserves the right to accept or reject any or all bids, or any part of any bid, to waive any informalities, and to award in the best interest of the City of Tamarac. Bid documents will be available for review and may be obtained from the Purchasing Office at the above address. For non -technical inquiries, contact the Purchasing Office at (954) 724-2450; and for technical issues, contact Jean DuPuis at (954) 724-1357. Anne M. Cato, CPPB Senior Buyer Publish Sun Sentinel: Sunday, 10/21/2001 and 10/28/2001 3 Equal Opportunity Employer INSTRUCTIONS TO BIDDERS HIATUS ROAD IRRIGATION CONVERSION BID NO. 02-05B It is the intent of the City to award this bid to the lowest responsible and responsive bidder. The City reserves the right to accept or reject any or all bids and to waive any informality concerning the bids when such rejection or waiver is deemed to be in the best interest of The City of Tamarac. The City reserves the right to award the bid on a split order basis, lump sum or individual item basis unless otherwise stated. DESCRIPTION OF WORK The City of Tamarac is interested in obtaining proposals from qualified Contractors for the Hiatus Road Irrigation Conversion within the City of Tamarac, FL. The work consists of furnishing all labor, materials, equipment, tools, service and supervision necessary to properly complete the project. Installation shall be by a licensed Irrigation and/or Landscape Contractor and crew with at least three (3) years of verifiable full-time experience with Landscaping and/or Irrigation projects of similar nature or dollar cost. GENERAL TERMS AND CONDITIONS These general terms and conditions apply to all offers made to the City of Tamarac by all prospective Bidders including but not limited to Request for Quotes, Request for Bids and Request for Proposals. As such the words "bid" and "proposal" are used interchangeably in reference to all offers submitted by prospective bidders. 1. SUBMISSION OF THE BID The Bidder is directed to deliver sealed bids to the City's Purchasing Office, City of Tamarac, 7525 N. W. 88th Avenue, Tamarac, Florida 33321, on Wednesday, November 28, 2001 at 2:00 p.m. At this time the bids will be opened, the names of all Bidders will be announced and all bids shall be a matter of public record. All Bidders and their representatives are invited to attend. The Bidder must show the bid number, bid name, time and date of the bid opening on the outside of the sealed bid package. Delivery of the sealed bids to the City Purchasing Office on or before the above date is solely and strictly the responsibility of the Bidder. Late bids will be returned unopened to the Bidder. It is the Bidder's responsibility to read and understand the requirements of this bid. Unless otherwise specified the Bidder must use the bid form furnished in the bid packet. Bidders are required to state exactly what they intend to furnish to the City via this Solicitation and must indicate any variances to the terms, conditions and specifications of this bid, no matter how slight. If variations are not stated in the bid, it shall be construed that the Bidder's bid fully complies with all conditions identified in this bid. The Bidder shall submit one (1) original and two (2) copies of the bid. The original bid must be manually and duly signed in ink by a Corporate Officer, Principal, or Partner with the authority to bind the bidding company or firm by his/her signature. All quotations must be typewritten or filled in with pen and ink. Bids having erasures or corrections must be initialed in ink by the Bidder. All prices, terms and conditions quoted in the submitted bid will be firm for acceptance for sixty days from the date of the bid opening unless otherwise stated by the City. 2. BONDING An acceptable Bid Bond, Cashier's Check, or Certified Check payable to the City of Tamarac in amount not less than 5 % (percent) of the bid, must accompany the bid. Additional bonding may be required in the Special Terms and Conditions of this invitation. The Bonding must be executed by a surety company authorized to do business in the State of Florida or secured in a manner satisfactory to the City of Tamarac. 3. WITHDRAWAL OF BID 4 Any Bidder may withdraw its bid prior to the indicated opening time. The request for withdrawal must be submitted in writing to the City Purchasing Office. PUBLIC ENTITY CRIMES FORM A person or affiliate who has been placed on the convicted vendor list following a conviction for public entity crime may not submit a bid on a contract to provide any goods or services to a public entity, may not submit a bid on a contract with a public entity for the construction or repair of a public building or public work, may not submit bids on leases of real property to public entity, may not be awarded or perform work as a Contractor, supplier, subcontractor, or consultant under a contract with any public entity, and may not transact business with any public entity in excess of the threshold amount provided in Section 287.017, for Category Two for a period of 36 months from the date of being placed on the convicted vendor list. NON -COLLUSIVE AFFIDAVIT Each Contractor shall complete the Non -Collusive Affidavit and shall submit the form with the Proposal. The City considers the failure of the Contractor to submit this document to be a major irregularity and may be cause for rejection of the Proposal. 6, QUANTITIES Quantities shown are estimates only. No guarantee or warranty is given or implied by the City as to the total amount that may or may not be purchased from any resulting contract. The City reserves the right to decrease or increase quantities or add or delete any item from the contract if it is determined that it best serves the interests of the City. 5 7. PRICES PAYMENTS AND DISCOUNTS Bid prices shall be fixed and firm to the extent required under Special Conditions. Payment will be made only after receipt and acceptance of materials/services. Cash discounts may be offered for prompt payment; however, such discounts shall not be considered in determining the lowest net cost for bid evaluation. Bidders are encouraged to provide prompt payment terms in the space provided on the Bid Form. If no payment discount is offered, the Bidder shall enter zero (0) for the percentage discount to indicate net 30 days. If the Bidder does not enter a percentage discount, it is understood and agreed that the payment terms shall be 2% 10 days, net 30 days effective on the date that the City receives an accurate invoice or accepts the product, whichever is the later date. Payment is deemed to be made on the date of the mailing of the check. 8. DELIVERY All items shall be delivered F.0.B. destination to a specific City of Tamarac address. All delivery cost and charges must be included in the bid price. All exceptions shall be noted. Failure to do so may be cause for rejection of the bid. The City reserves the right to cancel orders or any part thereof, without obligation if delivery is not made at the time specified in the bid. Installation shall be completed within 60 days from purchase order date. 9. BRAND NAMES Manufacturers' name, brand name, model number or make is used in these specifications for the sole purpose of establishing minimum requirements of quality, performance and design. Approved equal is added to the specifications to avoid ruling out qualified competition. Where equal is bid, the Bidder must submit brochures, specifications in detail and/or samples. The City shall be the sole judge of equality. 10. SAMPLES AND DEMONSTRATIONS When requested, samples are to be furnished free of charge to the City. If a sample is requested it must be delivered within seven days of the request unless otherwise stated in the bid. Each sample must be marked with the bidder's name and manufacture's brand name. The City will not be responsible for returning samples. The City may request a full demonstration of any product or service before the award of a contract. All demonstrations will be done at the expense of the Bidder. 11. CONDITIONS OF MATERIALS All materials and products supplied by the Bidder in conjunction with this bid shall be new, warranted for their merchantability, fit for a particular purpose, free from defects and consistent with industry standards. The products shall be delivered to the City in excellent condition. In the event that any of the products supplied to the City are found to be defective or do not conform to the specifications, the City reserves the right to return the product to the Bidder at no cost to the City. 11 12. COPYRIGHTS OR PATENT RIGHTS The Bidder warrants that there has been no violation of copyrights or patent rights in manufacturing, producing or selling the goods shipped or ordered as a result of this bid. The seller agrees to hold the City harmless from all liability, loss or expense occasioned by any such violation. 13. SAFETY STANDARDS The Bidder warrants that the product(s) supplied to the City conforms in all respects to the standards set forth in the Occupational Safety and Health Act and its amendments to any industry standards if applicable. In compliance with Chapter 442, Florida Statutes, any toxic substance delivered from a contract resulting from this bid must be accompanied by a Material Safety Data Sheet (MSDS). A Material Safety Data Sheet should also be submitted to the City of Tamarac Risk Management Division, 7525 NW 88th Avenue, Tamarac FL 33321-2401. 14. PERFORMANCE Failure on the part of the Bidder to comply with the conditions, terms, specifications and requirement of the bid shall be just cause for the cancellation of the bid award. The City may, by written notice to the Bidder, terminate the contract for failure to perform. The date of termination shall be stated in the notice. The City shall be the sole judge of nonperformance. 15. DEFAULT In the event that the Bidder defaults on the contract or the contract is terminated for cause due to performance, the City reserves the right to obtain the materials or services from the next lowest Bidder or other source during the remaining term of the contract. Under this arrangement the City will charge the Bidder any excess cost occasioned or incurred thereby and shall apply to any bid bond required. 16. TERMINATION FOR CONVENIENCE OF CITY Upon seven (7) calendar days written notice delivered by certified mail, return receipt requested, to the Bidder, the CITY may without cause and without prejudice to any other right or remedy, terminate the agreement for the CITY's convenience whenever the CITY determines that such termination is in the best interest of the CITY. Where the agreement is terminated for the convenience of the CITY the notice of termination to the Bidder must state that the contract is being terminated for the convenience of the CITY under the termination clause and the extent of termination. Upon receipt of the notice of termination for convenience, the Bidder shall promptly discontinue all work at the time and to the extent indicated on the notice of termination, terminate all outstanding sub -Contractors and purchase orders to the extent that they relate to the terminated portion of the Contract and refrain from placing further orders and sub- contracts except as they may be necessary, and complete any continued portions of the work. In the event that the Contractor abandons this Agreement or causes it to be terminated, Contractor shall indemnify the City against loss pertaining to this termination. 7 Default by Contractor: In addition to all other remedies available to the City, this Agreement shall be subject to cancellation by the City should the Contractor neglect or fail to perform or observe any of the terms, provisions, conditions, or requirements herein contained, if such neglect or failure shall continue for a period of thirty (30) days after receipt by Contractor of written notice of such neglect or failure. 17. ASSIGNMENT The Bidder shall not transfer or assign the performance required by this bid without the prior written consent of the City. Any award issued pursuant to this bid and monies that may become due hereunder are not assignable except with prior written approval of the City. 18. EMPLOYEES Employees of the Bidder shall at all times be under its sole direction and not an employee or agent of the City. The Bidder shall supply competent and physically capable employees. The City may require the Bidder to remove an employee it deems careless, incompetent, insubordinate or otherwise objectionable. Bidder shall be responsible to the City for the acts and omissions of all employees working under its directions. 19. TAXES The City of Tamarac is exempt from all Federal, State, and Local taxes. An exemption certificate will be provided where applicable upon request. 20. BID PREPARATION EXPENSE The Bidder preparing a bid in response to this bid shall bear all expenses associated with its preparation. The Bidder shall prepare a bid with the understanding that no claim for reimbursement shall be submitted to the City for the expense of bid preparation and/or presentation. 21. SITE INSPECTION It shall be the responsibility of the Bidder to inspect the site before submission of bids. No plea of ignorance by the Bidder of conditions that exist or that may hereafter exist as a result of failure to fulfill the requirements of this contract will be accepted as the basis for varying the requirements of the City or the compensation to the Bidder. 22. OMISSION OF DETAILS Omission of any essential details from these specifications will not relieve the Bidder Of supplying such product(s) as specified. 23. INSURANCE REQUIREMENTS Bidder agrees to, in the performance of work and services under this Agreement, comply with all federal, state, and local laws and regulations now in effect, or hereinafter enacted during the term of this agreement that are applicable to 8 Contractor, its employees, agents, or subcontractors, if any, with respect to the work and services described herein. Bidder shall obtain at Bidder's expense all necessary insurance in such form and amount as required by the City's Risk Manager before beginning work under this Agreement. Bidder shall maintain such insurance in full force and effect during the life of this Agreement. Bidder shall provide to the City's Risk Manager certificates of all insurance required under this section prior to beginning any work under this Agreement. Bidder shall indemnify and save the City harmless from any damage resulting to it for failure of either Bidder or any subcontractor to obtain or maintain such insurance. The following are required types and minimum limits of insurance coverage that the Bidder agrees to maintain during the term of this contract: Line of Business/ Coverage Commercial General Liability Limits Occurrence Aggregate $1,000,000 $1,000,000 Including: Premises/Operations Contractual Liability Personal Injury Explosion, Collapse, Underground Hazard Products/Completed Operations Broad Form Property Damage Cross Liability and Severability of Interest Clause Automobile Liability $1,000,000 $1,000,000 Workers' Compensation & Employer's Statutory Liability The City reserves the right to require higher limits depending upon the scope of work under this Agreement. Neither Bidder nor any subcontractor shall commence work under this contract until they have obtained all insurance required under this section and have supplied the City with evidence of such coverage in the form of an insurance certificate and endorsement. The Bidder will ensure that all subcontractors will comply with the above guidelines and will maintain the necessary coverages throughout the term of this Agreement. All insurance carriers shall be rated at least A-VII per Best's Key Rating Guide and be licensed to do business in Florida. Policies shall be "Occurrence" form. Each carrier will give the City sixty (60) days notice prior to cancellation. The Bidder's liability insurance policies shall be endorsed to add the City of Tamarac as an "additional insured". The Bidder's Worker's Compensation carrier will provide a Waiver of Subrogation to the City. The Bidder shall be responsible for the payment of all deductibles and self -insured retentions. The City may require that the Bidder purchase a bond to cover the full amount of the deductible or self -insured retention. If the Bidder is to provide professional services under this Agreement, the We Bidder must provide the City with evidence of Professional Liability insurance with, at a minimum, a limit of $1,000,000 per occurrence and in the aggregate. "Claims - Made" forms are acceptable for Professional Liability insurance. 24. INDEMNIFICATION The Bidder shall indemnify and hold harmless the City of Tamarac, its elected and appointed officials and employees from any and all claims, suits, actions, damages, liability, and expenses (including attorneys' fees) in connection with loss -of life, bodily or personal injury, or property damage, including loss of use thereof, directly or indirectly caused by, resulting from, arising out of or occurring in connection with the operations of the Bidder or his Subcontractors, agents, officers, employees or independent Contractors, excepting only such loss of life, bodily or personal injury, or property damage solely attributable to the gross negligence or willful misconduct of the City of Tamarac or its elected or appointed officials and employees. 25. CLARIFICATION TO TERMS AND CONDITIONS Where there appears to be variances or conflicts between the General Terms and Conditions and the Special Conditions and/or Detailed Specifications outlined in this bid, the Special Conditions and/or the Detailed Specifications shall prevail. The Bidder shall examine all bid documents and shall judge all matters relating to the adequacy and accuracy of such documents. Any inquires, suggestions, request concerning clarification or solicitation for additional information shall be submitted in writing to the City of Tamarac Purchasing and Contract Manager, The City shall not be responsible for oral interpretations given by any City employee or its representative. 25. BID TABULATION Bidders who wish to receive a mailed copy of the bid tabulation should enclose a stamped, self-addressed envelope with their bid, or request a faxed copy by including a fax number. Bid results will not be given out by telephone. The City does not notify unsuccessful bidders of contract awards. 27. RECORDS/AUDITS The Contractor shall maintain during the term of the contract all books, reports and records in accordance with generally accepted accounting practices and standards for records directly related to this contract. The form of all records and reports shall be subject to the approval of the City's Auditor. The Contractor agrees to make available to the City's Auditor, during normal business hours and in Broward, Dade or Palm Beach Counties, all books of account, reports and records relating to this contract for the duration of the contract and retain them for a minimum period of one (1) year beyond the last day or the contract term. 10 SPECIAL CONDITIONS 1. ASSIGNMENT OF CONTRACT Neither this contract, nor any portion thereof, shall be assigned, except by formal approval of the City Commission. No such approval will be construed as making the City a part of or to such assignment, or subjecting the City to liability of any kind to any assignee. No subcontract or assignment shall, under any circumstances, relieve the Contractor of his liability and obligation under this contract, and despite any such assignment, the City shall deal through the Contractor only. However, if the company is sold during the life of the contact, the buying agent must provide the City with a letter signed by an officer of the new owner that can legally bind the company, stating that they will continue to perform the requirements of the contract under all the terms, conditions, and specifications so stated in the contract. 2. CONTRACTOR'S RESPONSIBILITY Contractor shall provide sufficient manpower so as to perform work safely and expeditiously with all equipment plainly marked with the company name. All equipment provided pursuant to this agreement shall be in good and proper working order. No work shall be performed before 8:00 AM. Exceptions to this schedule can only be made with the prior approval of the City in writing. The Contractor shall provide a qualified foreman present on the site at all times, as a fully authorized agent of the Contractor, and capable of making on -site decisions. The Contractor shall be aware that the job site is not secure, and as such is subject to pedestrian traffic at all times of the day and night. It shall be the responsibility of the Contractor to secure the job site at all times during and after construction to protect the general public from harm, and remove from the job site and properly dispose of all residues at the end of each and every workday. No unsecured materials or equipment are to be on site at night or over a weekend, unless arrangements have been made with and prior approval obtained from applicable City personnel in writing. No materials or equipment are to be stored so as to restrict traffic lines of sight. Any materials or equipment left on site shall be secured by the Contractor, who is fully and totally responsible for security. Loss of materials or equipment due to theft, vandalism, etc. shall be the responsibility of the Contractor. Any material left on site overnight shall be properly marked and identified in order to ensure public safety. 3. DAMAGE TO PUBLIC AND/OR PRIVATE PROPERTY Extreme care shall be taken to safeguard all existing facilities, site amenities, utilities, irrigation systems, windows, and vehicles on or around the job site. Damage to public and/or private property shall be the responsibility of the Contractor and shall be repaired and/or replaced in equal or better condition at no additional cost to the City. The Contractor shall use all means to protect existing objects, structures and vegetation designated to remain. In the event of damage, immediately make all repairs, replacements and dressings to damaged materials, to the approval of the City, at no additional cost to the City. In the event of damage to public and/or private 11 property, the Contractor shall immediately contact the City's Public Works Department by telephone (954) 724-2410 and inform the appropriate staff member about the location and extent of the damages. 4. PERMITS AND LICENSES The Contractor shall be responsible for securing all City Building permits. However, all City permit fees are waived. The Contractor shall submit copies of all permits required for this work. The Contractor shall be responsible to secure the necessary construction permits from other agencies as identified in the Technical Specifications. Cost of permits will be paid for from the bidding and permits allowance included in the bid schedule, if applicable. 5. SITE INSPECTION — CONTRACTOR It shall be the full responsibility of the bidder to visit and inspect the proposed construction site as shown on the engineering plans prior to the submission of a bid. No variation in price or conditions shall be permitted based on a claim of ignorance. Submission of the bid is evidence that the bidder has familiarized himself with the nature and extent of the work, and the equipment, materials, and labor requirements. Should the bidder see any problem, the bidder is to bring the problem to the attention of the City immediately. 6. SITE INSPECTION — CITY All work will be conducted under the general direction of the Public Works Department and is subject to inspection by the appointed inspectors to ensure compliance with the terms of the contract. No inspector is authorized to change any provision of the specifications without written authorization from the Director of Public Works nor shall the presence or absence of an inspector relieve the Contractor from any requirements of the contract. Any work performed past City of Tamarac's normal working hours (M-F, 7:30 AM -- 4.00 PM) must be inspected. If any work is done outside of normal working hours, the City inspector is to be compensated by the Contractor at a rate of $55.00/hour. However, if a City contract/consultant inspector is used, the Contractor will compensate that inspector at the same cost as the City's cost. In addition, the City inspector must be onsite at least one (1) hour prior to closing site for each day. If site closure has taken place after 4:30 PM, the City inspector will be compensated at the above provision. 7. SUBMITTALS Contractor shall submit all required forms and documents as required by this contract including but not limited to bonds, insurance certificates and any required drawings within 15 days from the Award. Additionally, Contractor shall apply for all applicable licenses or permits within 15 days of the Award. 12 8. WAIVER OF LIENS Prior to Final Payment of the Contract Sum, a final waiver of lien shall be submitted by all suppliers, subcontractors, and/or Contractors who worked on the project that is subject of the Agreement. Payment of the invoice and acceptance of such payment by the Contractor shall release the CITY from all claims of liability to the Contractor in connection with the Agreement. 9. PAYMENT Payment will be made monthly for work that has been completed, inspected and properly invoiced. A retainage of 10% will be deducted from monthly payment. Retainage monies will be released upon satisfactory completion and final inspection of this project. Invoices must bear the project name, project number, bid number and purchase order number. The City has up to thirty (30) days to review, approve and pay all invoices after receipt. The Contractor shall invoice the City and provide a written request to the City to commence the one-year warranty period. All necessary Release of Liens and Affidavits shall be processed before the warranty period. 10. CONTRACT DOCUMENTS The contract documents shall consist of the Standard Form Of Agreement, Bid Proposal executed and submitted by the Contractor, project specifications, plans and specifications (where applicable), any addendums or change orders, bond(s), insurance certificate(s), and the City Resolution awarding the bid. 11. CHANGE ORDERS Without invalidating the contract, without any monetary compensation, and without notice to any surety, the City reserves and shall have the right to make increases, decreases or other changes to the work as may be considered necessary or desirable to complete the proposed construction in a satisfactory manner. The Contractor shall not start work pursuant to the change order until a change order setting forth the adjustments is approved by the City, and executed by the City and Contractor. Once the change order is so approved, the Contractor shall promptly proceed with the work. CHANGES IN THE WORKICONTRACT PRICE 12. CONTRACT PRICE The Contract Price constitutes the total compensation (subject to authorized adjustments, if applicable) payable to the Contractor for performing the work. All duties, responsibilities and obligations assigned to or undertaken by the Contractor shall be at his expense without change in the Contract Price or Time except as approved in writing by the Project Manager, 12.1 Change Order The Contract Price and/or Time may only be changed by a Change Order. A fully executed change order for any extra work must exist before such extra 13 work is begun. Any claim for an increase or decrease in the Contract Price shall be based on written notice delivered by the party making the claim to the other party promptly (but in no event later than 15 days) after the occurrence of the event giving rise to the claim and stating the general nature of the claim. The amount of the claim with supporting data shall be delivered (unless the Engineer allows an additional period of time to ascertain more accurate data in support of the claim) and shall be accompanied by claimant's written statement that the amount claimed covers all known amounts to which the claimant is entitled as a result of the occurrence of said event. No claim for an adjustment in the Contract Price will be valid if not submitted in accordance with this Paragraph. CHANGES IN CONTRACT TIME 13. CHANGE ORDER The Contract Time may only be changed by a Change Order. A fully executed change order must exist prior to extension of the contract time. 13.1 Notice Any claim for an extension of the Contract Time shall be based on written notice delivered by the party making the claim to the other party at least fifteen (15) days prior to the substantial completion date of the project. Notice of the extent of the claim shall be delivered with supporting data and stating the general nature of the claim. Contractor hereby agrees to waive rights to recover any lost time or incurred costs from delays unless Contractor has given the notice and the supporting data required by this Paragraph. 13.2 Basis for Extension Extensions of time shall be considered and will be based solely upon the effect of delays to the work as a whole. Extensions of time shall not be granted for delays to the work, unless the Contractor can clearly demonstrate that such delays did or will, in fact, delay the progress of work as a whole. Time extensions shall not be allowed for delays to parts of the work that are not on the critical path of the project schedule. Time extensions shall not be granted until all float or contingency time, at the time of delay, available to absorb specific delays and associated impacts is used. 14. CITY'S OPTION In the event satisfactory adjustment cannot be reached by the City and the Contractor for any item requiring a change in the contract, and a change order has not been issued, the City reserves the right at its sole option to terminate the contract as it applies to these items in question and make such arrangements as the City deems necessary to complete the work. The cost of any work covered by a change order for an increase or decrease in the contract price shall be determined by mutual acceptance of a lump sum by the City and Contractor. If notice of any change in the contract or contract time is required to be given to a surety by the provisions of the bond, the giving of such notice shall be the Contractor's responsibility, and the amount of each applicable bond shall be adjusted accordingly. The Contractor shall 14 furnish proof of such adjustment to the CITY. Failure of the Contractor to obtain such approval from the Surety may be a basis for termination of this Contract by the CITY. 15. LIQUIDATED DAMAGES Upon failure of Contractor to complete the work within the time specified for completions, (plus approved extensions if any), Contractor shall pay City the sum of $250.00 for each calendar day that the completion of the work is delayed beyond the time specified in the contract for completion, as fixed and agreed liquidated damages and not as a penalty. Liquidated damages are hereby fixed and agreed upon between the parties, recognizing the impossibility of precisely ascertaining the amount of damages that will be sustained by City as a consequence of such delay and both parties desiring to obviate any question of dispute concerning the amount of said damages and the cost and effect of the failure of Contractor to complete the contract on time. Regardless of whether or not a single Contract is involved, the above -stated liquidated damages shall apply separately to each portion of the work for which a time of completion is given. City shall have the right to deduct from and retain out moneys which may be due or which may become due and payable to Contractor, the amount of such liquidated damages and if the amount retained by City is insufficient to pay in full such liquidated damages, Contractor shall pay in full such liquidated damages. Contractor shall be responsible for reimbursing City, in addition to liquidated damages or other per day damages for delay, for all costs of engineering, architectural fees, and inspection and other costs incurred in administering the construction of the project beyond the completion date specified or beyond an approved extension of time granted to Contractor whichever is later. These liquidated damages will not prohibit City from recovering ascertainable actual damages incurred as a result of the same delay to which the liquidated damages apply. Contractor may be liable for both liquidated damages as stated herein, and for excess completion costs of this project. In the event Contractor has been either terminated from or has abandoned the project prior to completion, this liquidated damages clause is still applicable to hold Contractor liable for the liquidated damages. i*91L,IIR The Contractor shall furnish a 5% bid bond in the amount of the total bid amount as security for the faithful project performance and payment of all of the Contractor's obligations under the contract documents, per City Code Section 1 0-156. At the completion and formal approval and acceptance of all work associated with the project, a one year warranty period will begin. At this time, a warranty bond in an amount not less than 25% of the final contract amount must be submitted. If the surety on any bond furnished by the Contractor is declared bankrupt or becomes insolvent, or its right to do business is terminated in Florida, the Contractor shall, within seven (7) days thereafter, substitute another bond meeting the requirements outlined above, which must also be acceptable to the City. 15 17. PERFORMANCE PAYMENT AND WARRANTY BONDS All bid bonds must be written by a corporate surety, having a resident agent in the State of Florida and having been in business with a record of successful continuous operation for at least five (5) years. The surety shall hold a current certificate of authority from the Secretary of Treasury of the United States as an acceptable surety on federal bonds in accordance with United States Department of Treasury Circular No. 570. The Bond shall be conditioned that the Successful Bidder performs the contract in the time and manner prescribed in the contract. The Bond shall be conditioned that the Successful Bidder promptly make payments to all persons who supply the Successful Bidder in the prosecution of the work provided for in the contract. They shall indemnify and save harmless the CITY to the extent of any and all payments in connection with the carrying out of said contract which the CITY may be required to make under the law. A Warranty bond shall continue in effect for one (1) year after final payment becomes due except as otherwise provided by law or regulation or by the Contract Documents with the final sum of said bonds reduced after final payment to an amount equal to twenty five percent (25%) of the Contract price, or an additional bond shall be conditioned that the Successful Bidder correct any defective of faulty work or material which appear within one (1) year after final completion of the Contract, upon notification by CITY. The Warranty Bond shall cover the cost of labor as well as materials. 18. LOCATION OF EXISTING UTILITIES Existing utilities may be shown on the drawings. Such information is shown for design purposes and the existing and detail given is information that is obtained during the design period and is not necessarily complete, correct or current. Prior to commencement of construction, the Contractor is responsible to locate existing city utilities affected by the construction in the field. Such utilities include but are not limited to water mains, force mains, gravity sewers, pump stations, storm sewers and drain systems. The City will provide to the Contractor available construction drawings for locating existing utilities. However, the City cannot guarantee the accuracy of drawings or any information related to existing utilities and the City will not assume responsibility or liability for damage resulting from the Contractor incorrectly locating existing utilities. Damage to any of the City's utilities incorrectly located by the Contractor or his agents shall be the responsibility of the Contractor and shall be repaired and or replaced to equal or better condition at the Contractor's expense. The Contractor shall also be liable for all damages and claims against or by the City arising in any way from damage or interference with such utilities. No additional compensation shall be allowed to the Contractor for any delays, inconvenience or damage sustained by him due to interference and/or incorrectly locating such utilities or appurtenances. 16 19. CONFLICT WITH EXISTING UTILITIES Upon completion of locating existing utilities affected by the proposed construction by the Contractor, and prior to commencement of construction, the Contractor shall examine the alignment of proposed utilities to be constructed and identify any conflicts with existing utilities. If such conflicts exist, the Contractor shall undertake accurate surveys to determine elevations of utilities and shall notify the engineer in writing seven (7) working days prior to the scheduled construction. The engineer may revise the proposed design or recommend ways and means to avoid such conflicts. The Contractor may re -schedule his work so that the construction can be completed on time. No claim for down times by the Contractor shall be allowed. 20. CONTINGENCY ALLOWANCE A contingency has been allowed for this project in the amount identified in the Bid Schedule. The Contractor is not to use this contingency allowance without permission from the City and upon written justification to the City for such use. 17 TECHNICAL SPECIFICATIONS BID 02-05B HIATUS ROAD IRRIGATION CONVERSION PURPOSE OF BID The City of Tamarac is hereby requesting sealed bids, from qualified vendors, to convert the existing rights -of -way irrigation system from City water to canal water. Contractor will supply and install all necessary new piping and hook it up to City supplied irrigation pump installed on nearby canal crossing. Contractor will also disconnect existing irrigation main lines from City water meter and make necessary reconnections to new piping. Contractor will do electrical connections from the Pump station to the FPL transformer as well. Contractor shall be responsible for necessary trenching and restoration landscaping work when project completed. The work consists of furnishing all labor, materials, equipment, tools, service and supervision necessary to properly complete the project. Installation shall be by a licensed landscape and /or irrigation contractor and crew with at least three years of verifiable full-time experience with landscaping and/or irrigation projects of similar nature or dollar cost. TECHNICAL SPECIFICATIONS The attached plans entitled "Hiatus Road Extension — Irrigation Plans" along with the Technical Specifications listed below constitute the technical specifications for this project. Contractor shall be responsible for taking measurements and verifying all dimensions, conditions, quantities and details shown on the drawings, schedules, or other data received from the City, and shall notify City of all errors, omissions, conflicts and discrepancies found therein. Failure to discover or correct errors, conflicts or discrepancies shall not relieve Contractor of full responsibility for unsatisfactory work, faulty construction, or improper operation resulting therefrom, nor from rectifying such condition at Contractor's own expense. Installation shall be completed within 60 days from date of Notice To Proceed. BASIS FOR EXTENSION Extensions of time shall be considered and will be based solely upon the effect of delays to the work as a whole. Extensions of time shall not be granted for delays to the work, unless the Contractor can clearly demonstrate that such delays did or will, in fact, delay the progress of work as a whole. Time extensions shall not be allowed for delays to parts of the work that are not on the critical path of the project schedule. Time extensions shall not be granted until all float or contingency time, at the time of delay, available to absorb specific delays and associated impacts is used. The pump will be a Hoover, model HC2F-15J5PD-230/3-AGL, capable of delivering an estimated 370 GPM @ 75 PSI at the station discharge OR EQUAL. City will install a 10' X 8' concrete pad for the pump to be installed upon. See Attachment A for pump details. W., ADDITIONAL SPECIFICATIONS: 1) IRRIGATION SYSTEM: General: Contractor shall be responsible for supplying all materials, equipment, tools, services and labor required to ensure the irrigation systems are installed and working properly, including but not limited to, familiarization with existing conditions, jack and boring (if necessary), identifying power source, providing power, ensuring proper hook-up, permitting, testing, coordination with appropriate Governmental and non -Governmental agencies, and those materials and specifications within the plans and technical specifications. Contractor shall bear any additional costs associated with Contractor's failure to consider and identify all materials, services, equipment, tools, labor and field conditions prior to submitting bid. 1.1 All mains and section lines wherever possible shall be consolidated into common trenches. Control wire in conduit shall be located under main lines for protection. 1.2 All PVC pipe shall be schedule 40 and installed as new pipe, free of defects. All pipe and fittings shall be cleaned and primed with PVC cleaner, then assembled as solvent welded fittings. The contractor guarantees assemblies for parts and assembly. 1.3 All main lines shall be schedule 40 PVC solvent weld type pipe assembly, buried to a minimum depth of 24" except in roadway sleeves, which may be deeper. 1.4 Each zone will be operated by a Rain Bird ESP-24MC electro-controller OR EQUAL, sized for the number of zones. This controller will be mounted in the pump enclosure and wired to the control panel with a rain sensor on the enclosure. Contractor will make connections to all zone valves as per attached plans specifications. See Attachment B for details. 1.5 Most trenching can be done mechanically. Hand trenching, especially where conflicts occur with other buried lines/sleeves will be necessary. Trenching will include the following: a) Tie in between existing piping and sleeves from south section to pump (approx. 200'); b) Trenching between FPL transformer and pump (approx. 100'); c) Tie in from the canal pump to all north section zones (approx. 2700') 1.6 Contractor will be required to make electrical connections from the FPL transformer to pump. Contractor will be required to refill trench and restore landscaping for this section as well. Not to delay project completion, this trench should be done first to allow electrician to complete pump station hook-up. ift 1.7 Main line to valves will be sized to maintain operational pressure of 75 psi. Pipe size from canal pump toward north end will start at 6" diameter. Pipe size will then be reduced as shown on plans. 1.8 Contractor will remove existing City water meters (7), back flow preventor, and other unnecessary piping and tie in to new main line. Contractor will returned all removed material to City. 1.9 Contractor will install four (4) gate valves and access boxes on main line as shown on plans. 1.10 Contractor will refill trenches and restore work area when system test completed. Contractor shall be responsible for damages done to all existing piping and/or sleeves. 1.11 Contractor must meet all City Purchasing Division requirements before work can be awarded. 2) Trenching And Backfilling 2.1 It is the responsibility of the Contractor to locate all buried lines and conduits prior to any work. 2.2 Trenching: perform all excavation necessary to install the system as indicated on drawings, including all necessary clearing and grubbing of any foreign substance encountered in trench area. Pile excavation material suitable for backfill at a sufficient distance from trench to avoid overloading, slides and/or cave-ins. Dispose of, off site, all organic or unsuitable foreign materials removed during excavation. Provide additional suitable fill materials required for backfilling of excavated areas. 2.3 Trenches: Make trench bottoms smooth, clean and free of all stones, stumps and rock. If such materials are encountered in trenching, excavate trench 6" deeper than ordinarily required and spread a 6" layer of sand to provide a firm bedding of the pipe. 2.4 Trench Depth: Provide 20" minimum depth of cover over piping. 2.5 Backfill over -excavation of trenches under pipe with clean sandy fill material, free of organic materials and objects larger than '/4° diameter. 2.6 Pavements: No pavement shall be cut to install irrigation work (unless otherwise indicated on the plans or pre -approved by Public Works Director). 3) Installation 3.1 General: 20 3.11 Install all materials and equipment in a neat and workmanlike manner following the recommendations of the manufacturers of the materials. The City retains the right to order removal or replacement of any items that, in its opinion, does not present a reasonably neat and workmanlike appearance. Perform and complete any required removal and replacing of materials shall be without additional expense to the City. 3.12 Sleeve Installation: Individually sleeve all PVC piping that crosses roadways or pavement more than 5' in width. Place all sleeves under roadways a minimum of 30" below grade. Lay pipe with continuous metallic detection tape applied to top surface of pipe. 3.13 Circuit Valves: Install all valve boxes, or any other miscellaneous marker or access box so the top of said structure is at finished grade. Install all valve boxes as indicated on drawings. 3.14 Valve Boxes: Control valve boxes must be underlaid with a minimum of 6" of 3/4" size gravel. 3.15 Thrust Blocks: The contractor shall install thrust blocks at all directional changes of the pressurized main in accordance with drawings. The minimum thrust block size shall be 2 cu. ft. The thrust blocks shall also incorporate strapping or rebar to anchor the fittings. In no instance shall the fitting be covered more than 50% to allow access. The City shall be notified of installation at least 48 hours prior to placement and will be present while pouring to inspect the thrust blocking. 3.2 Piping 3.21 Lay pipe on solid subbase, uniformly sloped without humps or depressions. 3.22 Installation: Install PVC pipe in dry weather when temperature is above 40 F (4 c) in strict accordance with manufacturer's instructions. 3.23 Pipe Sizing: The size of all main and lateral piping (indicated in inside diameters) shall be as indicated on the plan. If the diameter of the pipe is not shown on the plan, the following criteria shall be used to determine the pipe size: Accumulated theoretical G.P.M. Pipe Size 0 - 10 G.P.M. 3/4" 11 - 16 G.P.M. 1" 17 - 35 G.P.M. 1 '/2" 36 - 55 G.P.M. 2" 56 - 80 G.P.M. 2'/z" 81 - 120 G.P.M. 3" 121 - 210 G.P.M. 4" 210 - 420 G.P.M. 6" PA 3.24 Curing: Allow joints to cure at least 24 hours at temperature above 40 F (4 c) before testing, unless otherwise recommended by manufacturer. 3.25 Restore Paintings: Disturbed by this work. 3.3 Electrical Systems: 3.31 Size all electric control wire and install in new conduit. Tape control wires together with electrical tape not more than 5 feet o.c. Snake wire as loose as possible and with as much slack as possible to allow for the expansion and contraction of the wire. When necessary to run control wire in a separate trench, encase wire in a PVC sleeve with a minimum cover of 12+". 3.32 Wire Connections: Connections at all remote control valves and at all wire splices, leave wire with sufficient "slack" so that in case of repair the valve bonnet or splice may be brought to the surface without disconnecting the wires. Splice all wire in valve boxes. Make splices using UL listed waterproof wire connectors as recommended by the wire manufacturer. 3.33 Valve Boxes: Install all valve boxes so that the tops of all boxes are level with each other and the sides of all boxes are parallel to each other. 3.34 Lightning Protection: Install lightning protection in accordance with the manufacturer's recommendations to protect the automatic controller. Install grounding rod, 8' or more in length, at the automatic controller location to properly ground the common wire. Proper grounding is achieved when the resistance reading from an automatic controller cabinet or common wire cannot exceed 50 ohms. 3.35 Except as otherwise indicated, electrical material and components shall be listed or labeled by Underwriters Laboratories, Inc., or by a similar recognized testing organization. Listing of labeling shall include suitability for the use intended on this project. 3.36 Cutting and Patching: The Contractor shall install its work in a manner and at such times as will require a minimum of cutting and patching. The Contractor shall do all cutting and patching necessary in connection with his work. 3.37 Conductors shall be continuous from outlet to outlet without splices except within wireways or junction boxes. Mark conductors in panels, pull boxes or wireways and terminal strip terminals for identification of circuits. 3.38 Conductors shall be joined using compression splices, except any conductors #10 and smaller which may be joined using wire nut type connectors. Conductors shall be terminated using compression or pressure type terminal lugs, or in pressure terminals and be tapped using pressure type power distribution blocks. 22 3.39 Compression splices used on conductors #10 AWG and smaller shall be the self -insulated type; other splices shall be insulated using 3M #33+ or #88 plastic tape. Splices in wet locations shall be insulated with Scotch electrical rubber splicing tape, electrical tape and encapsulated with Scotchcast or equal potting compound. 3.40 Enclosure installed for safety switches, contactors, time switches, and similar equipment shall be NEMA Type 1 for dry locations and NEMA Type 3R for damp or wet locations unless otherwise noted. 3.41 Installation of system neutral grounding shall comply with the requirements of Article 250 of NEC. In addition to the equipment grounding requirements of Article 250 of NEC, install copper wire grounding conductors in all flexible conduits, feeder conduits, wireways, auxiliary gutters, surface metal raceways, control circuit conduits and underground conduits other than services. 3.42 Provide identifications nameplates for the following equipment: 1. Breakers, circuit, enclosed. 2. Control panel, lighting. 3. Switches, control. 4. Switches, safety. Install nameplates using stainless steel drive pins or machine screws. Dymo type labels and labels fastened with adhesive only will not be accepted. 3.43 Install conductor identification markers on conductors at terminations and in junction and pull boxes through which the conductors pass. Color code power conductors by insulation or tape and identify by markers in junction and pull boxes to indicate the conductors panel and circuit number. Identify control conductors by markers at all locations. 3.44 Mark junction and pull boxes with a suitable permanent marking to indicate the type(s) of circuits enclosed by the boxes. 3.45 Identification markers which are not preprinted, such as panelboard indexes, terminal block marking strips, and special cable markers, shall be typewritten or otherwise mechanically printed, not hand lettered. 3.5 Electrical System Components 3.51 Raceways And Fittings Rigid Metal Conduit -Galvanized Steel (RMC-GS): Hot dipped galvanized, ANSI Standard C80.1, Federal Specification WW-C-581, and Underwriters' Laboratories Standard UL6. Rigid Nonmetallic Conduit (RNC-PVC): Polyvinyl chloride, Schedule 40, NEMA Standard TC-2 and UL Standard 651. 23 Schedule 40 HDPE conduit manufactured to NEMA TC-2 1983 containing call out for the desired cable requirements. The cable -in -conduit assembly shall be UL listed Integral or equal, Auxiliary Gutters: National Electrical Code Article 374 and Underwriters Laboratories, Inc. Raceway Fittings: Designed for use with the type of raceways on which they are installed, and for the types of environments in which the raceways are located. 3.52 Safety Switches Characteristics: Heavy duty, fusible or nonfusible as indicated or required (as per NEC), quick make, quick break; horsepower rated. Switches shall be of number of piles, amps, and volts indicated, Switch nameplate shall indicate switch type, catalog number, and horsepower ratings. Switch handles shall be capable of being locked in the "OFF" position. Source Manufacturers: Square D, General Electric, and Westinghouse. 3,53 Outlet And Device Boxes A) Lighting outlet boxes on interior exposed or exterior conduit systems: Cast aluminum or galvanized malleable iron, with threaded hubs, designed to fit the fixtures to be installed. Provide gaskets and stainless steel fasteners for fixtures installed on boxes in damp and wet locations. B) Device boxes on interior exposed or exterior conduit systems: Type FS or FD with external threaded hubs, cast aluminum or galvanized malleable iron, suitable for the wiring devices to be installed. 1. Covers: Cast aluminum or galvanized malleable iron, designed for the wiring devices and boxes to be installed. 2. Weatherproof Covers: Provide for boxes in damp and wet locations, installed with gaskets and stainless steel fasteners, C) In wet locations, conduits entering sheet metal equipment enclosures shall terminate with gasketed hubs. Source Manufactures: Myers, Crouse -Hinds, and Efcor. D) Conduit Bodies: Cast aluminum or galvanized malleable iron of the type, shape and size to suit each location, constructed with threaded conduit ends, removable cover, gaskets and corrosion resistant screws, 24 3.54 Junction And Pull Boxes A) Characteristics: Aluminum, galvanized steel, or galvanized malleable iron boxes unless otherwise indicated, of the size required by Article 370 of NEC for the number, size, and position of conduits and conductors entering the box. Provide full access screw covers, for surface or flush installation, mounted with corrosion resistant machine screws. All inground junction/pull boxes with metal covers are to be grounded (NEC AST 250-110) 1. Where intermediate cable supports are necessary because of box dimensions, provide reinforced flange and removable #12 gauge galvanized channels for supports of conductors. B) Characteristics: PVC or reinforced glass fiber composition of the size required by NEC-370 for the number, size, and position of conduits and conductors entering the box. Provide full access screw covers, for surface or flush installation, mounted with corrosion resistant machine screws. Provide grounding lug. 3.55 Power, Grounding, And Control Conductors A) Material: Copper unless otherwise indicated. Except where used for grounding, conductors #8 AWG and larger shall be stranded. B) Sizes: Power and grounding conductors shall not be smaller than #12 AWG. Except where otherwise indicated, control conductors shall not be smaller than #14 AWG. C) 600 volt insulated conductors for general use in raceways: Shall be Type THHN only. D) Mechanical Splices: 1. For conductors larger than #10 AWG: Compression type. 2. For conductors #10 AWG and smaller: Wire -nut type spring connectors, or UL listed water resistant wire -nut type spring when used in ground and subject to water exposure. E) Taps: Power distribution blocks for multiple tapping from feeders. Base shall provide mounting and insulating properties. ILSCO type PDB or Square D type LBA or type LBC. 3.56 Identification Markers A) Equipment Identification Nameplates: Black laminated plastic with white core for lettering, letters of sizes indicated or 1/2 in. high where no size is indicated. 25 B) Conductor Identification Markers: Plastic, designed for this purpose with preprinted numbers and letters. C) Buried Utility Marking Tape: 3 in. wide x 4 mils thick polyethylene, with background color and black letters as follows: 1. Electric line: Red color. Source Product/ Manufacturers: T&B #NA0600 and Line Tec. D) Voltage Markers: 2-1/4 in. H x 9 in. W self-adhesive flexible vinyl signs with orange background and black legends. Source Products/Manufactures: 1. 120/208 Volts: Thomas & Betts WJT-5045 2. 208 Volts: Panduit PCV-208A and Thomas & Betts WJT-5013, 4) Testing 4.1 Before an application for final acceptance of the work will be considered, all tests deemed necessary by the City to show proper execution of the work shall have been performed and completed in the presence of City's representative. Scheduling of all testing procedures shall be arranged to suit the convenience of the City. 4.2 Hydrostatic Test: upon completion of the irrigation main and after sufficient time has been allowed for solvent weld joints to cure, test entire or portions of the forcemain for proper operation. The hydrostatic test shall be conducted with all main taps capped. No gate valves or control valves shall be installed prior to the conducting of the hydrostatic test (and its acceptance by the City). Flush all air from the main and check all components for proper operation. After completion of the flushing operation, test irrigation main with 125-psi hydrostatic pressure for a minimum of 4 hours. After the pressure has been stabilized, the pressure loss shall be compared with maximum allowable leakage over the four-hour period. The formula for determining the maximum allowable leakage shall be based upon the following formula: L = SD P1/2/133,200 In Which, L - Allowable Leakage, Gallons Per Hour S - Length of Pipe Being Tested D Nominal Pipe Diameter, In Inches P - Average Test Pressure During Test, In PSI Gauge 4.3 Remove and/or replace any facilities of system which do not comply with test standards and test the entire system again until satisfactory test results are obtained. 4.4 Perform ground resistance (on each grounding electrode) and insulation resistance tests. If ground resistance exceeds 25 ohms, provide additional ground rods six feet apart as necessary to provide the required ground resistance. Record 0 and maintain the results of the insulation resistance tests, including the readings obtained, with other project records on site and available for review. Do not perform tests within 48 hours following rainfall at the test location. 4.5 Correct defects and deficiencies discovered in electrical work during testing, 4.6 Operational Testing: Perform operational testing after hydrostatic testing is completed and accepted, backfill is in place, and sprinkler heads adjusted to final position. Demonstrate to City that system meets coverage requirements and that automatic controls function properly. Coverage requirements are based on operation of one circuit at a time. 5) Irrigation/Electrical System Warranty Contractor shall provide a warranty for a period of one (1) year from date of final acceptance by City. During the warranty period, Contractor shall replace, at no cost to City, any and all parts necessary should irrigation and or electrical system fail to work properly due to parts/material failure, poor workmanship, or failure of contractor to install systems properly. Contractor shall not be responsible for defects resulting from neglect by City or abuse/damage by others. 6) Safety 6.1 Government Reaulations 6.11 All work performed by Contractor or Contractor's representatives in public right- of-ways shall be performed in accordance with Florida Department of Transportation, Broward County, and City of Tamarac approved traffic maintenance plans. Contractor shall comply with all O.S.H.A. safety rules and regulations in the operation of equipment and performance of work. 6.12 Contractor's vehicles and equipment shall meet all Florida Department of Transportation work zone safety standards for proper roadway setups. All safety procedures shall be strictly enforced, i.e.; traffic cones and "people working" signs shall highlight occupied work sites. Crewmembers shall wear approved high visibility vests. A supervisor shall be on site at all times. 6.13 Contractor shall be responsible for all costs related to any and all materials required for proper traffic regulation. 6.14 Contractor shall adhere to all Federal, State and Local environmental regulations to minimize the possibility of air, water, and soil contamination or other undesirable results. 27 6.2 Project Cleanup Upon completion of the work and before acceptance and final payment, the Contractor shall clean and remove from the site, the Right -of -Way, and adjacent property, all surplus and discarded materials, rubbish, and temporary structures; restore in an acceptable manner all property, both public and private, which has been damaged during the execution of the work; and shall leave the site and vicinity unobstructed and in a neat and presentable condition throughout the entire area or length of the work under contract. The placing of materials of every character, rubbish, or equipment on abutting property, with or without the consent of the property owners, shall not constitute satisfactory disposal. If the work is of such character as may be done by blocks or sections, the Contractor may be required to remove promptly and dispose of accumulated rubbish, debris or surplus materials from blocks or sections completed or partially completed. 7) Submittals 7.1 Shop Drawings: Dimensioned drawings and layouts showing location of system components, accessories and secondary systems. Include wiring diagrams, connections and special installation details. 7.2 Upon project completion, Contractor shall submit to City, a complete set of as - built drawings indicating proper circuit numbers, conduit homeruns, branch conduit runs, valve locations and any other data deemed pertinent by City. 7.3 Product Data: Manufacturers technical product literature, including specifications and installation instructions for each component and system. 8) Permits Contractor shall be responsible for obtaining all necessary State, County, and Local permits necessary to complete project. Contractor shall be responsible, at Contractor's own expense, for any costs associated with Contractor's or Sub - Contractors failure to adhere to the requirements and specifications of any permits required for this project. W1 ATTACHMENT "A" BID 02-05B HOOVER CORPORATION Hoover Reinforced 4' x S' Fiberglass Pump System Enclosure Hoover Dual Centritiigal with Jockey Pump System (open skid available) Attachment A Re: Pump Specifications Hoover Pumping systems will furnish one Hoover model HC2F-115J5PD-230/3- AGLE.24Z fiberglass enclosed pressure demand pump system with 2-15 horsepower three phase centrifugal pumps delivering an estimated 370 total GPM @ 75 PSI at the station discharge at 10' lift with the following features: • 4' x 8' reinforced, ultraviolet and chemical resistant fiberglass enclosure over pump system with galvanized skid, self -latching lockable handle with corrosion resistant hardware; • 5 horsepower stainless steel centrifugal jockey pump with pressure sensor in the volute and TEFC motor,- U.L. listed self -diagnostic pressure start/flow retirement control panel assembly in NEMA 4 enclosure with through door disconnect, individual pump fuses, IEC starters and overload, elapsed time meters, status indicator lights for low pressure, loss of prime, pump thermal, service required and counters for time in each mode -hand or automatic, and number of occurrences for each shutdown, transient surge protection; • 3" control valve with pressure reducing and sustaining pilots, limit switch, pressure gauges up and downstream of the control valve and large capacity disk filter and 1-1/2" parallel control valve for jockey,- 0 2-15 horsepower centrifugal pumps providing 185 GPM each @ 200 TDH with thermal sensor in the volute and TEFC motor; • Galvanized steel discharge header, butterfly valve at header and each pump discharge, 47 gal. 125 PSI hydro -pneumatic fiberglass pressure tank with isolation valve and hose bib; • ESP-24MC station controller mounted in pump enclosure wired to control panel with rain sensor on enclosure; • External strobe indicator light on pump enclosure to alert of shutdown conditions; • Self-cleaning intake control assembly with filter, isolation valve, control circuitry and pressure regulating control valve; • Startup and calibration; • Installer 6" diameter galvanized roll groove discharge pipe and fittings to below grade with 30" long PVC adapter for irrigation main tie-in by others • Install 3" galvanized to below grade to schedule 40 PVC jockey suction line up to 30' to edge of water, clear of obstructions, with swing check valve, 316 stainless steel screen assembly and rip -rap support; • Install two 4" schedule 40 PVC suction pipes up to 30' to edge of water, clear of obstructions, with swing check valves, flanged self-cleaning intake assembly with 316 stainless steel screen and return line. NOTE: SUCTION FITTINGS THROUGH 4" DIlA SHALL BE SCHED. 40 PVC SOLVENT AND GALVANIZED GROOVELOCK FOR 6" AND 8" DIA, ALL SUCTION PIPE THROUGH 6- DIA. SHALL BE SCHED. 40 PVC AND SCHED. 40 GALVANIZED STEEL FOR 8" DIA. CHECK VALVES 3" AND LARGER SHALL BE SWING TYPE, 2 1 /2" AND SMALLER SHALL BE POPPET STYLE, SAFETY FEATURES, -LOSS OF PRIME -SERVICE REQUIRED -LOW PRESSURE -TRANSIENT SURGE -OVERHEAT ME a © � 1 © 2 &5 6 7 8 9 I I 10 11 12 13 PUMP PERFORmmCE 185 GPM ® 200 TDH EACH 370 TOTAu GPM IS jOCj(E'Y x 16 45 GPM ® 200 TDH 17 HOOVER MODEL;- HC2F-15.15P0--230/460-3A,C,L 18 x 19 TAMARAC HIATUS ROAD PUMP SYSTEM DETAIL ENCLSED CENTRIF. PUMPS, JOCKEY, PRESS EDGE OF WATER N IRRIGATION MAIN CONTROL PANEL (UL LISTED ASSEMBLY) PRESSURE TANK, 47 GAL, CAPACITY 125PSI JOCKEY PUMP 5 HP MAIN CONTROL VALVE PUMP 4 2 15 HP(TEFC motor when>5.5HP) PUMP B 1 15 HP(TEFC rotor when>5.5HP) 4'X8' FIBERGLASS MAT REINFORCED ENCLOSURE WITH FOREST GREEN GELCOAT FINISH 10'X6' REINFORCED CONCRETE: PAD (6' THICK) MAIN DISCHARGE VALVE HOSE BID & BALL VALVE JOCKEY CONTROL VALVE 2-4', 1-3' CHECK VALVE RiP--RAP SUPP13RTS SELF-CLEANING INTAKE WITH STAINLESS STEEL IRRIGATION CONTROLLER __ STATIONS WITH RAIN SENSOR HASP LOCK & HANDLE GAL V. STEEL SKID & DISCHARGE HEAVER OPTIONAL FEATURES ARE INCLUDED IF NOTED IN MODEL NUMBER 316 STAINLESS STEEL SCREEN, 4 INCH DUAL PLAN VIEW NOT TO SCALE FILE P0t302.DVG 5/00 . DEMAND, SELF -CLEAN, LKE SUCTI SCREEN ON ATTACHMENT "B" D �2-Q5B Cata/o Number Electronic Controller RA ESP-8MC / ESP-12MC / ESP-1 BMC / ESP-24MC / ESP-32MC / ESP-40MC / a ESP-BMC-P/,ESP- I2MC-PI ESP-16MC-P/ ESP-24MC-P / ESP-32MC-PI ESP-40MC-P ESP -MC Front Panel & Door Assemblies - Front Panel In Closed Position 74, 75, 77 48 49 54 iNSTAtuTION AND OPEUTM MTNUCnowS 20 RA/IVB/Rt7i `;�+ •r.�..raar�.ar i:•a RRT in�1NRT'FA i.ra draw.^w.�...... ."�•'�"� a. ....r...`� 26 �.■Y.�Ytl�i QyyY %i�R �11 ���' 27 19 78 ESP -MC Front Panel & Door Assemblies . Front Panel In Open Position 50 BAT d7 65 Page-.___..-__..•__._._----_...--_._._.� �— _.- _. _ - — ---.._ -... -_ ___ -- 1 of 9 ENSURE QUALITY -USE ONLY GENUINE RAIN BIRD PARTS e Copyright 2001 Rain 91rd Sprinkler Mfg, Corp. Electronic Controlfer---_ /P.4/NB/RD. • - Catalog Number ESP-,8MC / ESP-12MC / ESP-16MC / ESP-24MC / ESP-32MC / E& ESP-M-P/ ESP-I2MC-P/ ESP-16MC-P/ ESP-24MC-P / ESP-32MC-PI ESP- ESP-MC-P Front Panel & Door Assemblies - Front Panel In Closed Position 39 74, 76, 77 70 48 49 54 47 D 26 INSTALLAT1oN A oPEPAT�aN 40 44 rllyy •am '+YwMMw+�.r �" � 38 51 .,rim c�uw ESP-MC-P Front Panel & Door Assemblies - Front Panel in Open Positron F7 A7 63 C'TM tiff 31 4J t3[ b4 ® Conrriahr 2001 Hain Bird Sprinkler Mfg. Corp, ENSURE QUALITY —USE ONLY GENUINE RAIN BIRD PARTS 46 1 Catalog Number Electronic Controner # RA1N*B/RD, ESP-8MC / ESP-12MC / ESP-16MC / ESP-24MC / ESP-32MC / ESP-40MC ESP-8MC-PI ESP-12MC-P/ ESP-16MC-P/ ESP-24MC-P / ESP-32MC-PI ESP-40MC-P ESP -MC Cabinet Assembly ESP-MC-P Cabinet Assembly $rocket Wall -Mount 4,6 2 a 7 Assembly PIN III (ORO) P'N (2 (BLII) PIN /3 (ORN) PIN J4 (BLII) PIN %5 (ONO) .8 18 10 j 5,16 14 15. 16 12 Transformer Assembly - ESP -MC J 30, 31 29 Sensor Cable Assembly "1 33,34 P I N ) PIV 2 71 -. ... Cable Harness Assembly °�1..1.. 17 ® ® ® 11 .1 e's 72 13 Page Y ENSURE QUALITY —USE ONLY GENUINE RAIN BIRD PARTS0 CePYrighf 2001 Rain Bird Sprinkler M------------- /g. Corp. RA/N�kB/RD. Electronic Controller Catalog_Number W ESP-8MC / ESP-12MC / ESP-16MC / ESP-24MC / ESP-32MC / ESP--40M, ESP-8MC-PI ESP-12MC-PI ESP-16MC-P/ ESP-24MC-P / ESP-32MC-PI ESP-40MC-, Control PWB Assembly ' lS5Y NO. 634227— :.._j REV.: O ro «{ °' 000 ooa00000000a � ' n O +ssva+reccoc n o of r O O _ rl 0 ornle o" oo 00 V (1 J ® R� L P O r C1 ID ai 1 OOCOODC0o0 oD0 roloClo �" Q us 00 0 O00 U O 111 111 pm 1Nj 00 cww Oa p 0 p 0LM�({ OLl111 0.—. tll O O a o D.O. 00 "0 0n 's'U. cu 00 .a o a OM w• o ul 43-Wy y}M( U 00 'P OO qe{ U,{ CS] oVUVy 00 ae3-- 0, 0 71p O „ 00 0 00 O '{ { Ul C1 1 ✓ 11 =o 11 00 0 TTT .,o uu 00 aso 0 .�o 0 0 oOt�,ea O u O 00 P C16 p OP5 O 0 0 ao Q `' o a"a a 00 ��15 `N ueo O c6r��o BAT J 5 " b O u O oss R71p�o .,eo ap 41 p o a o 0 ®p ,per a �-1 oc" use ( J �rgeo�o CI Terminal PWB Assembly 81 80 7c■ 0 Copyrigh12001 Rain Bird Sprinkler Mfg, Corp. ENSURE QUALITY -USE ONLY GENUINE RAIN BIRD PARTS ® Catalog Number _ Electronic Controller�k - MC / ESP-12MC / ESP-16MC / ESP-24MC / ESP-32MC / ESP-40MC RA/NB/R,D, ESP8 ESP-BMC-PI ESP-I2MC-PI ESP-16MC-PI ESP-24MC-P / ESP-32MC-PI ESP-40MC-P 86 1 I C Enclosure, Transformer Assembly - ESP-MC-P 82 85 I t r Ref. Description Qt . ESP 8MC ESP MC ESP- I 6MC ESP-24MC ESP- 2MC ESP- DMC ESP -MC CABINET & DOOR ASSEMBLY COMPLETE 1 K 2220 KO 220 K62220 K02220 Ki 2220 K 2220 1 ESP -MC CABINET ASSEMBLY 1 (6331 -01) (63316 -01) (63316 -01) (633166.01) (6331 -01) (6331 -01) 2 Spacer, terminal board -ESP-C 1 (63 919) (63 919) (63 919) (631919) (6 919) (63 919) 3 Cabinet, draw formed 1 (6341 -03) (63412 -03) (63412 -03) (634126-03) (634 1 -03) (6341 -03) 4 Washer, flat a 10.032 4 (6500 -13) (65002 -13) (65002 •13) (650023-13) (6500 •13) (6500 -13) 5 Rivet Semi Tubular Oval A. 8 (65 401) (65 401) (65 401) (650401) (65 3401) (65 401) 6 Rivet, blind 0.19 4 (65043 •13) (65043 -13) (65043 •13) (650434-13) (6504 -13) (65043 -13) T ESP-MC-P CABINET ASSEMBLY 1 (63 381) (63,381) (63 381) (634381) (63 381) (63 381) 8 Gasket Foam 1 (63 402) (63.402) (63 402) (633402) (63 402) (63 402) 9 Hinge, Stamping 2 (6 403) (63 403) (63 403) (633403) (63 403) (63 403) 10 Hasp Door lack 1 (63 405) (63.405) (63 405) (633405) (63 405) (63 405) 11 Bracket, Wall Mount 1 (63,406) (63 406) (63 406) (633406) (63 406) (63 406) 12 Wiring Insulator Compartment 1 (63 407) (63 407) (63 407) (633407) (63 407) (63"407) 13 Enclosure Cabinet Bottom 1 (63378 -01) (63378 -01) (63378 •01) (633780.01) (6337 -61) (63378 -01) 14 ESP-MC-P Bracket 1 (63,291) (63,291) (63,291) (634291) (63 291) (63 91) 15 Washer, Lk N 8 Ext-tooth, Z-PLTD 4 (65016 -03) (65016 -03) (65016 -03) (650162-03) (65016?-03) (65016 -03) 16 Screw a8 X .5 4 (65018 -78) (65018 -78) (65018 -78) (650183-78) (65018?-78) (65018 -78) 17 Screw, 114 -15 X 112" 3 (65024 -71) (65024 .71) (65024 -71) (650249-71) (65024 -71) (65024 -71) 18 Screw, 5-20 x 318 HI-LO W7WSHR 5 (65056 -36) (65056 •36) (65056 -36) (650563-36) (65056 .36) (65056 •36) 19 ESP -MC DOOR ASSEMBLY 1 (63317 -01) (63317 -01) (63317 -01) (633173-01) (63317 -01) (63311 -01) 20 Door assembly, Gray Dep. Draw 1 6293 -03 6293 1-03 6293 -03 629321-03 6293 1.03 62932 .03 21 Door painted gray 1 (62911 -03) (62911 -03) (62911 -03) (629113.03) (62911 -03) (62911'-03) 27 Hinge Slip Joint F 2 (62922 -OZ) (62922 -02) (62922 •02) (629227-02) (62922 -02) (62922 02) 23 Gasket foam 10.74 Z (62967( -01) (62962 •01) (62967 -01) (629620.01) (62962;-0 1) (62962( -01) 24 Gasket foam 10.60 2 (62962( -02) (62962 •02) (62962 -02) (629620-02) (62962 -02) (62967 02) 25 Rivet Semi Tubular Oval A. 4 (65t 401) (65 401) (65t 401) (650401) (65 401) (650 fO1) 26 Cam Lock 1 65 755 6 755 65 755 650755 6 755 65 755 27 Quick Programming Guide ESP -MC 1 (63 74) (63 174) (63 174) (633174) (63 174) (633 74) 28 Plug hole .250, Nyl. White 5 (65048 -04) (65048 -04) (65048 -04) (650485-04) (65048 -04) (65048 04) 29 TransformerAssy.60Hz 1 63314 01 6331 -01 63314 -01 633148-01 6331 •01 63314 01 Note: Part numbers enclosed in brackets ( ) are not available individually, but may be sold in assemblies or kits. L 99 ENSURE QUALITY --USE ONLY GENUINE RAIN BIRD PARTS Copyright 2001 Rain Bird Sprinkler Mfg - Corp T`! __._ _ RAI)V 'fR s * Electr°nic Contr°uer _ Catalo[LNum_ber ESP-8MC / ESP-12MC / ESP-16MC / ESP-24MC / ESP-32MC / ESP-4OMC ESP-8MC-PI ESP-I2MC-P/ ESP-16MC-P/ ESP-24MC-P / ESP-32MC-PI ESP-4OMC-P Ret, Oescrl tlon Q► , ESP MC ESP- 2MC ESP- 6MC ESP-24MC ESP 2MC ESP 0MC 29 Transformer Assy.5OHz 1 6331 8.02 6331 8.02 6331 8-02 633148-02 633 48-02 633 48-02 30 Transformer 120V 1 (63 146) (S 146) (6 146) (633146) (6 3146) (6 3146) 31 Transformer 230 V 1 (63 147) (6 147) (6 147) (633147) (6 3147) (6 3147) 32 Cable Tie, Nylon 718 bundle 1 6 131 6 0131 6 0131 650131 E 50131 f 50131 33 Housing Crimp Terminals Circ 1 (65087 -02) (6508 3.02) (6508 3.02) (650873.02) (6508 3.02) (650 3-02) 34 Terminal Crimp Molex 5 (65 323) (6 323) (6 323) (650323) (6,10323) (6 0323) 35 Locknut Conduit 1 (62 013) (6 013) (6 013) (628013) (6 8013) (6 8013) 36 Anchor wall, Hammer Drive 4 (65 022) (6 022) (6 1022) (651022) (6 1022) (6 1022) 37 Plastic Anchor 10.12xI" 4 (65139 -03) (6513 -03) (6513 3-03) (651393.03) (6513 3.03) (6513 3-03) 38 ESP-MC-P DOOR ASSEMBLY 1 (63 384) (63 384) (6 384) (634384) (6,4384) (6 4384) 39 Enclosure, Cabinet Top 1 (63378 -01) (6337 1.01) (6337 1.01) (633781-01) (6337 1-01) (6337 1-01) 40 Pocket, Cabinet Top 1 (63378 -01) (6337 -01) (6337 -01) (633783.01) (6337 3-01) (6337 3.01) 41 Ouick Programming Guide ESP-MC-P 1 6 389 6 4389 04389 634389 6 4389 634389 42 Screw PHL PNH HI -LOW 7-19X172 3 (65018 -63) (650 H 3-63) (6501 3-63) (650183.63) (6501 3-63) (6501 3.63) 43 Screw PNH HI-LOW,CS 2 (65024 -16) (6502 -16) (6502 9-16) (650249 - 16) (6502 9-16) (6502 9-16) 44 Screw, 6-19 x 7116 HI-LO WWSHR 4 (65056 -47) (6505 -47) (6505 13-47) (650563.47) (6505 3.47) 1'6505 3-47) 45 ESP -MC FRONT PANEL ASSEMBLY 1 K01611 0711 01811 K01911 K 12111 02211 46 Funct select knob, Assy, gray 1 6 946 6 0946 610946 630946 00946 00946 47 Button ,TM PB Swich 1 (63 136) (63 1136) (6 136) (631136) (6 1136) (6 1136) 48 Switch Actuator 2 (6J11700 10) (63 510) (6 510) (632510) (6 510) (6 2510) 49 LCD Lens 1 6 700 612700 632700 6 2700 612700 50 FP/Shield Assy 1 (63 906) (63 905) (6 906) (632906) (6 906) (6 2906) 51 Overlay 1 (63313 -01) (6337 -02) (6337 4.03) (633134.04) (633 1, -05) (6337 4-06) 52 Control Board Assy. 1 (63422 -01) (6342 -02) (6347 7-03) (634227.04) (6342 -05) (6342 7.06) 53 Screw, 4-24 x 5/16 HI-LO W/WSHR 5 (65056 -23) (6505 -23) (6505 3.23) (650563.23) (6505 -23) (6505 3.23) 54 Keypad Silicone 1 (63 908) (63 908) (6 908) (632908) (63 908) (6 908) 55 Grommet Lock, White 2 (65097 •02) (65091 -02) (6509 8.02) (650928.02) (6509 -02) (6509 8.02) 56 Plunger Lock, White 2 (65092 -02) (65092 -02) (6509 7-02) (650927.02) (6509 -02) (6509 7-02) 57 ESP-MC-P FRONT PANEL ASSEMBLY 1 KO 1614 K61714 K 1814 K01914 K 114 42214 58 Assy Cover Foil ESP-MC-P 1 (63 905) (63 905) (6 905) (632905) (63 905) (6 905) 59 FP/Shield Assy 1 (63 392) (63 392) (6 392) (634392) (63 392) (6 392) 60 Shield, Front Panel ESP-C 1 (63 897) (63 897) (6 897) (632897) (63 897) (6 897) 61 ESP-MC-P Front Panel 1 (63 209) (63 209) (6 209) (634209) (63 209) (6 209) 62 ESP-MC-P Controller Assy. 1 (63 380) (63 380) (6 380) (634380) (63 380) 1`6 380) 63 Ground Wire Assy. 12AWG(11) 1 (63494 -11) (63494 -11) (6349 -11) (634943.11) (63494 -11) (6349 3.11) 64 XFMR Enclosure, Bracket 2 (63 112) (63 112) (6 112) (635112) (63 112) (6 112) 65 Corrosion Inhibitor Foam 1 (65 331) (65 331) (6 331) (651331) (65 331) (6 331) 66 Marker Tie 1 (65 132) (65 132) (6 132) (651132) (65 132) (6 132) 67 Wire Nuts Kit 1 (63 613) (63,613) (6 613) (634613) (63 613) (6 613) 68 Wire Clip w7Adhesive 1 (65144 -02) (65144 42) (6514 6-02) (651446-02) (65144 -02) (6514 -02) 69 Sensor Jumper Wire 1 (63 442) (63,442) (6 442) (633442) (63 442) (6 442) 70 Hinge Piano Wire 1 (63 826) (63 826) (6 826) (633826) (63 876) (6 876) CABLE ASSEMBLIES ESP -MC B ESP-MC-P 71 Cable, Sensor Assy, 8,0 1 (63204 -01) (63204 -01) (6370 -01) (632048-01) (63204 -01) (6320 -01) 72 Cable, Harness Assy. 1 (63 090) (63 090) (6 090) (633090) (63 090) (63 090) 73 CONTROL PWB ASSK ESP -MC & ESP-MC-P 1 (63422 -01) (63422 -01) (6342 7-0 1) (634227-01) (63422 -01) (6342 -01) (81) Holder, coin battery 20MM 1 (65 010) (65 10) (6 010) (651010) (65 10) (65 l 010) (LCO 1) Spacer LCD 1 (63 046) (63 46) (6 046) (632046) (63 46) (63 046) (U2) Rivet Blind 118 x .378 1 (65013 -05) (65013 •05) (6501 -05) (650139-05) (65013 -05) (6501 -05) B 1 Battery , Lithium 3.0 Volts 1 (65 009) (65 09) (6 009) (651009) (65 09) (65 009) BAT Battery Snap 9V 1 6 075 65 075 6 0075 650075 65,075 6,10075 Y2 Crystal0uartz 1 (65 484) (65(484) (6 484) (650484) (65 84) (65 484) C12 CAP 6PE+1- .SPF, 50V Ceramic Radial 1 (65001 -04) (65001 -04) (6500 -04) (650012-04) (65001 -04) (65001 -04) Note: Part numbers enclosed in brackets ( ) are not available individually, but may be sold in assemblies or kits. F® Copyright 2001 Rain Bird Sprinkler Mfg. Corp. ENSURE QUALITY -USE ONLY GENUINE RAIN BIRD PARTS Page 6.of9 Ca talo Number Electronic Controller /P.4/�/�B/RD. ESP-BMC / ESP-12MC / ESP-16MC / ESP-24MC / ESP-32MC / ESP-40MC ESP-M-P/ ESP- I2MC-P/ ESP-I6MC-P/ ESP-24MC-P / ESP-32MC-PI ESP-40MC-P Ref Descrl flan D ES -BMC ESP 12MC ESP416MC ESP-24MC CONTROL PWB ASSL ESP -MC & ESP-MC-P (cant.) C3, 8, 9,10,14, 16,17,20,24 Cap- IOUF 50V C21 Cap. .10UF 50V C22 Cap. .10UF 50V C18 Cap. .IOUF 50V C19 Cap, . IOUF 50V C23, 25 C1,2,11 Cap, .01 OF 100V C4 Cap. IOOOUF 25V Elect, AX C5 Cap. Elctl, 330UFAX 25V C6 Cap. 1000F 10% 100V C7,C15 Cap. ElectAX IOV 47MF C26 Cap. ,NPO Axial 220PF 100V CR 11-18 Diode Switch IN4148 CR6 Diode Switch IN4148 CR7 Diode Switch IN4148 CR8 Diode Switch IN4148 CR9 Diode Switch IN4148 CR 1-5,19 Diode IN4002 (J2) Eyelet , Spring .089 J1 Header Polzd. RA,. 100 CTRS 6 PINS L 1-7 Inductor Ferrite DS1-S8 LED, Red 200 CTRS LC01 Liquid Crystal Display U1 Microcon troller, CMOS 8-Bit, OTP 01,2 Transistor PNP 03,4 Transistor NPN 625MW R19,91 Res. 114w 10% IOK R2 Res, 114w 10% 3.3 K R23,85 Res. 114w 10% 10 OHM R-25.31 Res. 114w 10% 470 OHM R3,74,75, 96,97 Res, 1;4w 70% 220 K R49.56, 24, 32,98 Res. 114w 10% 150 OHM R57.60 Res. 114w 10% 150 OHM R61-64 Res, 114w 10% 150 OHM R65-72 Res. 114w 10% 150 OHM R33-40 Res. 114w 10% 150 OHM R41-48 Res. 114w 10% 150OHM R4.16 R82, 93,94,73,81 Res, 114w 10% 100 K R78,79 Res. 112w 10% 1.OK R83,86,18,80 Res, 114w 10% 47 K R86-90, R20- 22,84,87 Res. 114w 10% 4.7K R92 Res. 8.2K ,10%, 114W Copper R95,17,76,77 Res. 114w 10% 1.0 K P1 Ribbon CableAssy. RPF1 Polyswitch, RXE Series P2 Sensor Cable assy. 8.0 58 Switch 4 Pos. Slide S9 Switch Slide S2.6 Switch, Pushbutton S7 Switch, Rotary 9 1 1 1 1 5 2 1 8 1 1 1 1 6 1 i 7 8 1 1 2 2 2 1 2 7 5 11 4 4 8 8 8 18 2 4 8 1 4 1 1 1 i 1 5 1 (6508 2-01) (650 2-01) (6510 4-12) (65 It 54-12) (6 624) (6 0624) (6508 3.13) (650 3.13) (6500 4-03) (650 4.03) (6508 3.17) (650 3-17) 6500 7-01 650 3 7 - 0 1 6500 7 01 650 37 01 -- 650 7-01) 6500 7-02 650 77-02 (6 985) (6 0985) (6510 5.06) (651 5.06) 6503 0.05 650 00.05 6 0910 0910 (6 087) (6 3087) (6 088) (6 3088) 6 0369 f50369 6 0367 650367 (6500 -97) (650 9.97) (6500 -85) (650 9.85) (6500 -25) (6500 9.25) (6500 -65) (6500 9.65) (6500 -30) (6500 0-30) (6500 -53) (6500 9.53) - (6500 9.53) (6500 -22) (6500 0.22) (6507 -73) (6502)2-73) (6500 -14) (6500 0-14) 6500 9-89 650 79.89 (6500 -95) (6500 9.95) (6500 -73) (6500 9.73) (63 090) (6 3090) (6510 -08) (6510 5-08) (63204 -01) (6320 8.01) (63 651) (6I1� 0651) (65292) (61292) (65748) (60748) Is.anal "venal ESP-112MC (6500 5.55) (650085.55) (6500 5-55) (6500 5-55) (6500 5.55) (650085-55) (6500 5.55) (6500 5-55) - (650085-55) (6500 5.55) (6500 5-55) (6500 5-55) (6500 5.55) - (6500 5.55) (6508 2-01) (650882-01) (6508 2.01) (6508 2-01) (6510 4-12) (651054-12) (6510 4.12) (6510 4-12) (6 0624) (650624) (6 624) (6 624) (6508 3-13) (650883-13) (6508 3-13) (6508 3-13) (6500 4-03) (650044.03) (6500 4.03) (6500 4.03) (6508 3.17) (650883-17) (6508 3-17) (6508 3-17) 650 7.01 650037-01 650 7.01 650 7-01 650(37.01 650037.01 650 7-01 650 7.01 -- 650037-01) - 650 7.01 650 37.01 650037-01) - - - - 650(37-01 6500 7-01 650 77.02 650077-02 650 7.02 6500 7-02 (6 0985) (650985) (6 0985) (6,'0985) (6510 5.06) (651005.06) (6510 5-06) (65105.06) 650 00.05 650300.05 650 O.05 6503 0.05 0910 650910 650910 650910 (6 3087) (633087) (6 3087) (6 087) (6 3088) (633088) (6,3088) (6 088) 0369 650369 6 0369 6 0369 0367 650367 5i0367 6 0367 (6500 9-97) (650079.97) (6500 9.97) (6500 9-97) (6500 9.85) (650079.85) (6500 9.85) (6500 9.85) (6500 9.25) (650079.25) (6500 9.25) (6500 9.25) (6500 9-65) (650079.65) (6500 9.65) (6500 9-65) (6500 0.30) (650080.30) (6500 0.30) (65000-30) (6500 9.53) (650079-53) (6500 9.53) (6500 9.53) (5500 9-53) (650079.53) (6500 9-53) (6500 9-53) (6500 9.53) (650079-53) (6500 9-53) (6500 9-53) - (650079-53) (6500 9.53) (6500 9.53) (6500 9.53) (6500 -53) - - - (6500 9.53) (650 0.22) (650080.22) (6500 0-22) (6500 -22) (650 2-73) (650202-73) (6502 2-73) (6502(2-73) (650 0.14) (650080.14) (6500 0-14) (6500-14) 650 79.89 650079-89 650 79-89 6500 9-89 (650 9-95) (650079.95) (650 9.95) (6500 -95) (650 9.73) (650079.73) (650 9-73) (6500 -73) (6 3090) (633090) (6 3090) (63 090) (651 5-08) (651055.08) (651 5.08) (6510 -08) (632 8.01) (632048.01) (632 8-01) (6320 -01) (6 0651) (630651) (6 0651) (63 651) (6 1292) (651292) (6 1292) (65 292) (6 0748) (650748) (6 0748) (65)748) (6 0609) (630609) (6 0609) (63 609) Page 7 of 9 Note: Part numbers enclosed in brackets O are not available individually, but may be sold in assemblies or kits. ght 200t Rain Bird Sprinkler M ENSURE QUALITY -USE ONLY GENUINE RAIN BIRD PARTS � ®Capyr; _ _ r9 Corp. � RA/N�-kB/RD. Net Descrl Electronic Controiler Catalo Number ESP-8MC / ESP-12MC / ESP-16MC / ESP-24MC / ESP-32MC / ESP-40MC ESP- MC-P/ ESP-12MC-P/ ESP-16MC-P/ ESP-24MC-P / ESP-32MC-PI ESP-40MC-P Q tya ES 8MC ESP 12MC ESP 16MC ESP-24MC ESP 32MC ESP 40MC J2 Spring Shield 1 (6328 8-01) (6328 8.01) (6328 8-01) (632898-01) (632 8-0 1) (632 8.01) TS1 Transient Suppressor 6.8V 1 (6505 5.01) (6505 5-01) (6505 5.01) (650595-01) (650 95-01) (650 5-01) U5,8 8 Bit Latch 74HC259 2 fi iO889 650889 650889 650889 50889 150889 U9 8 Bit Latch 74HC259 1 650889 650889 650889 150889 150889 U10 8 Bit Latch 74HC259 i - - - 650889 50889 0889 U6 8 Bit Latch 74HC259 1 - - - 50889 50889 U7 8 Bit Latch 74HC259 1 - - -- - - 50889 Ul l 1-C. Real time clock, OS1302 1 (6 1011) (61 1011) (6 1011) (651011) (6 1011) (6 1011) U 12 IC EEPROM,4K Serial AT24C32.10PC 1 (6 1012) (6 1012) (6 1012) (651012) (6 i 1012) (6 i 1012) U13 I.C. , 8 BIT INPUT, 74HC251 1 (6,11014) (6 1014) (6 1014) (651014) (fi i 1014) (6 1014) U3 IC LM324 Ouad OP AMP i 6 0358 fi 0358 f50358 650358 150358 50358 U4 LC Line Decoder 3-8 DIP16 74HC138 1 650699 6 0699 f50699 650699 650699 150699 U2 Regulator, Low Drop 5V-L4947H 1 (6,10962) (6,10962) (6 0962) (650962) (6 0962) ( 0962) VR1 Diode Zener IN52328 5,6V 500 MW 1 (6500 8.71) (6500 8-71) (650 8.71) (650038-71) (650 8.71) (650 8.71) Y1 Resonator, Ceramic 6.00 MHZ 1 (65 1013) (6 1013) (6 1013) (651013) (6 1013) ( 1013) (U2) Washer, Flat #5.010 1 (6500 3.03) (6500 3-03) (650 3.03) (650023.03) (650 3.03) (650 3.03) ACCESSORIES ESP -MC & ESP-MC-P 74 Operation Manual 1 634593 614593 f34593 634593 634593 1 34593 75 Poster Installation Instructions ESP -MC 1 634529 634529 634529 634529 634529 34529 76 Poster Installation Instructions ESP-MC-P 1 634728 634728 f34728 634728 634728 34728 11 Card, Customer Registration -TM 1 632354 632354 32354 632354 632354 32354 78 Battery Nicad 7.2V 1 650929 650929 f50929 650929 650929 50929 79 Mounting Plate Assy. WM Cabinet 1 (6350)5.02) (6350 5.02) (635 5.02) (635005.02) (635 5.02) (635 05-02) TERMINAL BRD. ESP -MC PWB ASSY, 1 635 10-01 635 10-02 635 10-03 635110.04 635 10.05 635 10-06 80 TERMINAL BRD. ESP -MC & ESP-MC-P PWB ASSC 1 (6330 5.01) (6330 5-01) (633 5-01) (633085-01) (633 5-01) (633 85.01) LP45,46,47 MOV, 56V 500A 3 16 4624) (61,4624) (6 4624) (624624) (6,14624) (f 24624) 81 PWB FAB, Terminal Brd. ESP -MC 1 16 3086) (6 3086) (6 3086) (633086) (fi 3086) (f 33086) IF 1) Fuse Clip 114 DIA. PCB Mount 1 (6 0098) (6 0098) (6 0098) (650098) (6 0098) ( 0098) L 1.8,41,42 Inductor Ferrite 10 650 00.05 650 0-05 650 00-05 650300.05 650 00.05 65 00.05 1,9.12 Inductor Ferrite 4 - 650 0.05 650 00.05 650300-05 650 00.05 65C 300-05 L 13.16 Inductor Ferrite 4 - - 650 00.05 650300.05 650 00.05 65 00.05 L 17.24 Inductor Ferrite 8 - - 650300.05 650 00.05 65 00.05 L25.32 Inductor Ferrite B - - - - 650 00.05 65 00.05 L33.40 Inductor Ferrite 8 - _ - - 65 00.05 F1 Fuse Slowblow, 250V, 2-112AMP 1 (650 1.28) (6504 1-28) (650 1-28) (650431.28) (6504 1-28) (650 31-28) J6 Connector, OB15S 15 Pins 1 - - - - •- (650 10.06) J5 Connector, 0815S 15 Pins 1 - - -- (6506 0-06) (650 10.06) J4 Connector, D815S 15 Pins 1 - -- ( 650 10-06) ( 650610.06) (6506 0-06) (650 10.06) J3 Connector, 08155 15 Pins 1 ( 650 10.06) (6506 0-06) ( 650 10.06) (650610-06) (6506 0.06) (650 10-06) (J6) Jack Socket Kit i -- - - - - ( 50620) (J5) Jack Socket Kit 1 - - - - 1`6 0620) (50620) (J4) Jack Socket Kit 1 - - ( 0620) (650620) (6 0620) ( 50620) (J3) Jack Socket Kit 1 (6 50620) (6z 0620) ( 0620) (650620) (6 0620) (50620) RI Res, Metal Oxide .lOmm 2w 2% 1 (650 6.01) (6501 6-01) (650 66.01) (650766-01) (6507 6-01) (650 66-01) LP45,46,47 Mov, 56V,1000 AMPS 3 124624 6 4624 624624 624624 E24624 324624 LP1.8,41.42 Mov, 47 Volts 20mm 10 550796 6 0796 650796 650796 650796 i50796 LP9-12 Mov, 47 Volts 20mm 4 - 650796 50796 650796 f50796 550796 LP13-16 Mov, 47 Volts 20mm 4 - -- 50796 650796 f50796 550796 LP17.24 Mov, 47 Volts 20mm 8 - - - 650796 650796 550796 LP25-32 Mov, 47 Volts 20mm 8 - - - - 650796 50796 LP33-40 Mov, 47 Volts 20mm 8 - - - - -- 50796 LP43,44 Mov,14MM 47 Volts 1000 AMPS 2 50875 6 0875 50875 650875 650875 50875 C1-8,41,42 Capacitor.01 OF 10OV 10 (650 82-01) (6508 2-0 1) (650 82.01) (650882.01) (6508 2.01) (65 82.01) C9-12 Capacitor.01 OF 100V 4 (6508 2-01) (650 82.01) 1650882-01) (6508 2-01) (65 82.01) Note: Part numbers enclosed in brackets () are not available individually, but may be sold in assemblies or kits. Pag0 Copyright 2001 Rain Bird sprinkler Mfg. Corp. ENSURE QUALITY -USE ONLY GENUINE RAIN BIRD PARTS 8 9 9 Catalo Number Electronic Controller � RA,N�B,RD ESP-8MC / ESP-12MC / ESP-16MC / ESP-24MC / ESP-32MC / ESP-40MC ESP-M-P/ ESP-12MC-P/ ESP-16MC-P/ ESP-24MC-P / ESP-32MC-PI ESP-40MC-P Ref. Descrl flan Qt . E$ 8MC ESP- 11WC ESP 16MC ESP-24MC ESP- 12MC ESP 40MC TERMINAL BRD. ESP -MC B ESP-MC-P PWB ASSC (cant.) C13.16 Capacitor.01 OF 100V 4 - - (6508 2.01) (650882.01) (6508 2.01) (650 2-01) C17-24 Capacitor .01 OF 100V 8 - - (550882.01) (6508 2.01) (650 2.01) C25.32 Capacitor.01 OF 100V 8 - - (6508 2-01) (650 2-01) C33.40 Capacitor .01 OF 100V 8 - - - - (650 2.01) J1 Header, POLZO. 100 ctr, 50PINS 1 (6508 2.50) (6508 2-50) (6508 2.50) (650872.50) (6508 2.50) (650 2-50) J2 Header,Polzd, 156 CTRS 2 Pins 1 (6508 3.02) (6508 3.02) (6508 3.02) (650893.02) (6508 3.02) (650 3-02) J7 Header, Polzd. 156 CTRS 5 Pins 1 (6508 3.05) (6508 3.05) (6508 3.05) (650893.05) (6508 3.05) (650 3-05) TB1,TB2 Terminal8lk, W/Angled Condut. 16 (6510 0.01) (6510 0.01) (6510)0.01) (651000-01) (6510 0-01) (651 0-01) TB3 Terminal Blk, W/Angled Condut, 8 - (6510(0-01) (6510 0-01) (651000.01) (6510 0-01) (651 0-01) TB4 Terminal Blk, WlAngled Condut. 8 - - - (651000.01) (6510 0.01) (651 0-01) T85 Terminal Blk, W/Angled Condut. 8 - - (6510 0-01) (651( 00-01) T86 Terminal Blk, W/Angled Condut. 8 - - - - (651(00.01) 01.8,41,42 Triac, 6AMP, 400V, Isolated Tab. 10 6 1138 6 1138 651138 651138 651138 51138 09.12 Triac, 6AMP, 400V, Isolated Tab. 4 - 6 1138 651138 651138 6 1138 51138 013-16 Triac, 6AMP, 400V, Isolated Tab. 4 - 561138 651138 60136 51138 017.24 Triac, 6AMP, 400V, Isolated Tab. 8 - - - 651138 651138 51138 025-32 Triac, 6AMP, 400V, Isolated Tab. 8 - - - 651138 51138 033-40 Triac, 6AMP, 400V, Isolated Tab. 8 - - - - - 51138 82 ENCLOSURE, TRANSFORMER ASSEMBLY ESP-MC-P 1 6343 3-02 6343 3-02 634 83.02 634383.02 634 83.02 634 83-02 83 Enclosure, Transformer Top 1 (6 777) (63 777) (6 3777) (633777) (6 3777) ( 3777) 84 Cover, High Voltage Board 1 (6 778) (63 778) (6 3778) (633778) (6 3778) ( 3778) 85 Cover, Fuse PCB 1 (6 779) (63 779) (6,3779) (633779) (6 3779) ( 3779) 86 Enclosure, Transformer Bottom 1 (6 822) (63 822) (6 3822) (633822) (6 3822) ( 3822) 87 TranformerPower 120, 230 VAC 50150 HZ 1 (6 238) (63 238) (6 4238) (634238) (6 4238) ( 4238) 88 Screw, Self Taping 46.20 x .625 2 (6501 4-24) (6501 -24) (6501 4.24) (650104.24) (6501 4.24) (650 04-24) 89 Closed END, Splice 1 (6,10828) (65)828) (6 0828) (650828) (6 0828) (t 50828) 90 Terminal Block 1 (6 1382) (65f 382) (6 1382) (651382) (6 138t) ( 1382) Note: Part numbers enclosed in brackets () are not available individually, but may be sold in assemblies or kits. 9 0 9 ENSURE QUALITY -USE ONLY GENUINE RAIN BIRD PARTS 0 COPYright 2001 Rain Bird Sprinkler Mfg. Corp. COMPANY NAME: (Please Print): 0 Y V Pho (( Fax: ne: ---NOTICE--- `4 BEFORE SUBMITTING YOUR BID MAKE SURE YOU... [�1. Carefully read the General Terms & Conditions, Special Conditions and the General Requirements. 2. Carefully read the Detailed Specifications, and then pLqperly fill out the BID FORMS (Attachment "A"). © 3. Fill out and sign the NON -COLLUSIVE AFFIDAVIT (Attachment "B") and have it praoperly notarized. 4. Sign the CERTIFICATION page (Attachment "C"). Failure to do so will result in your Bid being deemed non -responsive. [] 5. Fill out the BIDDERS QUALIFICATION STATEMENT (Attachment "D"). 6.._= -Fill out the REFERENCES page (Attachment "E"). 7 Sign the VENDOR DRUG FREE WORKPLACE FORM (Attachment "F"). [� Fill out the LIST OF SUBCONTRACTORS (Attachment °G"). 9. Include a 5% BID BOND. (Attachment "H"). Failure to provide a bond will result in automatic rejection of your bid. Include proof of insurance. " 11. Carefully read the APPLICATION FOR PAYMENT (Attachment "I"), CHANGE ORDER (Attachment "J"), the FINAL RELEASE OF LIEN (Attachment "K"), and the STANDARD FORM OF AGREEMENT. D/1 2. Submit ONE (1) Original AND TWO (2) Photocopies of your bid, clearly marked with the BID NUMBER AND BID NAME on the outside of the package. i ET13. Make sure your Bid is submitted PRIOR to the deadline. Late Bids will not be accepted. Failure to provide the requested attachments may result in your bid being deemed non -responsive. I THIS PAGE AND THE FOLLOWING PAGES ARE TO BE RETURNED WITH YOUR BID. + THIS SHOULD BE THE FIRST PAGE OF YOUR BID. I29 ATTACHMENT "A" BID FORM BID NO. 02-05B Submitted by: ►" (CY) /-)e.t 7;1(Bidder) O ate) L THIS BID IS SUBMITTED TO: City of Tamarac Purchasing and Contracts Manager 7525 Northwest 88" Avenue Tamarac, Florida 33321 1. The undersigned Bidder proposes and agrees, if this bid is accepted, to enter into an agreement with the City to perform and furnish all Work as specified herein for the Contract Price and within the Contract Period indicated in this bid. 2. This bid will remain subject to acceptance for sixty (60) days after the day of bid opening. Bidder will sign and submit an agreement with the necessary documents required by the City within fifteen (15) days prior to the date of the City's Award. a) Bidder has familiarized itself with the nature and extent of the contract documents, locality, and all local conditions and laws and regulations that in any manner may affect cost, progress, performance or furnishing of the Work. b) Bidder has given the City written notice of all conflicts, errors or discrepancies that it has discovered in the contract documents and the written resolution thereof by the City is acceptable to Bidder. c) This Bid is genuine and not made in the interest of or on behalf of any undisclosed person, firm or corporation and is not submitted in conformity with any agreement or rules of any group, association, organization or corporation; Bidder has not directly or indirectly induced or solicited any other Bidder to submit a false or sham Bid; Bidder has not solicited or induced any person, firm or corporation to refrain from bidding; and Bidder has not sought by collusion to obtain for itself any advantage over any other Bidder or over the City. 3. Bidder will complete the Work for the prices shown in the "Bid Form". 4. Bidder agrees that the Work will be substantially performed and complete in accordance with the schedules established herein. C ATTACHMENT "A" (conunuea) BID NO. 02-05B The City of Tamarac is hereby requesting Bids, from qualified vendors, to convert the existing rights -of -way irrigation system from City water to canal water. In order to be considered for this project, the vendor must meet the following conditions: We propose to furnish the following in conformity with the specifications and at the below bid prices. The bid prices quoted have been checked and certified to be correct. Said prices are fixed and firm and shall be paid to Bidder for the successful completion of its obligation as specified in the contract documents. DESCRIPTION TOTAL COST Hoover Model HC2F-15J5PD-230/3-AGL Pump with $ Housing. OR Pump with Housing (List Brand & Model Below) $ �• Rain Bird ESP-24MC Electro-Controller $ OR Electro-Controller (List Brand & Model Below) Transformer trench & Electrical Connections $ (- 0 0 South Trench $ L� j North Trench $ D c� Restoration $ ? D 0 0 Piping Installation & Testing $ 1 9F<1- 00 Controller Connections $ g c)o, co TOTAL COST OF PROJECT (including furnishing all labor, materials, equipment, tools, service and 3 �� , supervision necessary to complete the project) $IL, NOTE: If the Bid submittal is based upon a Pump with Housing and/or an Electro- Controller other than the Brand Names listed above, please list the Brand and Model to be provided above and include drawings and all technical specifications with your bid submittal. 31 ATTACHMENT "A" BID FORM (continued) BID 02-05B it deems vendor has The City reserves the right to refect any bid, The undersigned at ah ve specificdeliberately legal providederroneous information. gned declare authorization to obligate their firm to the terms of this bid, and further, that they have examined the Invitation to Bid, the instructions to Bidders, the Specifications, and other documents included in this bid request, t� mshereby of this promises bid togetherand w�h all guarantees this bid and accepted, they will faithfully fulfill t warranties thereto. The undersigned bidding firm further certifies the product and/or equipment meets or exceeds the specification as stated in the bid package; and also agrees that products and/or equipment to be delivered which fail to meet bid specifications will be rejected by the City within thirty (30) days of delivery. Return of rejection will be at the expense of the bidder. It is the intent of the City to award this bid to the lowest responsible and responsive bidder. The City reserves the right to accept or reject any or all bids and to waive any informality concerning the bids when such rejection or waiver is deemed to be in the best interest of The City of Tamarac. The City reserves the right to award the bid on a _ split order basis, lump sum or individual item basis unless othe ise stated. red) Authorized Signature Company Name y _ l 'C� Al r- Address City, State, ZIP Contractor's License Number Typed/Printed Name Telephone & Fax Number Federal Tax ID# 32 ATTACHMENT "A" BID FORM (continued) Bidders Name: 'YC �� 1 1�.(?.S FEF MS: % DAYS: IDelivery/completion: w C) calendar days after receipt of Purchase Order To be considered eligible for award, one (1) original and two (2) copies of this bid form MUST be submitted with the Bid. NOTE: Bid submittals without the manual signature of an authorized agent of the Bidder shall be deemed non -responsive and ineligible for award. IF "NO BID" IS OFFERED, PLEASE PROVIDE THE FOLLOWING INFORMATION: Please indicate reason(s) why a eimoval ProposofaBidder from the City of Tamar c's l is not being submitted at this time. Return the Bid Form to avoid vendor listing. 33 ATTACHMENT ' A" BID FORM (continued) Bidder's Name: C �: 't _D. 1� r� ti..�a t"l ;�_ v t Ct Variations: The Bidder shall identify all variations and exceptions taken to the Instructions to Bidders, the Special Conditions and any Technical Specifications in the space provided below; provided, however, that such variations are not expressly prohibited in the bid documents. For each variation listed, reference the applicable section of the bid document. If no variations are listed here, it is understood that the Bidder's Proposal fully complies with all terms and conditions. It is further understood that such variations may be cause for determining that the Bid Proposal is non -responsive and ineligible for award: Section Variance Section Variance Section Variance Section Variance Attach additional sheets if necessary. 34 ATTACHMENT "B" NON -COLLUSIVE AFFIDAVIT State of ► �� �' )ss. County of i' being first duly sworn, deposes and says that: Partner, Officer, 1. He/she is the i '- ` �� ' C�. 4° � � I� `� y" 1 lc , the Representative or Agent) of r� �i l Offeror that has submitted the attached Proposal; 2. He/she is fully informed respecting the preparation tiandcontents of the attached Proposal and of all pertinent circumstances respecting such os 3. Such Proposal is genuine and is not a collusive or sham Proposal; 4. Neither the said Offeror nor any of its officers, partners, owners, agents, representatives, employees or parties in interest, including this affiant, have in any way colluded, conspired, connived or agreed, directly or indirectly, with any other Offeror, firm, or person to submit a collusive or sham Proposal in connection with the Work for which the attached such ork;al hor as a en ubmmanner, itted; or to refrain from bidding in connection with directly or indirectly, sought by agreement or collusion, or communication, or conference with any Offeror, firm, or person to fix any price or profit, or cost in the attached Proposal or of any other Offeror, o y or to elements of the Proposal price or the Proposal price of any other Offeror, secure through any collusion, conspiracy, co'ninterested an ful agreement the proposed any advantage against (Recipient), or any person Work; 5. The price or prices quoted in the attached Proposal rpa or fair and proper and unlawful agreementore n not tainted by any collusion, conspiracy, connivance, the part of the Offeror or any other of its agents, representatives, owners, employees or parties in interest, including this affiant. Signed, sealed and delivered It u By 11 Printed Name 4� l-C Tit e 14 K11 ATTACHMENT "B" NON -COLLUSIVE AFFIDAVIT continued ACKNOWLEDGMENT State of Florida County of On this they day of �,� L-'�-v , 2001, before me, the undersigned Notary Public of the State of Florida, personally appeared and (Name(s) of individual(s) who appeared before notary) whose name(s) is/are Subscribed to within the instrument, and he/she/they acknowledge that he/she/they executed it. WITNESS my hand and official seal. N ARY NJBLIC, STATE OF FLORIDA NOTARY PUBLIC SEAL OF OFFICE: CACit (Jame of Notary Public: Print, Stamp, or Type as Commissioned) ❑ Personally known to me, or MARY 5CHLMSE]2005 'Produced identification: ~ Notary Pubk, State of F My Comm. expires May 9pp r No. DD024367 eqIC- % e of Identi ati n Pro uced) ❑ DID take an oath, or f DID NOT take an oath 36 ATTACHMENT "C" CERTIFICATION THIS DOCUMENT MUST BE SUBMITTED WITH THE BID We (I), the undersigned, hereby agree to furnish the item (s)/service(s) described in the Invitation to Bid. We (1) certify that we(I) have read the entire document, including the Specifications, Additional Requirements, Supplemental Attachments, Instructions to Bidders, Terms and Conditions, and any addenda issued. We agree to comply with all of the requirements of the entire Invitation To Bid. Indicate which type of organization below: INDIVIDUAL. ❑ PARTNERSHIP ❑ CORPORATION [� OTHER ❑ If "Other", E'hlain: Aut orized Sign ture Title Name (Printed Or Typed) Federal Employer I.D./Social Security No. l , , i.�: Company Name Address City/State/Zip Fax Number Telephone Contact Person 37 ATTACHMENT "D" OFFEROR'S QUALIFICATION STATEMENT The undersigned certifies under oath the truth and correctness of all statements and of all answers to questions made hereinafter: SUBMITTED TO: City of Tamarac Purchasing and Contracts Manager ADDRESS: 7525 NW 88th Avenue Tamarac, Florida 33321 Check One Submitted By: (0) 1-1 i1.1 "> f r > �F- r v �c t' -1 -r . []Corporation Name: Partnership Address: 0" _r` ry. 1 1.1�- -[_�. ilF❑ Individual Principal Office: } r ❑ Other Telephone No. 01�-)o Fax No. 1. State the true, exact, correct and complete name of the partnership, corporation, trade or fictitious name under which you do business and the address of the place of business. The correct name of the Offeror is: ,1 �- (;, n The address of the principal place of business is: 2. If Offeror is a corporation, answer the following: a) Date of Incorporation: b) State of Incorporations c) President's name: d) Vice President's name: ► r ! rvf. G �. e) Secretary's name: f) Treasurer's name:., g) Name and address of Resident Agent: 'i:'r ;ti < r (I. 3. If Offeror is an individual or a partnership, answer the following: a) Date of organization: 38 b) Name, address and ownership units of all partners: c) State whether general or limited partnership: 4. If Offeror is other than an individual, corporation or partnership, describe the organization and give the name and address of principals: 5. If Offeror is operating under a fictitious name, submit evidence of compliance with the Florida Fictitious Name Statute. 6. How many years has your organization been in business under its present business name? - a) Under what other former names has your organization operated? 7. Indicate registration, license numbers or certificate numbers for the businesses or professions, which are the subject of this Bid. Please attach certificate of competency and/or state registration. �1.L 1. Id"Iyl �) ������Y r 1 F 8. Have you personally inspected the site of the proposed work? p YES ❑ NO 9. Do you have a complete set of documents, including drawings and addenda? /` j YES ❑ NO 10. Did you attend the Pre -Proposal Conference if any such conference was held? 0 YES ❑ NO 11. Have you ever failed to complete any work awarded to you? If so, state when, where and why: 11C.? 39 18. State the name of Surety Company which will be providing the bond, and name and address of agent: 19. Bank References: Bank Address Telephone ------------------ L�4'C1, 20, Attach a financial statement including Proposer's latest balance sheet and income statement showing the following items: a) Current Assets (e.g., cash, joint venture accounts, accounts receivable, notes receivable, accrued income, deposits, materials, real estate, stocks and bonds, equipment, furniture and fixtures, inventory and prepaid expenses): b) Net Fixed Assets c) Other Assets d) Current Liabilities (e.g., accounts payable, notes payable, accrued expenses, provision for income taxes, advances, accrued salaries, real estate encumbrances and accrued payroll taxes). e) Other Liabilities (e.g., capital, capital stock, authorized and outstanding shares par values, earned surplus, and retained earnings): i j li r �t ►�l{�,r 1 i r'.,,,,1iK..F��1 �.�� n I Isis 1 (lEti7 mCt- L) 7 CtYI(J 21. State the name of the firm preparing the financial statement and date thereof: 22. Is this financial statement for the identical organization named on page one? ❑ YES ❑ NO 23. If not, explain the relationship and financial responsibility of the organization whose financial statement is provided (e.g., parent -subsidiary). 41 THE OFFEROR ACKNOWLEDGES AND UNDERSTANDS THAT THE INFORMATION CONTAINED IN RESPONSE TO THIS QUALIFICATIONS STATEMENT SHALL BE RELIED UPON INFORMATION I ANY OMISSION BY OWNER IN AWARDING THE CONTRACT AND SUCH S WARRANTED BY OFFEROR TO BE TRUE. THE DISCOVERY OF OR MISSTATEMENT THAT MATERIALLY AFFECTS THE OFFEROR'S QUALIFICATIONS TO PERFORM UNDER THE CONTRACT SHALL CAUSE THE OWNER TO REJECT THE PROPOSAL., TO.CANCEL AN"D RMINATE THE AWARD AND/OR /l i (Signs ure) State of Florida County of T1" , k ' i ' AND IF AFTER THE AWARD CONTRACT. ACKNOWLEDGEMENT On this the day of 2001, before me, the undersigned Notary Public of the State of Florida, personally appeared ' n �i i I i l_. i ►1 and (Name(s) of individual(s) who appeared before notary) whose name(s) is/are Subscribed to within the instrument, and he/she/they acknowledge that he/she/they executed it. WITNESS my hand and official seal. ff0TARtP0BLIC, STATE OF FLORIDA NOTARY PUBLIC SEAL OF OFFICE: a*e14 (Nan3h of Notary Public: Print, Stamp, or Type as Commissioned) ❑ Personally known to me, or MARYSCHLpgSER [`_Produced identification: Notary Public, Stale of Florida / My Comm. expires May 9. 2005 (()r �S No. Dp024367 _ (T _pe of Id tification Produced) --95,�5 IV14 El DID take an oath, or D NOT take an oath 42 ATTACHMENT " REFERENCES Please list government agencies and/or private firms with whom you have done business during the last five years: t Your Company Name _ Address City State Zip Phone/Fax Agency/Firm Name: Address City State Zip Phone/Fax Contact Name Agency/Firm Name: Address City State Zip Phone/Fax Contact Name Agency/Firm Name: Address City State Zip Phone/Fax Contact Name Agency/Firm Name: Address City State Zip Phone/Fax Contact Name Agency/Firm Name, Address City State Zip Phone/Fax Contact Name 43 'IREEN At `5elMing South Florida" CITY OF MARGATE Robert Dorband 5790 Margate Boulevard Margate, FL 33063 959 972- 4996 CfTY OF FT. LAUDERDALE Mike Fay 100 North Andrews Avenue, 5`h Floor Fort Lauderdale, FL. 33304 954-761--5772 CITY OF NORTH LAUDERDALE Joe Santi 701 S.W. 7 V Avenue North Lauderdale, FL 33068 954-724-7070 CITY OF HOLLYWOOD Joseph Cangialosi 2717 Van Buren Street Hollywood, FL 33022--9045 954-921-3900 CITY OF COOPER CITY Michael Conner 11551 S.W. 4Vh street Cooper City, FL 33330-4454 95"34-2300 2130 NE 15°i Terrace Fa# Lauderdale, Florida 33305 954563-3379 ♦ Fax Di TOCCO KONSTRUCTION, INC. Bill Charland 24 Northeast 24th Avenue Suite 1 Pompano Beach, FL 33062 954-941-3329 IRRIGATION DESIGN GROUP Michael Perkins 1901 North West 1W Street Pompano Beach, FL 33069 954-971-5202 GREEN ACRES "Serving South Fbrida" GOVERNMENTAL CONTRACTS City of Margate Atlantic Boulevard Wall Project July 2001 to October 2001 City of Margate Royal Palm Boulevard Irrigation July 2000 to October 2000 City Of Hollywood Right of Way Beautification January 2000 to March 2000 City of Ft. Lauderdale East Las Olas Landscape Restoration July 1999 to September 1999 City of North Lauderdale State Road 7 - Median Irrigation March 1999 to September 1999 City of Hollywood Gateways of Hollywood Project June 1998 to December 1998 City of Cooper City Flamingo Road Project May 1998 to October 1998 2130 NE I Terrace Fat Lauderdale, Florida 33306 954 Se3,3379 • Fax 964-%63+" M ATTACHMENT "G" LIST OF SUBCONTRACTORS The Bidder shall list below the names and business address of each subcontractor who will perform Work under this Bid in excess of one-half of one percent of the Contractor's Total Bid Price, and shall also list the portion of the Work that will be done by such subcontractor. After the opening of bids, no changes or substitutions will be . allowed except as otherwise provided by law. The listing of more than one subcontractor for each item of Work to be performed with the words "and/or" will not be permitted. Failure to comply with this requirement will render the Bid as non -responsive and may cause its rejection. Contractor Percent License of Total Subcontractor's Work to be Performed Number Contract r Name and Address 7 f e f ,/ f�i^� l Y �- J�' �-^-1 L �f�I t i �'= ! ;� Y ✓i(. C' ? --y'� eC. 0 K! CI 61 L 45 VENDOR DRUG-EREE WORKPLACE Preference may be given to vendors submitting a certification with their bid/proposal certifying they have a drug -free workplace in accordance with Section 287.087, Florida Statutes. This requirement affects all public entities of the State and becomes effective January 1, 1991, The special condition is as follows: IDENTICAL TIE BIDS - Preference may be given to businesses with drug -free workplace programs. Whenever two or more bids that are equal with respect to price, quality, and service are received by the State or by any political subdivision for the procurement of commodities or contractual services, a bid received from a business that certifies that it has implemented a drug -free workplace program shall be given preference in the award process. Established procedures for processing tie bids will be followed if non of the tied vendors have a drug -free workplace program. In order to have a drug -free workplace program, a business shall: Publish a statement notifying employees that the unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance is prohibited in the workplace and specifying the actions that will be taken against employees for violations of such prohibition. 2. Inform employees about the dangers of drug abuse in the workplace, the businesses policy of maintaining a drug -free workplace, any available drug counseling, rehabilitation, and employee assistance programs, and the penalties that may be imposed upon employees for drug abuse violations. 3. Give each employee engaged in providing the commodities or contractual services that are under bid a copy of the statement specified in subsection (1). 4. In the statement specified in subsection (1), notify the employees that, as a condition of working on the commodities or contractual services that are under bid, the employee will abide by the terms of the statement and will notify the employer of any conviction of, or plea of guilty or nolo contenders to, any violation of chapter 893 or of any controlled substance law of the United States or any state, for a violation occurring in the workplace no later that five (5) days after each conviction. 5. Impose a section on, or require the satisfactory participation in a drug abuse assistance or rehabilitation program if such is available in the employee's community, by any employee who is so convicted. 6. Make a good faith effort to continue to maintain a drug -free workplace through implementation of this section. As the person authorized to sign the statement, I certi t is form complies fully with the above requirements_ Authorized Signature Company Name j ENG 11, JMRIGATIC'J%iA *SYSTEM BUILDER ERWIN, :iMTR- CiC I'YINO GREEN ACRES;IAWN SERVICES INC 2130 NE 15 : -TPRR FT LAUDEkt SALE FL.::.4.3 65 -EXPIRES',, 8/:3,,1/02 'CT;,#,. .,4, B0 acoRQ ULK I IHUA I L OF LIAbIL1 I Y IN5UKANG SR NH I UA I I_(MMIUUIY Y) EgREEN-1 12/17/01 PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE Coverall Concept Insurance HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR P.O. Box 366 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. Boca Raton FL 33429 Phone: 561_-368-3113 Fax 561-368-8226 INSURERS AFFORDING COVERAGE INSURED INSURER A: Maryland Casualty--- `►' INSURER B Clarendon National Insurance A I X Greenacres Lawn Service, Inc. j�r� INSURERC Preferred National Ins.Company fl'- V11 2130 N.E. 15 Terr. . INSURER D Ft. Lauderdale FL 33305 --- i INSURER E: ■ COVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR POLICY EFFECTIVE P 'IICY ION LTR TYPE OF INSURANCE POLICY NUMBER ❑ATE MM/DD/YY DATE-EX...YY LIMITS GENERAL LIABILITY EACH OCCURRENCE S 1,000,000 A X COMMERCIAL GENERAL LIABILITY JCLAIMS MADE C_X 1 OCCUR SCP 3350434E 08/27/01 09/27/02 FIRE DAMAGE (Any one fire) LIMED EXP (Any one person) ' $ 300,000 $ 10,000 PERSONAL & ADV INJURY — $ 1,000,000 GENERAL AGGREGATE s2,000,000 . v GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS - COMP/OP AGG $ 21000,000 I POLICY PE O v _ LOC j AUTOMOBILE LIABILITY ANY AUTO i COMBINED SINGLE LIMIT (Ea accident) $ _..._ ALL OWNED AUTOS SCHEDULED AUTOS HIRED AUTOS ^^���.....- $ BODILY INJURY (Per person) BODILY INJURY NON -OWNED AUTOS t id Per accident) (C.E7 $ PROPERTY DAMAGE (Per accident) ,� 5 GARAGE LIABILITY ANY AUTO AUTO ONLY - EA ACCIDEN OTHER THAN EA A�o 5 $ J -� -7-1 $ A AUTO ONLY: A EXCESS LIABILITY OCCUR n CLAIMS MADE EACH OCCURRENCE AGGREGATE (V $ $ $ f`f"! DEDUCTIBLE _j $ RETENTION $ $ WORKERS COMPENSATION AND EMPLOYERS' LIABILITY Q2i{RFL9c2i482 O O91 04/01 n / OD/04/ 02 OTH X TORY LIMITS ER ---...,...._.___n_ F 100000 $100000 -_...•. L. EACH ACCIDENT E�EE $ 5 0 0 0 0 0 . DISEASE -POLICY LIMIT OTHER C lEquipment Floater 72174 06/22/01 06/22/02 DESCRIPTION OF OPERATIONS/LOCATIONSNEHICLES/EXCLUSIONS ADDED BY ENDORSEMENT/SPECIAL PROVISIONS CERTIFICATE HOLDER NAMED AS ADDITIONAL INSURED THANK YOU CERTIFICATE HOLDER I Y I ADDITIONAL INSURED, INSURER LETTER: CANCELLATION TAMARAC SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION CITY OF TAMARAC DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL 10 DAYS WRITTEN FINANCE DEPT . PURCHASING NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO SO SHALL DIVISION 7525 N.W. 8 8TH AVENUE IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER, ITS AGENTS OR TAMARAC FL 33321-1543 1 REPRESENTATIVES. 25-S (7/97) ©ACORD CORPORATION 1988 CIiY Gf TAMq * CASH RECEIPTS G�'r f;: IAi E1DCL,STO'�ER FECEIRr * � 0u DRAWd R: 1 DaiE: 11i29/rii �t0 kECEtFT: 0037315 DESCRIPTION OTY A AUNT Tv TM bTU 8IND ACRES GkES 1 $2417.00 *P7 CK DID 02-65E HIATt1S RD IRR TL LE,R DE FAIL Clt 2163480 $2417.00 GATE: 11/29101 TIME: 11:4-:27 MAL CHEcx PAYMENTS li $2417. 013 I NAt1'X YGU FOR YOUP ; �Rd14f T i'A Y 11LN r Aty of Tamarac 7urchasing Division 525 N.W. 88 Avenue irac, Florida 33321-2401 724-2450 Fax (954) 724-2408 City F-f LAUUtMU/-kit State FL ZIP 33305 Phone ATT PATRICK ERWIN INVOICE Date 11 /28/01 Invoice No. 112801-2 Rep ALC Qty Description Unit Price TOTAL 1 CASHIERS CHECK IN LIEU OF 5% BID BOND BID 02-05B HIATUS ROAD IRRIGATION CREDIT TO ACCT: 001 0000 220 2008 Please take to Cashier to Validate Receipt $2,417,00 $2,417.00 SubTotal Payment Details O Cash Taxes O CK # 2163480 O MAKILe nc ennGpirre $2,417.00 $2,417.00 Signature �!+ Bids and drawings can be shipped on receipt of your UPS or FEDEX account number. PURCHASED BIDS ARE NON-REFUNDABLE Bankof America Cashier's Check No. 2163480 '41 t B e. ranch; .6, w. Itq, .4v-;: q wi .,04C Y4��.. a , f.064DO.6 .2:100 A T Rl C.i:,,: 14�1#j be.sub u& O.:aJionrCAWrn ditbi ijQliriatiq iv� a $5:06. p6r. CIS Renutter (Purchased. By) V*24 17 0 $$TWO THOUSAND FOUR HUNDRED SEVENTEEN DOLLARS AND 00 CENTS$$ Pay $ To 9 4 The $$CITY OF TAMARACI$ 0-1 Order 0 Of X ath rued jzed S re Batik of Arrtejica,.N.A. San Antonio, Teps. 111 2 1 F3 3 L, B 0 [in 1: 1 1L.0000 191: 00 164 100 206 20 0 THE ORIGINAL,I)OCUMENT HAS REFLFCTJV2.WATERMARK ON,,Tfi�,OACr,' � .,THE ORIGINALDOCUMENT HAS, MFLFCTlVEWATERMARKDXTHE BACK,::,-.M ------------ Exhibit 2 AGREEMENT TEMP, RCSO. No.� BETWEEN THE CITY OF TAMARAC AND GREEN ACRES LAWN SERVICE INC. THIS AGREEMENT is made and entered into this day of , 20 by and between the City of Tamarac, a municipal corporation with principal offices located at 7525 N.W. 88th Ave., Tamarac, FL 33321 (the "CITY") and Green Acres Lawn Service Inc., a Florida corporation with principal offices located at 2130 NE 15t" Terrace, Ft. Lauderdale, FL 33305 (the "Contractor") to provide for Hiatus Road Irrigation Conversion. Now therefore, in consideration of the mutual covenants hereinafter set forth, the City and Contractor agree as follows: 1) The Contract Documents The contract documents consist of this Agreement, conditions of the contract (General, Supplementary and other Conditions), drawings, specifications, all addenda issued prior to, and all modifications issued after execution of this Agreement. These contract documents form the Agreement, and all are as fully a part of the Agreement if attached to this Agreement or repeated therein. 2) The Work The contractor shall perform all work for the City required by the contract documents as set forth below: a) Contractor shall furnish all labor, materials, and equipment necessary as indicated in the bid package Bid 02-05B Hiatus Road Irrigation Conversion. b) Contractor shall convert the existing irrigation system from City water to canal water and installation of irrigation pump and provide any new piping necessary. c) Contractor shall clean up and remove each day all debris and material created by the work at the contractor's expense. d) Contractor shall supervise the work force to ensure that all workers conduct themselves and perform their work in a safe and professional manner. Contractor shall comply with all OSHA safety rules and regulations in the operation of equipment and in the performance of the work. Contractor shall at all times have a competent field 53 supervisor on the job site to enforce these policies and procedures at the Contractor's expense. e) All equipment must be stored in a safe manner when not in operation. The City shall not be responsible for damage to any equipment or personal injuries caused by the Contractor's failure to safely store equipment. f) Contractor shall provide the City with seventy-two (72) hours written notice prior to the beginning of work under this Agreement and prior to any schedule change with the exception of changes caused by inclement weather. g) Contractor shall comply with any and all Federal, State, and local laws and regulations now in effect, or hereinafter enacted during the term of this Agreement, which are applicable to the Contractor, its employees, agents or subcontractors, if any, with respect to the work and services described herein. 3) Insurance Contractor shall obtain at Contractor's expense all necessary insurance in such form and amount as required by the City's Risk Manager before beginning work under this Agreement including, but not limited to, Workers' Compensation, Commercial General Liability, and all other insurance as required by the City, including Professional Liability when appropriate. Contractor shall maintain such insurance in full force and effect during the life of this Agreement. Contractor shall provide to the City's Risk Manager certificates of all insurances required under this section prior to beginning any work under this Agreement. The Contractor will ensure that all subcontractors comply with the above guidelines and will retain all necessary insurance in force throughout the term of this agreement. Contractor shall indemnify and hold the City harmless for any damages resulting from failure of the Contractor to take out and maintain such insurance. Contractor's Liability Insurance policies shall be endorsed to add the City as an additional insured. Contractor shall be responsible for payment of all deductibles and self-insurance retentions on Contractor's Liability Insurance policies. 4) Time of Commencement and Substantial Completion The work to be performed under this Agreement shall be commenced after execution of the Agreement and not later than sixty (60) days after the date that Contractor receives Notice to Proceed. 5) Contract Sum The Contract Sum for the above work is Fourty Eight Thousand Three Hundred Forty Two Dollars and no cents ($48,342.00). 54 6) Payments The City shall pay in full the Contract Sum to the Contractor upon completion of the work listed in Paragraph 2 of this Agreement unless the parties agree otherwise. The City shall pay the Contractor for work performed subject to the specifications of the job and subject to any additions and deductions by subsequent change order provided in the contract documents. 7) Waiver of Liens Prior to payment of the Contract Sum, a final waiver of lien shall be submitted by all suppliers, subcontractors, and/or contractors who worked on the project that is the subject of this Agreement. 8) Warranty Contractor warrants the Hiatus Road Irrigation Conversion job completed against defect for a period of one (1) year from the date of completion of work. In the event that defect occurs during this time, Contractor shall perform such steps required in Paragraph 2 of this Agreement to the affected areas of any equipment or materials used within the project to repair said defects. Contractor shall be responsible for any damages caused by defect to affected area or to interior structure. 9) Indemnification The Contractor shall indemnify and hold harmless the City, its elected and appointed officials, employees, and agents from any and all claims, suits, actions, damages, liability, and expenses (including attorneys' fees) in connection with loss of life, bodily or personal injury, or property damage, including loss of use thereof, directly or indirectly caused by, resulting from, arising out of or occurring in connection with the operations of the Contractor or its officers, employees, agents, subcontractors, or independent contractors, excepting only such loss of life, bodily or personal injury, or property damage solely attributable to the gross negligence or willful misconduct of the City or its elected or appointed officials and employees. The above provisions shall survive the termination of this Agreement and shall pertain to any occurrence during the term of this Agreement, even though the claim may be made after the termination hereof. Nothing contained herein is intended nor shall be construed to waive City's rights and immunities under the common law or Florida Statutes 768.28, as amended from time to time. 10) Non -Discrimination The Contractor agrees that it shall not discriminate against any of its employees or applicants for employment because of their age, handicap, race, color, religion, sex, or 55 national origin, and to abide by all federal and State laws regarding nondiscrimination. The Contractor further agrees to insert the foregoing provisions in all subcontracts hereunder except subcontracts for standard commercial supplies or raw materials. Any violation of such provisions shall constitute a material breach of this Agreement. 11) Independent Contractor Contractor is an independent contractor under this Agreement. Personal services provided by the Contractor shall be by employees of the Contractor and subject to supervision by the Contractor, and not as officers, employees, or agents of the City. Personnel policies, tax responsibilities, social security and health insurance, employee benefits, purchasing policies and other similar administrative procedures applicable to services rendered under this Agreement shall be those of the Contractor. 12) Assignment and Subcontracting Contractor shall not transfer or assign the performance required by this Agreement without the prior consent of the City. This Agreement, or any portion thereof, shall not be subcontracted without the prior written consent of the city. 13) Notice Whenever either party desires or is required under this Agreement to give notice to any other party, it must be given by written notice, sent by registered United States mail, with return receipt requested, addressed to the party for whom it is intended at the following addresses. CITY City Manager City of Tamarac 7525 N.W. 88th Avenue Tamarac, FL 33321 With a copy to City Attorney at the same address. CONTRACTOR Patrick J. Erwin President Green Acres Lawn Service Inc. 2130 NE 15 Terrace Ft. Lauderdale, FL 33305 14) Termination This Agreement may be terminated by City or Contractor for cause or by the City for convenience, upon thirty (30) days of written notice by the terminating party to the other party for such termination in which event the Contractor shall be paid its compensation for services performed to termination date, including services reasonably related to termination. In the event that the Contractor abandons this Agreement or causes it to be terminated, Contractor shall indemnify the city against loss pertaining to this termination. Default by Contractor: In addition to all other remedies available to the City, this Agreement shall be subject to cancellation by the City should the Contractor neglect or fail to perform or observe any of the terms, provisions, conditions, or requirements herein contained, if such neglect or failure shall continue for a period of thirty (30) days after receipt by Contractor of written notice of such neglect or failure. 15) Agreement Subject to Funding This agreement shall remain in full force and effect only as long as the expenditures provided for in the Agreement have been appropriated by the City Commission of the City of Tamarac in the annual budget for each fiscal year of this Agreement, and is subject to termination based on lack of funding. 16) Venue This Agreement shall be governed by the laws of the State of Florida as now and hereafter in force. The venue for actions arising out of this agreement is fixed in Broward County, Florida. 17) Signatory Authority The Contractor shall provide the City with copies of requisite documentation evidencing that the signatory for Contractor has the authority to enter into this Agreement. 18) Severability; Waiver of Provisions Any provision in this Agreement that is prohibited or unenforceable in any jurisdiction shall, as to such jurisdiction, be ineffective to the extent of such prohibition or unenforceability without invalidating the remaining provisions hereof or affecting the validity or enforceability of such provisions in any other jurisdiction. The nonenforcement of any provision by either party shall not constitute a waiver of that provision nor shall it affect the enforceability of that provision or of the remainder of this Agreement. 19) Merger; Amendment This Agreement constitutes the entire Agreement between the Contractor and the 57 City, and negotiations and oral understandings between the parties are merged herein. This Agreement can be supplemented and/or amended only by a written document executed by both the Contractor and the City. IN WITNESS WHEREOF, the parties have made and executed this Agreement on the respective dates under each signature. CITY OF TAMARAC , through its Mayor and Green Acres Lawn Service, Inc., signing by and through its President duly authorized to execute same. ATTEST: Marion Swenson, CMC City Clerk Date: ATTEST: orporate Se je ary 6's-�' Boa L �rW ►� Type/Print Name of Corporate Secy (CORPORATE SEAL) 61:1 CITY OF TAMARAC Joe Schreiber, Mayor Date: 0,0 Jeffrey L. Miller, City Manager Date: Approved as to form and legal Sufficiency: Mitchell S. Kraft, City Attorney (NAME OF COMPANY) GREEN ACRES LAWN SERVICE INC. Cc i GI,-'- 7T (Name of Pr i Patrick J. E'rwi Type/Print Name of President Date: 10 - 1 --?v 1 AW CORPORATE ACKNOWLEDGEMENT STATE OF (1v COUNTY OF Yt�tiU�-u` The foregoing instrument was acknowledged before me this ! day of , 2Q_I by Patrick J. Erwin (name of officer or agent, title of officer or agent) of Green Acres Lawn Service Inc. (name of corporation acknowledging), a Florida (state or place of incorporation) corporation, On behalf of the corporation. He erso knoWnk o me take an oath. (type of identification) as identification and did (did not) C� Signature of Notary Public — State Of OFFICIALNpTARYSFAL LUANNE MILANO Florida N OrARY PUBLIC STATE OF Fi.,Oq M COMMISSION NO. DDT 1 YCOMMISSION"xp, Nov.15xm Print, Type or Stamp Name of Notary Public 59 AGREEMENT BETWEEN THE CITY OF TAMARAC AND GREEN ACRES LAWN SERVICE INC. THIS AGREEMENT is made and entered into this 2-Z day of J OX-) , 2002. by and between the City of Tamarac, a municipal corporation with principal offices located at 7525 N.W. 88th Ave., Tamarac, FL 33321 (the "CITY") and Green Acres Dawn Service Inc., a Florida corporation with principal offices located at 2130 NE 15th Terrace, Ft. Lauderdale, FL 33305 (the "Contractor") to provide for Hiatus Road Irrigation Conversion. Now therefore, in consideration of the mutual covenants hereinafter set forth, the City and Contractor agree as follows: 1) The Contract Documents The contract documents consist of this Agreement, conditions of the contract (General, Supplementary and other Conditions), drawings, specifications, all addenda issued prior to, and all modifications issued after execution of this Agreement. These contract documents form the Agreement, and all are as fully a part of the Agreement if attached to this Agreement or repeated therein. 2) The Work The contractor shall perform all work for the City required by the contract documents as set forth below: a) Contractor shall furnish all labor, materials, and equipment necessary as indicated in the bid package Bid 02-05B Hiatus Road Irrigation Conversion. b) Contractor shall convert the existing irrigation system from City water to canal water and installation of irrigation pump and provide any new piping necessary. c) Contractor shall clean up and remove each day all debris and material created by the work at the contractor's expense. d) Contractor shall supervise the workforce to ensure that all workers conduct themselves and perform their work in a safe and professional manner. Contractor shall comply with all OSHA safety rules and regulations in the operation of equipment and in the performance of the work. Contractor shall at all times have a competent field 53 supervisor on the job site to enforce these policies and procedures at the Contractor's expense. e) All equipment must be stored in a safe manner when not in operation. The City shall not be responsible for damage to any equipment or personal injuries caused by the Contractor's failure to safely store equipment. f) Contractor shall provide the City with seventy-two (72) hours written notice prior to the beginning of work under this Agreement and prior to any schedule change with the exception of changes caused by inclement weather. g) Contractor shall comply with any and all Federal, State, and local laws and regulations now in effect, or hereinafter enacted during the term of this Agreement, which are applicable to the Contractor, its employees, agents or subcontractors, if any, with respect to the work and services described herein. 3) Insurance Contractor shall obtain at Contractor's expense all necessary insurance in such form and amount as required by the City's Risk Manager before beginning work under this Agreement including, but not limited to, Workers' Compensation, Commercial General Liability, and all other insurance as required by the City, including Professional Liability when appropriate. Contractor shall maintain such insurance in full force and effect during the life of this Agreement. Contractor shall provide to the City's Risk Manager certificates of all insurances required under this section prior to beginning any work under this Agreement. The Contractor will ensure that all subcontractors comply with the above guidelines and will retain all necessary insurance in force throughout the term of this agreement. Contractor shall indemnify and hold the City harmless for any damages resulting from failure of the Contractor to take out and maintain such insurance. Contractor's Liability Insurance policies shall be endorsed to add the City as an additional insured. Contractor shall be responsible for payment of all deductibles and self-insurance retentions on Contractor's Liability Insurance policies. 4) Time of Commencement and Substantial Completion The work to be performed under this Agreement shall be commenced after execution of the Agreement and not later than sixty (60) days after the date that Contractor receives Notice to Proceed. 5) Contract Sum The Contract Sum for the above work is Fourty Eight Thousand Three Hundred Forty Two Dollars and no cents ($48,342.00). 54 6) Payments The City shall pay in full the Contract Sum to the Contractor upon completion of the work listed in Paragraph 2 of this Agreement unless the parties agree otherwise. The City shall pay the Contractor for work performed subject to the specifications of the job and subject to any additions and deductions by subsequent change order provided in the contract documents. 7) Waiver of Liens Prior to payment of the Contract Sum, a final waiver of lien shall be submitted by all suppliers, subcontractors, and/or contractors who worked on the project that is the subject of this Agreement. 8) Warranty Contractor warrants the Hiatus Road Irrigation Conversion job completed against defect for a period of one (1) year from the date of completion of work. In the event that defect occurs during this time, Contractor shall perform such steps required in Paragraph 2 of this Agreement to the affected areas of any equipment or materials used within the project to repair said defects. Contractor shall be responsible for any damages caused by defect to affected area or to interior structure. 9) Indemnification The Contractor shall indemnify and hold harmless the City, its elected and appointed officials, employees, and agents from any and all claims, suits, actions, damages, liability, and expenses (including attorneys' fees) in connection with loss of life, bodily or personal injury, or property damage, including loss of use thereof, directly or indirectly caused by, resulting from, arising out of or occurring in connection with the operations of the Contractor or its officers, employees, agents, subcontractors, or independent contractors, excepting only such loss of life, bodily or personal injury, or property damage solely attributable to the gross negligence or willful misconduct of the City or its elected or appointed officials and employees. The above provisions shall survive the termination of this Agreement and shall pertain to any occurrence during the term of this Agreement, even though the claim may be made after the termination hereof. Nothing contained herein is intended nor shall be construed to waive City's rights and immunities under the common law or Florida Statutes 768.28, as amended from time to time. 10) Non -Discrimination The Contractor agrees that it shall not discriminate against any of its employees or applicants for employment because of their age, handicap, race, color, religion, sex, or 55 national origin, and to abide by all federal and State laws regarding non-discrimination. The Contractor further agrees to insert the foregoing provisions in all subcontracts hereunder except subcontracts for standard commercial supplies or raw materials. Any violation of such provisions shall constitute a material breach of this Agreement. 11) Independent Contractor Contractor is an independent contractor under this Agreement. Personal services provided by the Contractor shall be by employees of the Contractor and subject to supervision by the Contractor, and not as officers, employees, or agents of the City. Personnel policies, tax responsibilities, social security and health insurance, employee benefits, purchasing policies and other similar administrative procedures applicable to services rendered under this Agreement shall be those of the Contractor. 12) Assignment and Subcontracting Contractor shall not transfer or assign the performance required by this Agreement without the prior consent of the City. This Agreement, or any portion thereof, shall not be subcontracted without the prior written consent of the city. 13) Notice Whenever either party desires or is required under this Agreement to give notice to any other party, it must be given by written notice, sent by registered United States mail, with return receipt requested, addressed to the party for whom it is intended at the following addresses. CITY City Manager City of Tamarac 7525 N.W. 88th Avenue Tamarac, FL 33321 With a copy to City Attorney at the same address. CONTRACTOR Patrick J. Erwin President Green Acres Lawn Service Inc. 2130 NE 15 Terrace Ft. Lauderdale, FL 33305 W 14) Termination This Agreement may be terminated by City or Contractor for cause or by the City for convenience, upon thirty (30) days of written notice by the terminating party to the other party for such termination in which event the Contractor shall be paid its compensation for services performed to termination date, including services reasonably related to termination. In the event that the Contractor abandons this Agreement or causes it to be terminated, Contractor shall indemnify the city against loss pertaining to this termination. Default by Contractor: In addition to all other remedies available to the City, this Agreement shall be subject to cancellation by the City should the Contractor neglect or fail to perform or observe any of the terms, provisions, conditions, or requirements herein contained, if such neglect or failure shall continue for a period of thirty (30) days after receipt by Contractor of written notice of such neglect or failure. 15) Agreement Subject to Funding This agreement shall remain in full force and effect only as long as the expenditures provided for in the Agreement have been appropriated by the City Commission of the City of Tamarac in the annual budget for each fiscal year of this Agreement, and is subject to termination based on lack of funding. 16) Venue This Agreement shall be governed by the laws of the State of Florida as now and hereafter in force. The venue for actions arising out of this agreement is fixed in Broward County, Florida. 17) Signatory Authority The Contractor shall provide the City with copies of requisite documentation evidencing that the signatory for Contractor has the authority to enter into this Agreement. 18) Severability; Waiver of Provisions Any provision in this Agreement that is prohibited or unenforceable in any jurisdiction shall, as to such jurisdiction, be ineffective to the extent of such prohibition or unenforceability without invalidating the remaining provisions hereof or affecting the validity or enforceability of such provisions in any other jurisdiction. The nonenforcement of any provision by either party shall not constitute a waiver of that provision nor shall it affect the enforceability of that provision or of the remainder of this Agreement. 19) Merger; Amendment This Agreement constitutes the entire Agreement between the Contractor and the 57 City, and negotiations and oral understandings between the parties are merged herein. This Agreement can be supplemented and/or amended only by a written document executed by both the Contractor and the City. IN WITNESS WHEREOF, the parties have made and executed this Agreement on the respective dates under each signature. CITY OF TAMARAC , through its Mayor and Green Acres Lawn Service, Inc., signing by and through its President duly authorized to execute same. ATTEST: Marion Sw son, CMC City Clerk _- Date: lZ���' ATTEST: orporate Se e a 1 YykL r1 Type/Print Name of Corporate Secy. (CORPORATE SEAL) 58 CITY OF TAMARAC Schreiber, Mayor t "F-- 7�C-1—I� Jeffrey VOilleK, City Manager Date: /-2S-02- Ap ro ed as to form d leg I Su ici n xx U� Mi ch II S. KraWy Attgtney (NAME OF COMPANY) GREEN ACRES LAWN SERVICE INC. (Name of.Pr i Type/Print Name of President Date: l 0- l O 1 CORPORATE ACKNOWLEDGEMENT STATE OF E]-0v[d(' � I COUNTY OF vb o-Vu The foregoing instrument was acknowledged before me this ' `fit day of DL('Q,L[)e)Y- , 20� I by Patrick J. Erwin (name of officer or agent, title of officer or agent) of Green Acres Lawn Service Inc. (name of corporation acknowledging), a Florida (state or place of incorporation) corporation, on behalf of the corporation. He ' erso know" me take an oath. (type of identification) as identification and did (did not) / ignature of Notary Public -� State of �oF ix °T^Rr. Florida LUANNE �yq,A� iARYPU$L1CSPATEof A COMMI55ION NO. DI�U6 59 Print, Type or Stamp Name of Notary Public