Loading...
HomeMy WebLinkAboutCity of Tamarac Resolution R-99-275Temp. Reso. #8757 Page 1 September 22, 1999 CITY OF TAMARAC, FLORIDA RESOLUTION NO. R-99 • al A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF TAMARAC, FLORIDA AUTHORIZING THE APPROPRIATE CITY OFFICIALS TO AWARD BID NO. 99- 28B TO ARAZOZA BROTHERS CORPORATION FOR THE INSTALLATION OF LANDSCAPING AND IRRIGATION ON THE MEDIANS OF UNIVERSITY DRIVE BETWEEN SOUTHGATE BOULEVARD AND COMMERCIAL BOULEVARD, COMMERCIAL BOULEVARD BETWEEN NW 64T" AVENUE AND ROCK ISLAND ROAD, AND PINE ISLAND ROAD BETWEEN SOUTHGATE BOULEVARD AND MCNAB ROAD; AUTHORIZING AN EXPENDITURE IN AN AMOUNT NOT TO EXCEED $347,237.20; AMENDING THE STREETSCAPE IMPROVEMENT TRUST FUND OF ESTIMATED REVENUES AND EXPENDITURES IN THE AMOUNT OF $75,000; APPROVING AN INTERFUND TRANSFER FROM THE STREETSCAPE IMPROVEMENT TRUST FUND TO THE GRANTS FUND IN THE AMOUNT OF $75,000; APPROVING A BUDGET TRANSFER WITHIN THE GENERAL FUND TO THE GRANTS FUND IN THE AMOUNT OF $121,751.05; AMENDING THE GRANTS FUND BUDGET OF ESTIMATED REVENUES AND EXPENDITURES IN THE AMOUNT OF $196,751.05 PROVIDING FOR CONFLICTS; PROVIDING FOR SEVERABILITY; AND PROVIDING FOR AN EFFECTIVE DATE. WHEREAS, the City Commission of the City of Tamarac desires to enhance landscape beautification within the City of Tamarac; and WHEREAS, On September 9, 1998, the City Commission of the City of Tamarac passed Resolution R-98-242 accepting a Florida Department of Transportation Highway Beautification Grant in the amount of $75,216.70 and authorized a match of $75,269.45 for the purpose of providing landscaping and irrigation improvements on the medians of University Drive between Southgate Boulevard and Commercial Boulevard and on Commercial Boulevard between NW 64t" Avenue and Rock Island Road; and Temp. Reso. #8757 Page 2 September 22, 1999 WHEREAS, the City of Tamarac, on July 11, 1999 and July 18, 1999, publicly advertised Bid No. 99-28B for the installation of landscaping and irrigation on the aforementioned roads, a copy of said Bid is attached hereto as Exhibit "A"; and WHEREAS, on August 25, 1999 five (5) bids were opened and reviewed in order to determine cost and responsiveness to the City's technical specifications, a bid tabulation is attached hereto as Exhibit "B"; and WHEREAS, the results of the bid opening were as follows: Arazoza Brothers Corporation ........................ $347,237.20 Green Acres Lawn Service, Inc......................$349,021.13 Recio and Associates, Inc . ............................ $366,835.89 Everglades Environmental Care, Inc . .............$436,845.00 Mark Tomberg, Inc.........................................$445,963.92 WHEREAS, Arazoza Brothers Corporation., submitted the lowest responsive and responsible bid; and WHEREAS, available funds exist in the Streetscape Improvement Fund, General Fund, and Grants Fund for said purpose; and WHEREAS, the Public Works Director and Purchasing/Contracts Manager recommend that the City utilizes Arazoza Brothers Corporation, to install landscaping and irrigation on the medians of the aforementioned roads; 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 to award bid #99-28B for the installation of landscaping and irrigation on the medians of the aforementioned Temp. Reso. #8757 Page 3 September 22, 1999 roads to Arazoza Brothers Corporation. 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 City Commission HEREBY authorizes the appropriate City Official to amend the Streetscape Improvement Trust Fund revenue account Streetscape Impact fees in the amount of $75,000 and appropriated said funds into interfund transfer account entitled "Transfer to Grants Fund". SECTION 3: An interfund transfer in the amount of $75,000 from the Streetscape Improvement Trust Fund account entitled "Transfer to Grants Fund" to Grants Fund account entitled "Construction — Landscaping" is HEREBY approved for correct accounting purposes. SECTION 4: The City Manager or his designee is HEREBY authorized to approve change orders in an amount not to exceed $34,723.72 which represents 10% of the contract amount. This amount will come from the Street Resurfacing and Streetscape Improvement Trust Fund. SECTION 5: A budget transfer in the amount of $121,751.05 from General Fund account entitled "Other Uses" to General Fund account entitled "Transfer to Grants Fund" is HEREBY approved for correct accounting purposes. Temp. Reso. #8757 Page 4 September 22, 1999 SECTION 6: An interfund transfer in the amount of $121,751.05 from the General Fund account entitled "Transfer to Grants Fund" to Grants Fund account entitled "Construction — Landscaping" is HEREBY approved for correct accounting purposes. SECTION 7: The City Commission HEREBY authorizes the appropriate City Official to amend the Grants Fund budget of estimated revenues and expenditures in the amount of $196,751.05 and appropriate said funds including any and all subsequent budgetary transfers to be in accordance with proper accounting standards. SECTION 8: The award of Bid #99-28B to Arazoza Brothers Corporation., in the amount of $347,237.20 is HEREBY authorized. SECTION 9: The appropriate City Officials are HEREBY authorized to execute an agreement with Arazoza Brothers Corporation for the installation of landscaping and irrigation on the medians of Pine Island Road between Southgate Boulevard and McNab Road, University Drive between Southgate Boulevard and Commercial Boulevard, and Commercial Boulevard between NW 641h Avenue and Rock Island Road, a copy of said agreement being hereto attached as Exhibit "C". SECTION 10: The City Manager or his designee is HEREBY authorized to close the bid award, including but not limited to making final payment and releasing of funds upon the satisfactory completion of work. SECTION 11: All Resolutions or parts of Resolutions in conflict herewith are HEREBY repealed to the extent of such conflict. 1 1 1 Temp. Reso. #8757 Page 5 September 22, 1999 SECTION 12: 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 13: This Resolution shall become effective immediately upon its passage and adoption. PASSED, ADOPTED AND APPROVED this /3 n day of ATTEST: 2� CAR L GOLD, CMC/AAE CITY CLERK I HEREBY CERTIFY that I app,�ove this RESOL TION as to foU161. - MITCHELL S Al` CITY ATTORNEY f L JOE SCHREIBER MAYOR RECORD OF COMMIS" MAYOR SCHREIBER; DIST 1: COMM. P4R'W DIST 2: VN MISHIT„ DIST 3: COW n I ST 4: COMWIROBERTS .1 MUM BROTHaRS CORPORATION Bidder's Name: 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 I v i k Section Variance 0 Section Variance Section Variance Attach additional sheets if necessary. 36 >, I NON -COLLUSIVE AFFIDAVIT 0 State of F:7I c>-iaC� ) County r+r being first duly sworn, deposes and says that: (1) He he is the - +� , (Owner, Partner, 'TDfficer, Representative or Agent) of ,�zczG la?6� C=Ln2the Bidder that has submitted the attached Bid; (2) He/she is fully informed respecting the preparation and contents of the attached Bid and of all pertinent circumstances respecting such Bid: (3) Such Bid is genuine and is not a collusive or sham Bid; (4) Neither the said Bidder 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 Bidder, firm, or person to submit a collusive or sham Bid in connection with the Work for which the attached Bid has been submitted; or to refrain from bidding in connection with such work; or have in any manner, directly or indirectly, sought by person to fix the price or prices in the attached Bid or of any other Bidder, or to fix any overhead, profit, or cost elements of the Bid price or the Bid price of any other Bidder, or to secure through any collusion, conspiracy, connivance, or unlawful agreement any advantage against (Recipient), or any person interested in the proposed work; (5) The price or prices quoted in the attached Bid are fair and proper and are not tainted by any collusion, conspiracy, connivance, or unlawful agreement on the part of the Bidder or any other of its agents, representatives, owners, employees or parties in interest, including this affiant. By: Utl� &:x (Printed Name) y37 �� .- NON -COLLUSIVE AFFIDAVIT ACKNOWLEDGMENT State of County of BEFORE ME, the undersigned authority, personally appeared Prl �Y4- f:WaZ07C? to me well known and known by me to be the person described herein and who executed the aregoinq,Affidavit an ack o edged to and before me that executed said Affidavit for he pu4o# therein expressed. WITNESS my hand and official seal this a'-Vv"day of `�' , 1999. OFFICIAL VARYSEAL ROSEMARY FERRINO NOTARY PUBLIC STATE OF FLORIDA COMMISSION NO. CCSM6 MY f0MMSION. EXP. MAY 23 LZ) Personally known to me or ) Produced identification NOTARY PUBLIC, State of Florida at Large (Signature of Notary Public: Print, Stamp, or Type as Commissioned) Type of I.D. Produced U DID take an oath, or ( ✓ DID NOT take an oath. 38 - CERTIFICATION 0 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(I) 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, EXPLAIN: AUTHORIZED SIGNATURE: P11'JC AUTHORIZED SIGNATURE (PRINTED OR TYPED) TITLE FEDERAL EMPLOYER I.D. OR SOCIAL SECURITY NO COMPANY NAME:-:�NrC�ZC-,Z-0k 1 GGY� �►' � 7 ADDRESS: �F� 'R> C)X q�D 4SQ CITY:-1 STATE: ZIP: a2�(51 TELEPHONE NO.:� ��-� FAX NO.', CONTACT PERSON: IQAt:�fr ' 4 - t 39 • CI BIDDERS QUALIFICATION STATEMENT The undersigned certifies under oath the truth and correctness of all statements and all answers to questions made hereinafter: Name of Company: (2z::)rr7C � Address: PC 01 -P State V--L Zip a- --aQ Q Telephone No. _ .� Fax No. gZr) � © d How many years has your organization been in business under its present name? j years If Bidder is operating under Fictitious Name, submit evidence of compliance with Florida Fictitious Name Statute: lac Under what former names has your business operated? At what address was that business located? ,NI P( QJA- Are you Certified? Yes ❑ No ❑ If Yes, ATTACH A COPY OF CERTIFICATION Are you Licensed? Yes ® No ❑ If Yes, ATTACH A COPY OF LICENSE Has your company or you personally ever declared bankruptcy? Yes ❑ No 0 If Yes, explain: Are you a sales representative ❑ distributor ❑ broker ❑ or manufacturer ❑ of the commodities/services bid upon? Have you ever received a contract or a purchase order from the City of Tamarac or other governmental entity? Yes a No ❑ _ If mexpl 'n ( fie, service/project, bid title, etc) r 1 f ' fGtS Have you ever received a complaint on a contract or bid awarded to you by any governmental entity? Yes ❑ No ® If yes, explain: Have you ever been debarred or suspended from doing business with any governmental entity? _Yes ❑ No -X, If yes, explain: u ;= _.- 40 a REFERENCES Please list name of government agency or private firm(s) with whom you have done business within the past five years: Agency/Firm Name: Agency/Firm Name: Address Address: City/State/Zip City/State/Zip Phone: Fax: Phone: Fax: Contact Contact: Agency/Firm Name: Agency/Firm Name: Address Address: City/State/Zip City/State/Zip Phone: Fax: Phone: Fax: Contact Contact: Agency/Firm Name: Agency/Firm Name: Address Address: City/State/Zip City/State/Zip Phone: Fax: Phone: Fax: Contact Contact: Agency/Firm Name: Agency/Firm Name: Address Address: City/State/Zip City/State/Zip Phone: Fax: Phone: Fax: Contact Contact: YOUR COMPANY NAME ADDRESS PHONE: SAP n77 A 41 • Y3 Preference may be given to vendors sabrriftling a certification with their bid/pruposal certifying they have a drug free workplace in ac ccrdanoe with gacUvn 287.087, Florida Statutes- This requirement efts all pubga ergibm of the State and becomes effective January 1. 1991. The special cond➢tian is as follows: IOKIMPAL TIEBIDS - Preference may be given to busir0saes with drug-f vO WO"180e programs. WheMvar bNo or more bids wh%h are equal with nnepect to prim, qua*, and service are received by the State or by any political subdivision for h4a pi ocoerneret of commodifies or coritrach"d sere c*3� a did racelved from a business that certifies that It has implenwnted a drug Iree workplace Program shall be given prefier wwe In the sward process. Established pt dures for processing tie bids will be followed if rmn of the tied vendors have a drug -free workplace program_ In order to have a drug -free workplace program, a business shall: 1. Publish a statement narWing employees tfud the untawAA manufoctu,. doetribcm0n, dopeneing, possesslon, or use of a controlled substarre is prohibited in the► w0rk0aoa3 and specifying the aC ons that wiff be tWwn agakwt empkryees for viclabor+s of such prahibition. 2. lrrfbrm empkWces about +,& dangers of drug abuse in the workplace, the business 8 policy of mein atiining a drug -free warkplace, any available drug counseling, rehabintation, and Cmployee assistance programs, and the peneFdas that may be imposed upon employees for drug abuse violations. 3. Give each emplayse engaged in providing the commod0as or conbrac&ml services that are under bid a copy of the aUMement sperafe4 In sub"Won (1). 4. In the statement sp wcifie in subsection (i). no* the emplayora host, as a condrfion of workhV on &a corromce dies or mnbvctual services thst are under bid. the employee win abide by the Mena cif the statement and w9l notify the employer of any conviction of, or pica of guay or nclo contendere to, any violation of chapter 893 or of any controlled substuw-e law of the United States or any state, for a violation vcmwing in the workplace no Is" &at five (5) daYs after each conYfeton. 5. Impose a $gcdo3n on, or require the, satlsfacbory participation in a drug abuse assistance or rehabilitation profit" M if such is avai]able in the emplpyes's community, by any employee who is so convicted. B. Make a good faith effort to continue to maintain a drug -free workPlaca thrOU91" implemen n of ties section. As the person authorized to sign the statest ot, l c8ftffy that this form comP"es fully with the above requirements - ARAM BROTHERS CORPORATION Authorized Sig Company Name- - .— ! 42 STANDARD FORM OF AGREEMENT • THIS AGREEMENT is entered into on 1999, between the City of Tamarac, a municipal corporation with principal offices located at 7525 NW 881h Avenue, Tamarac, Florida 33321 (hereinafter "City") and, (hereinafter "Contractor) , a Florida corporation with principal offices located at, WITNESSETH: The CITY and the CONTRACTOR in consideration of the mutual covenants hereinafter set forth, agree as follows: 1. The undersigned CONTRACTOR hereby represents that he has carefully examined the Proposal Specifications and all Contract documents, and will perform the contractual requirements pursuant to all covenants and conditions. The CONTRACTOR agrees to comply with the requirements of the specifications contained • in the Request for Proposal. 2. The CONTRACTOR, as evidenced by the execution of this contract, acknowledges that he/she has examined the physical characteristics of the job requirements. The CONTRACTOR further acknowledges that the proposal price of includes all costs and expenses and is the total compensation required to be paid by the CITY for the satisfactory completion of the contract requirements. 3. The contract between the CITY and the CONTRACTOR include the following documents which are attached hereto and incorporated herein by reference of the following: CONTRACT DOCUMENT/S Request for Proposal, Instructions to Bidders, General Terms and Conditions, Insurance Requirements, Special Conditions -- • Specifications Proposal Form Proposal Signature Form Statement of No Bid Variations Non -Collusive Affidavit Certification Proposer's Qualification Statement References Drug Free Workplace Certification Addenda numbers to , inclusive, and Any Modifications, including Change Orders, duly delivered after execution of this Agreement. 4. This Agreement shall be for a term of three (3) years beginning on . and ending on _ . and may be renewed in writing for two (2) additional one (1) year terms. 5. 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 Robert S. Noe, Jr. City Manager City of Tamarac 7525 N.W. 88th Avenue Tamarac, FL 33321 With a copy to the City Attorney at the same address. CONTRACTOR (Name of Contractor) (Title of named above; (Name of Company) (Address) (Address) (City, State, ZIP) 44 6. The CONTRACTOR shall not, without prior written consent of the CITY, assign any portion of its interest under this contract and, specifically, the CONTRACTOR shall not assign any moneys due or to become due without the prior written consent of the CITY. 7. CONTRACTOR represents and warrants that the computer system used to carry out the obligations set forth in this Agreement ("the System"), and all interfaces to the System, including, but not limited to, interfaces with other systems and data entry interface for the System, are Year 2000 compliant. Year 2000 compliant means information technology that accurately processes date/time data (including, but not limited to, calculating, comparing, and sequencing) from, into, and between the twentieth and twenty-first centuries and the years 1999 and 2000 and beyond including leap year calculations. Year 2000 compliant also means that the Year 2000 compliant information technology, when used in combination with other information technology, shall accurately process date/time data when other information technology exchanges date/time data with it. This warranty shall survive the expiration or termination of this Agreement. 8. CONTRACTOR agrees to 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) including but not limited to, loss of life, bodily or personal injury, or property damage, and loss of use thereof, directly or indirectly caused by, resulting from, arising out of or occurring in connection with the failure of CONTRACTOR's System to be Year 2000 compliant. 9. The CITY and the CONTRACTOR each binds themselves, their partners, successors, assigns and legal representatives to the other party hereto in respect to all covenants, agreements and obligations contained in the contract documents. 10. The contract documents constitute the entire agreement between the CITY and the CONTRACTOR and may only be altered, amended or repealed by a duly executed written instrument. 45 a C] • 11. This Agreement shall be governed by the laws of the State of Florida as are now and hereinafter in force. The venue for actions arising out of this Agreement is fixed in Broward County, Florida. IN WITNESS WHEREOF, the parties hereto have executed this Agreement, the day and year first above written. ATTEST: CITY OF TAMARAC, FLORIDA Carol Gold, AAE/CMC City Clerk Approved as to Form: City Attorney WITNESS: (Print or Type Name) (Print or Type Name) By: Joe Schreiber, Mayor By: Robert S. Noe, Jr. City Manager CONTRACTOR: By: (Print or Type Name and Title) ,art 46 E CORPORATE ACKNOWLEDGEMENT STATE OF COUNTY OF The foregoing instrument was acknowledged before me this day of 1999 by (name of officer or agent, title of officer or agent) of (name of corporation acknowledging), a (state or place of incorporation) corporation, on behalf of the corporation. He is personally known to me (type of identification) as identification and did (did not) take an oath. Signature of Notary Public -- State of Florida Print, Type or Stamp Name of Notary Public 3 0 Arazoza Bros., Corp. r 15901 S.W. 242 Street, Homestead, Florida 33031 - (305) 246-3223 - Fax (305) 246-0481 Class of Work SR 55 (1-275) Sunshine Skyway Bridge Mailing address - P.O. Box 924890, Princeton, Florida 33092 com 1p etion % By Us $1,066,000 Aug-97 80% Name/Address of Owner FLorida Dept. of Transportation 3204 Gulf to Bay Blvd. Clearwater, Fl. 34619 Contact Person: Teresa Harrison Phone: (813)725-7950 FDOT# 87030-3537 $565,850 Apr-97 100% Florida Dept. of Transportation SR 5 (US-1) fm 1-95 to 1000 NW 111th Ave. - Rm. 6107 SW 37th Ave. Miami, Ff. 33172-5800 Contact Person: Gus Graupera Phone: (305) 499-2357 275 Beautification (PhA) $1,708,451 Aug-97 85% City of St. Petersburg roj. No. 988-52, 1-275 Xeriscape P.O. Box 2842 (Ph.2) Proj. No. 94446-001, & St. Petersbug, Fl. 33731 1-275 Northern Extension, Franklin Contact Person: Elizabeth Hammond Bridge Proj. No. 988-52 Phone: (813) 893-7035 Noise Abatement Barrier Wall $432,000 Dec-96 100% Delant Construction, Inc. Miami International Airport 7380 NW 77 Court Miami, Fl. 33166 Contact Person: Juan Delgado Phone: (305) 592-2223 Arbor Greene - Phase 1 $538,875 Oct-97 100% Arbor Greene Joint Venture Landscaping 18000 Arbor Greene Drive Tampa, Fl. 33647 Contact Person: Tom Panaseny Phone: (813) 973-1740 Bill Baggs Cape Florida Park $1,748,550 Dec-95 100% Dept. of Environmental Protection Reforestation Project Phases Marjory Stoneman Douglas Bldg. I,II,IV DEP Contract No. RP033, 3900 Commonwealth Blvd. RP040, DC009 Tallahassee,Fl. 32399 Contact Person: Steve Gubitti Phone: (904) 488-6433 ;W-240 $426,000 Feb-99 90 .- RKT ConstruOt Arjo_-. Orlando Infefnatibhal'Airpiori ` �x 1514 S."WashiriA"Vedue Tittusville, FL 32780 )s Arcazozca taros., Corp. 15901 S.W. 242 Street, Homestead, Florida 33031 - (305) 246-3223 - Fax (305) 246-0481 Mailing address - P.O. Box 924890, Princeton, Florida 33092 Class of Work IN PIRQGRES Contract Amt AS OF 8199 Completion % Cow Namc/Address of Owner FDOT# 228172-1-52-01 $527,687 Aug-99 95% Florida Dept. of Transporation SR 811 (Dixie Highway) fm. Copans 3400 W. Commercial Blvd. Rd. to SR 810 (Hillsboro Blvd.) Ft. Lauderdale, FI. 33309-3421 Change Order #1 (10/26/98) Increase $26,400 Contact Person: Jennifer Olson Phone: (954) 777-4600 1-75 Rest Area @ Miami Canal $858,159 Feb-99 30% Community Asphalt Corp. FDOT# 86075-3444 14005 NW 186 Street Miami, FI. 33015 Contact Person: Ignacio Halley Phone: (305) 829-0700 1-95 Widening P.B. Lakes Blvd. - $395,654 Nov-99 40% Hubbard Construction Co. N. Lake Blvd. P.O. Box 547217 Orlando, FI. 32854-7217 Contact Person: Tom Craft Phone: (407) 645-5500 FDOT# 250140-1-52-01 $438,739 Aug-99 95% Florida Dept. of Transportation SR 826 (Palmetto Expressway) 1000 N.W. 111 Ave., Room 6107 A fm. SR 5 to SW 66th Street Miami, FI, 33172-5800 Change Order#1 (11/6/98) Increase $21,937 Contact Person: Gus Graupera Phone: (305) 470-5404 FDOT# 93220-3449 $492,999 Oct-99 85% Community Asphalt Corp. SR-9 (1-95) fm. Linton Blvd. to 14005 NW 186 Street Hypoluxo Rd_ Miami, A. 33015 Contact Person: Ignacio Halley Phone: (305) 829-0700 Florida Atlantic University - $361.388 Oct-99 85% Brown 8 Root Building Company Northern Palm Beach Campus Ext. 1312 University Boulevard Jupiter, FL 33458 BP-250 $1.088,731 May-00 25% Odebrecht Contractors of Florida Orl Interng�onpl Airp EMM�r o 201 Alhambra Circle, Suite 1400 ire►- r Coral•Gables, FL 33134 Total Worth of These Contracts: $4,211,693.57 No extensions • • Arazoza Bros., Corp. 15901 S.W. 242 Street, Homestead, Florida 33031 - (305) 246-3223 - Fax (305) 246-0481 Mailing address - P.O. Box 924890, Princeton, Florida 33092 VEHICLE & EQUIPMENT REFERENCE LIST As of: 04/28/1999 10 1994 Belshie Trailer 16F01423R1024512 11 1990 Chevrolet 2500 Pick-up 1 GFC24K3LZ113448 12 1993 Chevrolet C-70 Flat Bed Dump 1GBM7HIJIPJ101155 13 1996 Chevrolet C-70 1GBJ7H1JIT104893 14 1995 Chevrolet S-10 Pick-up 1GCCS1442SK232505 15 1997 Chevrolet S-10 Pick-up 1 GCCS1445VB158143 16 1989 Chevrolet Pick-up 1 GCDC14Z1 KE242745 1999 Chevrolet Tahoe 1GNEC13R3XJ381755 17 1995 Dodge Ram 3B7HC13Y4SM178754 18 1999 Dodge Ram 1500 w/ Queen Cab 3B7HC13Y3XM516572 101996 1996 Ford F-150 Pick up 1 FTEF15Y2TLB00399 2 1996 Ford F-250 Pick up 1 FTHW25F7TEA28511 21 1990 Ford F-250 Pick up 1 FTEF25N1 LNA29129 22 1994 Ford 350 XLT 1 FTJW35F3REA52000 23 1994 Ford F350 w/ Cab 1 FTJX35K1 RKC05548 24 1992 Ford F350 w/ Cab 2FTJW35M8NCB082 25 1990 Ford F350 Pick up 2FTJW35MXLCB37914 26 1984 Ford L-7000 2600gal. Water truck 1 FDPK70U1 EVA54515 27 1986 GMC Forward W-7 Water Truck J8DM7A1 S2G3200047 28 1991 Intemational Aluminum Water Truck 1 HSHKGGR5MH335862 29 1982 Intemational 20ft Flatbed Truck WT TAA19E3CHA19627 30 1983 Intemational Dump Truck 1 HTAA17E7DHA19683 31 1987 Intemational Truck Semi 1HSZBGTRXHHB10923 32 1985 Mack Super liner Tractor 1 M2V1 77Y2FM001 171 33 1988 Nissan UD 16ft. Flatbed truck JNAMA93J2JGH45452 1997 Olsmobile L55 Sedan 1 G3HY52KXV4834221 1996 Toyota RAV 4 JT3GP10V4T0003049 T10 1990 Crosley Equip.trailer 12' dual axel CTLSL10K6LS003462 T11 1996 Eager Beaver 10HDB trailer 112HAN301TLO46080 T12 1996 Eager Beaver AP10 trailer 112AAH2O4TLO44832 T�& 1972 East Trailer DS032474 1989 Fontaine flatbed trailer 13N1452C9K1545216 1 - T4 988 Great -Dane V 1 GRAA9629�JS081800 T1 1986 Great Dane 42ft 1 GRDM8426GM0730 NAQ Year_ Serial # 1997 Chainsaw 16" B 95209HO4627 1997 Chainsaw 16" B (Husguama) VPW040UB24RA 1997 Chainsaw 16" B (Husguama) 97245000243 E10 1990 Ford 555C A406291 Combination Backhoe loader 1968 Kent Trailer (White) Immobile 35180 1995 Lawn Mower 4WG7719 1994 1850 McMillan Auger Drive 13406 1996 1850 McMillan Auger Drive N/A 1997 1850 McMillan Auger Drive & Bit 20220 1998 1850 McMillan Auger Drive & Bit 21585 1994 24" McMillan Bit No# 1994 36" McMillan Bit No# 1996 36" McMillan Bit No# E11 1992 New Holland L785 w/ Bucket 827919 Skid Steer loader E12 1994 New Holland L785 w/ Bucket 848168 E13 1996 New Holland LX 885 898957 Skid Steer loader E14 1997 New Holland LX 885 w/ Bucket 113223 Skid Steer loader E15 1998 New Holland LX 885 115150 Skid Steer loader E16 1999 Backhoe Model 416C 4ZN16442 1993 Pallet Fork No# 1994 Pallet Fork No# 1996 Pallet Fork No# 1998 Pallet Fork No# 1996 Quickcut Chop Saw T8350 13377786 1993 Tree Boom No# 1994 Tree Boom No# 1996 Tree Boom No# 1997 Tree Boom No# 1998 Tree Boom No# 1998 617 Bradco Trencher 6CC8739 • Pi Arazoza Bros., Corp. s- D06/17/9 RD CERTIFICATE OF LIABILITY INSURANCE ARAZp-2 06/17/99 AC RA THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION PRbDUCER Ross insurance of Florida, Inc ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER, THIS CERTIFICATE DOES NOT -AMEND. EXTEND OR b/a Anpher-Ross Insurance ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. 1 Nob Hill Road 33351 COMPANIES AFFORDING COVERAGE rise FL James F. Mu COMPANY Murphy A Reliance National. Indemnity Phone No. 954-748-4000 F.-No 954-748-4225 INSURED COMPANY B American Guarantee & Liability Arazoza Brothers Corporation Agri Brothers Corporation COMPANY C Bridgefield Employers Ins. Co. Aqualawn Inc. P.O. Box 924890 COMPANY I Princeton FL 33092 D COVERAGES :. . THIS IS TO CERTIFY THAT 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 LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. CO TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE POLICY EXPIRATION LIMITS DATE (MM/DO/YY) DATE (MM/OO/YY) LTR GENERAL AGGREGATE $2, 000, 000 GENERAL LIABILITY A X COMMERCIAL GENERAL LIABILITY NGB1721257 06/15/99 06/15/00 PRODUCTS •COMPIOPAGG $2,000,000 PERSONAL & AOV INJURY S 110001000 CLAIMS MADE Q OCCUR OWNERS A CONTRACTOWS PROT EACH OCCURRENCE S 110001000 7C Aggregate Limit FIRE DAMAGE (Any one(we) $100,000 Per Project MED EXP (Any one Persal) S5,000 AUTO MOBILELIABILITY COM81NEO SINGLE LIMIT $1,000,000 A X ANrALITO NKA1722162 06/15/99 06/15/00 ALL OWNED AUTOS BODILY INJURY S (Per Person) SCHEDULED AUTOS HIRED AUTOS BODILY INJURY S (Per 8CCI&-0 X NON -OWNED AUTOS PROPERTY DAMAGE $ AUTO ONLY - EA ACCIDENT S GARAGE LIABILITY I OTHER THAN AUTO ONLY: ANY AUTO I EACH ACCIDENT S AGGREGATE S EACH OCCURRENCE $3, 000, 000 EXCESS LIABILITY $ XUMBRELLA FORM � AII03597010-00 06/15/99 06/15/00 AGGREGATE s3,000,000 OTHER THAN UMBRELLA FORM I $ DERff100, WORKERS COMPENSATION AND I EMPLOYERS* LIABILITY I 00 MOISEASE c r THE PROPRIETOR/ INCL 183017285 0 4/ O 1/ 9 9 0 4/ 0 1/ 0 0POLICY LIMIT$0 0 _ PARTNERS/EXECVTIVE Y f j OFFICERS ARE. EXCL ! PLOYEE$OO OTHER i A jEcruipment Floater ; NSA2512068 06/15/991 06/15/00 1 OESCRIPI ION OF OPERATIONSILOCAtIONS"ErIICLEs/SPECIAL• 11; q15 CERTIFICATE HOLDER CANCELLATION SHOLIL n Ath / ()F DIE ABOVE DESCRIBED POLICIES 8E CANCELLEO BEFORE THE C!PA>AIION DA rF. t11ERFOF, THE ISSUING COMPANY WILL ENDEAVOR TO MAIL 10 r)AY&.vRII TLN NOTICE TO IHE CERTIFICATE HOLDER NAM 0 THE LEFT ' '^' I` "-'� "- • _ '---.•� -� I:I I I ::.ILi� MAII SUL:H NO r)CE SHALL IMPOSE NO OBLI OR L1ABI Y 1 •--•- r,r r.ra r /.IFIDN IIIE COMPANY Its AGENTS OR R S ATIVES. ALITI.01+.!F I) PE I'HF SEN FA IVI: James F. Murphy ACORD ORPORATION 1988 ACORD 25-S (1195) t Florida Department of Transpartation Naa Arexoza srathers Corporation Mr. Alberta Arazoza P.O. Box 924590 Princeton, FL 33092 605 Suwannee Street Tallahassee. Florida 32399-0450 March 16. 1999 RE: DISAOVANTAGP-d BUSINESS ENTERPRISE CERTIFICATION THOMA5 F BARRY. JR. SECRETARY Dear Mr. Arazoza. The Department is pleased to announce that your company has been oertl&W as a Disadvantaged Business . Enterprise (DBE) for a rnaDdmum period of one year, which Is subject to continued eligibility and also subject to actions of any other governmental agencies which may affect the minority status of your fimL This agency's cer<fltcatton enables the Company to compete In the subcontract work of the Department as a minority owned and operated company. (t Is trot a guarantee that the company wifl receive work If at any time there is a change in the ownership and control of the Company, a new Schedule "A" is to be forwarded without'delay to the Department. if you desire recertffkation consideration, a new Schedule "A" must be submitted to the Department ninety (90) days prior to expiration of your current certification for agency review and consideration. Questions concerning the certification process may be directed to this office at (850) 921 7370. Sincerely. L---- Mary S. Gen DBE CeMftatlon Manager Minority Programs Office MSM:hI CERTIFICAMN EXPIRA77ON DATE' MAY 18, 2000 'mot i •_ I ® MECGVOLEOPAPER www.dot.state.fl.Us 0 W� A - Florida Department of Transportation Minority Programs Office JEB BUSH 3717 Apalachee Parkway, Suite G GOVERNOR Tallahassee, Florida 32311 Alberto Arazoza Arazoza Bros. Corp. P.O. Box 924890 Princeton, FL 33092- RE: DBE AFFIRMATIVE ACTION PLAN APPROVAL Dear Mr. Arazoza: THOMAS F. BARMY, JR. SECRETARY March 1, 1999 The Disadvantaged Business Enterprise Affirmative Action Plan submitted by: Arazoza Bros. Corp. has been approved for a period of one year. Please update and submit a new plan before the expiration date shown below. If you do not plan to work on any Florida Department of Transportation projects, it will not be necessary for you to submit a new plan. If you need any additional information, please call Ms. Carol Greene at (850) 921-7370. Sincerely, n UDC 1 . hazlotte Thomas Taylor \ Minority Programs Office CT:cg AFFIRMATIVE ACTION PLAN EXPIRATION: 02/15/2000 ® RECYCLED PAPER DADE COUNTY 19% OCCUPATIONAL LICENSE TAX 1999 FIRST-CLASS TAX COLLECTOR MIAMI DADE COUNTY - STATE OF FLORIDA U.S.POSTAGE 140 W. FLAGLER ST. EXPIRES SEPT. 30,19N MUST BE DISPLAYED AT PLACE OF BUSINESS PAID 141h FLOOR PURSUANTTO COUNTY CODE CHAPTER 8A - ART. 9 6 10 MIAMI. FL MIAMI, FL 33130 PERMIT NO. Z31 211194-6 * RESTRICTED * RENEWAL BUSINESS NAME / LOCATION LICENSE NO. 222 1 5 2 _1 ARAZOZA BROTHERS INC OPERATING IN DADE COUNTY OWNER ARAZOZA BROTHERS INC Sec. Type of Business EMPLOYEES 213 LAWN/LANDSCAPE/TREE SERVICE 1 Tiff 0 AN OCCUPATIONAL TAX OWY. IT DOeS NOT FORUM THE U' - TO VIO LA, . ANY MUST►IO Mau"TORY OR ZONINGDO NOT FORWARD LAWS OF THE COUNTY Oil Lx. NOR DOES IT FROM A"Y ER`�`� ARAZOZA BROTHERS INC OR PERMIT REOLRK0 BY A L B E R T O ARAZOZA �� «" Tw P 0 BOX 924890 TIOK UCOGEM Q1A1A, PRINCETON FL 33092 PAYMENT REXAMM DADE COUNTY TAT( COLLECTOR: 09/22/1998 j! J mwias,C,{ri{{rIi{{i{{iil{1{tlli{1{1{11�{11{1{i{ti{{ITT{r{rt{{1!1!1{II{ SEE OTHER SIDE Ll • BROWARD COUNTY OCCUPATIONAL LICENSE Tk( RENEW ON OR BEFORE w FOFIM NO FOR PERIOD OCTOBER 1, 1999 THRU SEPTEMBEFi 30, 2000 SEPTEMBER 30, 2000 CL 401. WAC 25.061 PENALTIES IF PAID (J yy 3 2 / RENEWAL ❑TRANSFER SEC - q 324 TAX 3 3 . 0 0 OCT. - 10% NOV. - 15% • DEC.. 20% v25% QC� •.t1]teK�lr''. •.ist;� :. .. . _:�. BACK TAX r..- , ,,After.DEC.11 Z 0 NEW DATE BUSINESS OPENED 0 2 / 01 / 8 8 PENALTY Plus Tax'Colledttorrfbe o4tlp`toJ25.00 C Based on Cost of License it Paid STATE'OR COUNTY CERT/REG ' s 1" .: - T. C. FEE TRANSFER On orARer November 30,W g" '• rs ' `Jvslness Lmation Address: ..^..:,-y•b� %• -1 ACCOUNT NUMBER 15901 SW 242 ST TOTAL 33.CO DADE COUNTY 133031MA0 0 ,B,USJA9$.15t.r•P��{YE.,_; �� 0 2.46-32Z .;;. , ..- •• s-�-} ��:-.,..;:w.1�1 ' •.I�;+-1:la �t,•a r+rlr:.�(p .�i L�31� � ., , ARAZOZA BROTHERS �G,,.O.R1rP,R;-1.1f8TrYi;Qrt�"r,>�y,l AIBERTO; "A A OZA ~ Ti15 LICNSEMIST$E CONSPICUOUSLY pI$ P0-90z4T90 r.•f;-< : a 'TO 01maC�/IEW�A7 THE•L'OCATIQN ADD l 55 ABOVE . N; � ^l�' � ,I NC'ETO N F L. t3I�;% 2 QQQ� i ;.� 4-.�.,�, t k y r rt•irrnr :. 17laiar, nsr� :r. f' '.k H "l ,� L y Tp� OF LICENSE TAX PAID iP' o BROWANtY RD A NS C3 COU1. E APE f UNITS O BROWARD COUNTY RE NUE COLLECTOR 1999 - 20�0 O 11 S S. An Avenue, Governmental Center Annex - - FORT LAUDERDALE, FL 33301 'SEE BACK FOR TRANSFER INFORMATION : PAYMENTppEQFFIVED AS VAUDATn ABOVE 0. 00OC J000 L000003300 0000003240224739 1 001 7 3 300 00 5U S 9 J ? 1 .:1 i0 • PUBLIC SERVICE 1996-09852 ARAZOZA BROTH ARAZOZA ALBER PO SOX 924890 PRINCETON FL JOHN K. CLARK, CFC TAX COLLECTOR, PALM BEACH COUNTY STATE OF FLORIDA PALM BEACH COUNTY a,. LOC`AEQ "HOMESTEAQ FLv31 1 - aAsS,M-All PAID. PBC TAX COLLECTOR CK $63.00 OCC 49 3321 08-06- THIS LICENSE VALID ONLY WHEN RECEIPTED BY TAX COLLECT( LICENSE MUST BE DISPLAYED CONSPICUOUSLY AT ESTABLISHMENT OR PLACE OF Ll • • Bond No The Ohio casualty Insurance Company 136 North Third Street, Hamilton, Ohio 45012 BID BOND The American Institute of Architects, AIA Document No. A310 (February, 1970 Edition) KNOW ALL MEN BY THESE PRESENTS, that we Arazoza Brothers Corporation as Principal, hereinafter called the Principal, and THE OHIO CASUALTY INSURANCE COMPANY of Hamilton, Ohio a corporation duly organized under the laws of the State of Ohio as Surety, hereinafter called the Surety, are held and firmly bound unto City Of Tamarac as Obligee, hereinafter called the Obligee, in the sum of 5% Of Amount Bid 0 of Amount Dollars (�% t Bid), for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs, executors, adminis- trators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has submitted a bid for Landscaping and Irrigation Projects Bid # 99-28B 1) Commercial Blvd., 2) University Dr., 3) Pine Island Road NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a Contract with the Obligee in accord- ance with the terms of such bid, and give such bond or bonds as may be specified in the bidding or Contract Documents with good and sufficient surety for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof, or in the event of the failure of the Principal to enter such Contract and give such bond or bonds, if the Principal shall pay to the Obligee the dif- ference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another party to perform the Work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect. Signed and sealed this 25th day of August 19 99 Arazoza Brothers Corporation r (Principal) (Seal) (Witness) 7 r (Title) Y __ (Witness) By TH HIO.-CASUALTY INSURANCE COMPANY (Seal) Revised to February, 1970 S8 5714b Printed in U.S.A. s-4148b Bohzt (Attorney -in -Fact) CERTIFIED COPY OF POWER OF ATTORNEY THE OHIO CASUALTY INSURANCE COMPANY WEST AMERICAN INSURANCE COMPANY No. 34-0$2 Know All Men by These Presents: That THE OHIO CASUALTY INSURANCE COMPANY, an Ohio Corporation, and WEST AMERICAN INS COMPANY, an Indiana Corporation, in pursuance of authority granted by Article VI, Section 7 of the By -Laws of The Ohio Casualty huuorance Company and Article VL Secti of West American Insurance Company, do hereby nominate, constitute and appoint: Jeffrey L. Leggett, James F. Murphy, Susan Bohm, Shelly Moore, Leslie R. Griffin or Sharon R. Weiser or Sunrise, Florida its true and lawful agent (a) and attorney (s)-in-fact, to make, cxecute, seat and deliver for and on its behalf as surety, and as its act and dced any and all BONDS, UNDERTAKINGS, and RECOGNIZ-ANCES, not exceeding in any single instance SIX MILLION ($6,000,000.00) DOLLARS, excluding, however, any bond(s) or undertaking(s) guaranteeing the payment of notes and interest thereon And the execution of such bonds or undertakings in pursuance of these presents, shall be as binding upon said Companies, as fully and amply, to all intents and purposes, as if they had been duly executed and acknowledged by the regularly elected officers of the Companies at their administrative office in Hamilton, Ohio, in their own proper persons. The authority granted hereunder supersedes any previous authority heretofore granted the above named attnmey(s}h,-fact. in WITNESS WHEREOF, the undersigned officer of the said The Ohio Casualty Insurance Company and Wed American Insurance Company has hereunto subscribed his name and affixed the Corporate Seal of each Company this 1st day of June, 1999. scut/F SEAL Sam Lawrence, Anistant Vice President STATE OF OHIO, COUNTY OF BUTLER On this 19t day of ,tune, 1999 before the subscriber, a Notary Public of the State of Ohio, in and for the County of Butler, duly commissioned and qualified, came Sam Lawrence., Assistant Vice President of THE OHIO CASUALTY INSURANCE COMPANY and WEST AMERICAN INSURANCE COMPANY, to me personally known to be the individual and officer described in, and who executed the preceding instrument, and he acluwwledged the execumion of the same, and being by me duly swam depowth and mith, that he is the officer of the Companies aforesaid, and that the seals affixed to the preceding inshument ate the Corporate Seals of said Companies, and the said Corporate Seals and his signature as officer were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporations. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal at the City of Hamilton, State of Ohio, the day and year first above written. Al Notary Public in and for County of Butler, State of Ohio my commission cxpul= September 25. 2002. This power of attorney is granted under and by authority of Article VI, Section 7 of the By -Laws of The Ohio Casualty Insurance Company and Article VI, Section I of West American Insurance Company, extracts from which read: Article VT, Section 7. APPOINTMENT OF ATTORNEYS -IN -FACT, ETC. "The chairman of the board, the president, any vice-presidenl, the secretary or any assistant secretary of each of these Companies shall be and is hereby vested with full power and authority to appoint attomeyrin-fact for the purpose of signing the name of the Companies as surety to, and to execute, attach the corporate seal, acknowledge and deliver any and all bands, recognizance, stipulations, undertakings or other instruments of suretyship and policies of insurance to be given in favor of any individual, firm, corporation, or the official mpm=tative thereof, or to any county or state, or any official board or boards of county or state, or the United States of America, or to any other political subdivision." Article VI, Section 1. APPOINTMENT OF RESIDENT OFFICERS. "lire chairman of the Board, the President, any Vice President, a Secretary or any Assistant Secretary shall be and is hereby vested with full power and authority to appoint attorneys in fact for the purpose of signing the name of the corporation as surety or guarantor, and to execute, attach the corporate seal, acknowledge and deliver any and all bonds, recognizancw, stipulations, undertakings or other instruments of surety -ship or guanntM and policies of innvance to be given in favor of an individual, fun, corporation, or the official representative thereof, or to any county or state, or any official board or boards of any county or state, or the United States of America, or to any other political subdivision-" This instrument is signed and sealed by facsimile as authorized by the following Resolution adopted by the respective directors of the Companies (adopted May 27, 1970-The Ohio Casualty Insurance Company, adopted April 24, 1980-West American Insurance Company): "RESOLVED that the signature of any officer of the Company authorized by the By -Laws to appoint attorneys in fact, the signature of the Secretory or any Assistant Secretary certifying to the correctness of any copy of a power of attorney and the seal of the Company may be affixed by facsimile to any power of attorney or copy thereof isnred on behalf of the Company. Such signatures and seal are hereby adopted by the Company as original signature and seal, to be valid and binding upon the Company with the same f— ind effect as through manually affixed." CERTIFICATE L the undersigned Assistant Vice President of The Ohio Casualty Insurance Company and Wed American insurance parry, do here certify that the foregoing power of attorney, the referenced By -Laws of the Companies and the above Resolution of their Boards of Director are and cornet es and are ' 1 forces and effect or this r%ty., 4 IN WITNESS WIIEREOF,1 have hereunto set my hand and the seals of the Companies this a- day of Y r SEAL° a SEAL ,S-4300 3199 Assistant Vice President r mad w "ice 1K i 07.'11 /99 29: 31 FA3 931 724 2108 ci TY-TAMARAc-PuRcHASING 4tc City of Tamarac is Finance Department, Purchasing Division 7525 N.W . Bath Avenue, Tamarac, Florida 33321-2401 Telephone: (954) 724-2460 Facsimile (054) 724-2408 Webs{te: wwW.tamorvc.ong July 21. 1999 ADDENDUM 41 BID NO.99-28B 0 001 This addendum and the following information addresses the items and questions that were asked at the Pre -Bid Meeting on July 20, 1999. The fallowing are the requested clarifications and attachments to the bid package. LANDSCAPING $ IRRIGATION PROJECTS BID NO.99-28B 1) All Jack & Bore sleev(ng shall be HOPE Pipe. 2) All trees shall be secured utilizing strapping. 3) All palm trees shall be secured with no lees than 4 6attans. 4) Pine Island Road Project Replacement of backfill as a result of CURBING additions will be the responslblllty of a curbing CONMRACTOR selected under the terms and conditions of a separate bid and shall be completed prior to the installation of any landscaping and irrigation by the successful bidder of this project This Issue is not addressed In the technical specifications and should be treated as a non issue for the purpose of this bid_ 6) Hoover irrigation Pump System Electrical Information The pump system shall be manufactured by Hoover and shall have a 5hp motor that operates at 3,600 RPM, 230 Volts, Single Phase, 60 Hertz, 28 Amps. Equd Opportundy Employer 07/21/99 11:34 TX/RX NO.4373 P.001 nh 07.21/99 23:32 FAX 054 724 24o9 CITY TAMARAC-PURCHASINC im 002 ADDENDUM 01 BID NO. 99 28B Page 2 B) Commercial Boulevard Medians Landscape Plans Pages 1 and 2 of B. The following changes need to be made_ A) On the median located between Woodland Meadows and Banyan Lane Decreasa to 1 [TA] to be relocated. 13) On the median located between The Commons and Woodland Blvd. Decrease to A ICAI to be relocated. Increase to 3 (SP] to be relocated. C) On the median located between Woodland Blvd. and Rack Island Road. DecrOre to a total of 8 JSP] to be relocated. All other requirements shall remain as specified in the original bid request. If you have any que6tions, please caul the Purchasing Office at (954) 724-2450. Please sign and include this page as part of your bid submittal. - J�� !�� Authorized Signatur AMOZA BROTHERS CORPORATION Company Name • • 07/21/99 11:34 TX/RX NO.4373 P.002 H 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.tamarac.org July 27, 1999 ADDENDUM #2 BID NO.99-28B RECEIVED AUG 0 2 1999 BY; This addendum and the following information addresses and clarifies several items and questions concerning the Bid. The following are the requested clarifications and attachments to the bid package. LANDSCAPING & IRRIGATION PROJECTS BID NO.99-28B All Sleeving shall be Schedule 40 Pipe, as originally listed in the Plans and the Detailed Specifications of the Bid. On the Landscape Plan of Pine Island Road between McNab Road and Southgate Blvd., the following changes need to be made: 1) Pagel —Match Line 110 Replace 141 [AN] Dwarf Bush Alamanda with 141 [IC] Dwarf Ixora. 2) Page 1 — Match Line 116 Replace 372 [LC] Confetti Lantana with 141 [AN] Dwarf Bush Alamanda. 3) Page 1 — Match Line 127 Replace 148 [AN] Dwarf Bush Alamanda with 141 [IC] Dwarf Ixora 4) Page 2 — Match Line 131 Replace 276 [AN] Dwarf Bush Alamanda with 276 [IC] Dwarf Ixora. 5) Page 3 — Match Line 167 Replace 422 [LC] Confetti Lantana with 141 [IC] Dwarf Ixora. , r74_ Equal Opportunity Employer ADDENDUM #2 0 BID NO.99-28B Page 2 Please replace the Plant List Located on Page 4 of the Landscape Plans of Pine Island Road with the attached Plant List. Please replace Page 34 of the Bid Package with the attached. All other requirements shall remain as specified in the original bid request. If you have any questions, please call the Purchasing Office at (954) 724-2450. W& / , Z/,) - Anne Lodato Senior Buyer Please sign and include this page as part of your bid submittal. &IL Authorized Signatur ARAZOZA BROTHERS CORPORATION 14 Company Name • 0 4 4 4 CD y' } N ti v v ci co m WW. v E .E z v ow E W s r E v ci m o a w o� a S ri o oo o O o� o �L `o L� o- U m E m E m E iv E mr� 1* 4 o c C o y N N� Ln N O U U m V a E E E E E 2 2 c c Z � CM J m - `L - - - E E a. �g - a • a to N a y M y a to -- Q y y N CL d O .gym. Q N iO b b ZO iO co 0 N A y m w r � x K x x x r r N y N y '_ Q' y' Z zt •m t m .0 fV N (V fV : C eo 70 co N O = O s (O Go r O LL cr a ill z co co c/i ca cl1 co cn 0 0 m to CO w W W w w LU W w w w W W z QLL� r } } } } } y. }. } } } `r > 0 G H Lu o o o 0 0 0 0 O m 0 0 0 0 d a z z z >. z z z z z z z z z m LU p C LU Q m Z W w a C z 0 ml LU pay m° 0 tQ a Z w E m o ry C 1° � a OU 4) IL �' t 4) � O m U m O v ye C E O 0 -J m x 7 z c Q. m m 2 a O m m E rn v �. a x Im c ro c ii R Q c0 a a o o o Cl)w m I�01 E m C m C m L an d m _ d O U 1Q o 0 t] o m o o M y E �f rn c ¢ �� a 5 � 2 w� � � o � � ci E E z 0 y m a E "a � v r CL m fC fC6 7 O etl N E C V ram+ (A N .QC U E 7 m 0 p c o c7 a c'aa xco nLL fD N r N It ko rl- M cq Co O y M to eh r N m M "- N i N + N t im U O d _� U = (Uk- 0 0 7 lT- CO to n Q ADDENDUM #2 Bid 99-28B LANDSCAPING AND IRRIGATION PROJECTS BID FORM IRRIGATION PRICING COMMERCIAL BLVD. UNIVERSITY DR. PINE ISLAND RD. PRICE PRICE PR E MATERIALS p O n/a ( 5 JACK & BORIN e«. ' n/a PUMP STATION n/a a LABOR x ( a 1 n/a -41 LANDSCAPING r ISLAND -r KOM W�,11.�� �N • ••• ®- .r 12 -- -.uIM i r* �a"' • •• W- r► SIP,jI I E wWl� wl,Indian _-_ Hawthome ' • - �, i �� ■■%L'r/lr+Sri � �� _-- ����]] IF klexandra Palm SAFETY ( .O.T.) Al SAFETY (M.O.T.) PRICING COMMERCIAL BLVD. UNIVERSITY DR. PRICE PRICE TOTAL BID PRICE COMMERCIAL BLVD. I UNIVERSITY DR. PINEISLAND RD. PINE ISLAND RD* • • C, LJ City of Tamarac Finance Department, Purchasing Division 7525 N.W. 88th Avenue, Tamarac, Florida 33321-2401 Telephone: (954) 724-2450 Facsimile (954) 724-2408 Webslte: www.tamarac.org RF CEI%'ram August 6, 1999 ADDENDUM #3 BID NO.99-28B AUG ; 0 1999 This addendum and the following information addresses the items and questions that have arisen since the Pre -Bid Meeting and the issuance of Addendum #1 and #2. The following are the requested clarifications and attachments to the bid package. LANDSCAPING & IRRIGATION PROJECTS BID NO.99-28B Bid Opening Date — To allow for the changes in this Third Addendum, the Bid opening has been changed to Wednesday, August 25th, 1999 at 2:00 PM. Make sure your Bid is submitted prior to the deadline. Late Bids will not be accepted. Tree Relocation and Removal Pricing — Due to the possibility of changes in the number of trees requiring relocation or removal, we request that you provide a price for each tree relocation and a price for each tree removal. Please use the attached Bid Form to submit your Bid, in place of the original Bid Form located on Page 34. All other requirements shall remain as specified in the original bid request. If you have any questions, please call the Purchasing Office at (954) 724-2450. SEA Anne Lodato Senior Buyer Please sign and include this page as part of your bid submittal. .- Authorized Signature MM&RA79ozn 813011JERCORPORATI0N -Company Name J Equal Opportunity Employer ADDENDUM #3 Bid 99-28B LANDSCAPING AND IRRIGATION PROJECTS BID FORM IRRIGATION • r ■PINE ISLAND -r LANDSCAPING • rUNIVERSITY ■' r ' ■ !silver Buttonwood w a« = ''®0 RIM 0 ..�. • mmw-i ERE • • Im��� rer-TIMW IT, IL - • - • ..._ --. --© �•� .,ram Montgomery--. --� 3��i• �,1t 1•y • ' • .._ y `+, -_ r. ` _. _... r` +fir■-.:..:.:.. .. ge7o7 9 9 .-• �� ter"'• •fr --• RII �W' • = • - rim •' �•�rr r� �ir ••• SAFETY O.T.) PRICING COMMERCIAL BLVD. UNIVERSITY DR. PINE ISLAND RD. PRICE PRICE PRICE SAFETY (M,O.T.) O TOTAL BID PRICE _... COMMERCIAL BLVD. UNIVERSITY DR. PINE ISLAND RD. 1 77.�75 q.� 1`t,o 1 , go 34 C: • C7 2.) Certification: Contractor shall submit certificates of inspection as required by governmental authorities. Submit manufacturer's or vendors certified analysis for soil amendments and fertilizer materials and submit other data substantiating that materials comply with specified requirements. 3.) Sod: Contractor shall time sod delivery so that sod will be placed within 24 hours after stripping and shall protect sod against drying and breaking of strips. 4.) Trees and Shrubs: Contractor shall provide freshly dug trees and established containerized shrubs. Do not prune prior to delivery unless otherwise approved by City. Do not bend or bind -tie trees or shrubs in such a manner as to damage bark, break branches or destroy natural shape. Provide protective covering during delivery. Do not drop balled and burlapped stock during delivery. 5.) Preliminary Site Work: All tree removals should include the excavation of entire root ball. 6.) Excavation: When conditions detrimental to plant growth are encountered, such as rubble fill, adverse drainage conditions, or obstructions, notify City before planting. 7.) Coordination with Sod: Plant trees and shrubs after final grades are established and prior to planting of sod, unless otherwise acceptable to City. If planting of trees and shrubs occurs after sod work, protect sod areas and promptly repair damage to sod resulting from planting operations. 8.) Provide new topsoil or amend stockpiled native topsoil to achieve the following characteristics which is fertile, friable, natural loam, surface soil, reasonably free of subsoil, clay lumps, .brush, weeds and other litter, and free of roots, stumps, stones larger than W in any dimension, and other extraneous or toxic matter harmful to plant growth. General soil mix requirements are as follows: Humus (muck) 50% Sand 50% Fertilizer 2 lbs. of 6-6-6 100% slow release organic nitrogen, per cubic yard soil ph (natural or adjusted) 6.0 — 7.0 9.) Obtain topsoil from local sources or from areas having similar soil characteristics to that found at project site. Obtain topsoil only from naturally, well -drained site where topsoil occurs in a depth of not less than 4"; do not obtain from bogs or marshes. 10.) Palms and Trees: Provide trees of height and caliper scheduled or shown and with branching configuration recommenced by ANSI Z60.1 for type and species required. Provide single stem trees except where special forms are shown or listed. Ift- 114 Ground covers.and Shrubs: Provid ndcovers a l dubs of the heigW, "`' '" s . wn or listed and with not less than mi number 4 ,� 's/branches " required by ANSI Z60.1 for type and heigh shrub speAed" 14 • Provide containerized materials, except where shown as "B&B", and as specified on the plant list/schedule. • Container grown shrubs will be acceptable in lieu of balled and burlapped shrubs subject to specified limitations for container grown stock. • Groundcovers supplied as grown in their integral peat pots shall have the minimum number and length of runners required by ANSI Z60.1 for that particular pot size. 12.) Sod: Provide strongly rooted sod, not less than 2 years old, free of weeds and undesirable native. Sod shall be free from all noxious weeds and reasonably free of all other weeds. Provide only sod capable of vigorous growth and development when planted (viable, not dormant). • Provide sod of uniform pad sizes with maximum 5% deviation in either length or width. Broken pads or pads with uneven ends will not be acceptable. Sod pads incapable of supporting their own weight when suspended vertically with a firm grasp on upper 10% of pad will be rejected. Provide sod composed principally of following an as specified on the plant list/schedule: • St. Augustine grass (Stenotaphrum secundatum), "Floratam" variety. 0 13.) Stakes and Guys: Provide stakes and dead -men of sound new hardwood, treated softwood, or redwood, free of knot holes and other defects. Provide 1" black vinyl strap supports with white flags for safety. 14.) Mulch: Organic mulch free from deleterious materials and suitable for top - dressing trees, shrub, and groundcover planting beds, primarily consisting of one of the following or as specified on the plant list/schedule: • Chipped/shredded Melaleuca. • Chipped/shredded Eucalyptus. 15.) Commercial Fertilizer: Complete fertilizer of neutral character, with some elements derived from organic sources and containing the following percentages of available plant nutrients: • For trees and shrubs, provide fertilizer with not less than 6% total nitrogen, 6% available phosphoric acid, 6% soluble potash, and 100% organic, slow release formula. • For lawns, provide fertilizer with percentage of nitrogen required to provide not less than 1 Ib Hof actual nitrogen per 1,000 sq. Ft. of lawn SIR ;sic` 6.F area and not less than 6°/Q phospq@ic acid and 6% potassium. Provide nitrogen in a form that wilt be avau a to lawn during'iiitial period of ' growth; at least 100% of nitro en i6 or anic form. 9 g g 15 16.) Watering: Contractor shall insure irrigation watering equipment and system is operational before the seeding and sodding operation is begun. Not more than one hour shall lapse between laying and initial watering of the planted surfaces. All waterings shall be sufficient to saturate thoroughly the planted areas and adjacent disturbed areas to a depth of approximately 4 inches. The water shall be applied as a spray or dispersion to prevent damage to the sod by erosion. Each watering shall be completed within a 4 hour period with more than one application if necessary, to provide adequate saturation without runoff. 17.) Seeding: After the soil has been property fertilized and while it is still loose and moist, the seed shall be scattered uniformly over the grassing area at the rate of 120 pounds per acre. The mulch material shall be applied uniformly over the seeded area and the entire area shall be rolled thoroughly as required to produce a stable surface. B. Preparation of Landscape Materials 1.) Preparation of Planting Soils: • Before mixing, clean topsoil of roots, plants, sods, stones, clay lumps, and other extraneous materials harmful or toxic to plant growth. • Mix specified soil amendments and fertilizers with topsoil at rates to achieve specified soil mix standards, delay mixing of fertilizer if planting will not follow placing of planting soil within a few days. • For pit and trench type backfill, mix planting soil prior to backfilling, and stockpile at site. + For planting beds and sods, mix planting soil either prior to planting or apply on surface of native topsoil and mix thoroughly before planting. 2.) Preparation of Planting Lawns (disturbed grade): • Loosen subgrade of proposed sod areas to a minimum depth of 4". Remove stones over 1 Y2" in any dimension and sticks, roots, rubbish and other extraneous matter. Limit preparation to areas which will be planted promptly after preparation. • Spread top soil to minimum 2" depth or more if required to meet grades and elevations shown, after light rolling and natural settlement. Add needed soil amendments and mix thoroughly into upper 4" of topsoil. 3.) Preparation of Unchanged Grades: • Where sod is to be planted in are disturbed b excavating, grading, y� 9. g , . � 9 '' lawn planting as follows: Till to a kA amendments and initial fertilizers 16 that have not been altered or ling operatio prepare soil for not less tha;; apply soil ed: remove n areas and fill in depressions; till soil to a homogenous mixture of fine texture, free of lumps, clods, stones, roots and other extraneous matter. • Prior to preparation of unchanged areas, remove existing grass, vegetation and turf. Dispose of such material outside of City=s property; do not turn over into soil being prepared for lawns. Allow for sod thickness in areas adjacent to paving. • Apply specified commercial fertilizer at rates specified and thoroughly mix into upper 2" of topsoil. Delay application of fertilizer if lawn planting will not follow within a few days. • Fine grade sod areas to smooth, even surface with loose, uniformly fine texture. Roll, rake and drag lawn areas, remove ridges and fill depressions, as required to meet finish grades. Limit fine grading to areas which can be planted immediately after grading. • Moisten prepared lawn areas before sodding if soil is dry. Water thoroughly and allow surface moisture to dry before planting lawns. Do not create a muddy soil condition. • Restore sod areas to specified condition if eroded or otherwise disturbed after fine grading and prior to planting. 4.) Preparation of Planting Beds: • Loosen subgrade of planting bed areas to a minimum depth of 12" using a cultimulcher or similar equipment. Remove stones over 1 V in any dimension, and sticks, stones, rubbish and other extraneous matter. Spread planting soil mixture to minimum depth required to meet lines, grades and elevations shown, after light rolling and natural settlement. Place approximately 2 of total amount of planting soil required. Work into top of loosened subgrade to create a transition layer, then place remainder of the planting soil. 5.) Excavation for Trees, Shrubs and Groundcovers: • Excavate pits, beds and trenches with vertical sides and with bottom of excavation slightly raised at center to provide proper drainage. Loosen hard subsoil in bottom of excavation. • Allow for 12" minimum of lightly compacted layer of planting soil mixture below root -ball unless directed otherwise in plan or detail. • For balled and burlapped (B&B trees and shrubs), make excavations at three times the diameter of the balland equal to the ball depth, plus allowance for above layer. Far container town stock exca s would be` ified for balledwnd + g - "` burlapped stock, but adjusted to s of container'v7M and depth. 17 • Dispose of subsoil removed from planting excavations. Do not mix with planting soil or use as backfill. 0 C. Planting and Sodding 1.) Planting Trees, Shrubs and Groundcovers: • Planting soil meeting those specifications outlined in Section 2.01 shall be provided at the following minimum rates or greater if size of the plant materials warrants: a. 1/2 cubic yard per tree. b. 1 cubic yard per 50 shrubs. C. 1 cubic yard per 100 groundcovers. • Set balled and burlapped (B&B) stock on layer of compacted planting soil mixture, plumb and in center of pit or trench with top of ball at same elevation as adjacent finished landscape grades. Remove burlap from sides of balls; retain on bottoms. When set, place additional backfill around base and sides of ball, and work each layer to settle backfill and eliminate voids and air pockets. When excavation is approximately 213 full, water thoroughly before placing remainder of backfill. Repeat watering until no more is absorbed. Water again after placing final layer of backfill. • Set container grown stock same as specified for balled burlapped stock cut cans on 2 sides with an approved can cutter to remove from container. • Provide 3" soil berm diameter of rootball to retain water • Mulch all planted areas. Provide not less than 3" thickness of mulch, worked lightly into top of backfill and finish leveled with adjacent finish grades. • Prune, thin out and shape trees and shrubs in accordance with standard horticultural practice. Prune trees to retain required height and spread. Unless otherwise directed by City, do not cut tree leaders, and remove only injured or dead branches from flowering trees. • Remove and replace excessively pruned or misformed stock resulting from improper pruning. • Lay sod within 24 hours from time of stripping. • Lay sod to form a solid mass with tightly fitted joints. Butt ends and sides of sod strips; do not overlap. Stagger strips to offset joints in adjacent courses. Work from boards to avoid damage to subgrade or sod. Tamp or roll lightly to ensure contact with su�grade. Work sifter soil into minor ::cracks 4etween pieces of sod; re a excess to avoid smothering of w adjacent grass. 18 • Anchor sod on slopes with wood pegs to prevent slippage. • Water sod thoroughly with a fine spray immediately after planting. D. Landscape Maintenance 1.) Begin maintenance immediately after planting. 2.) Maintain trees, shrubs and other plants until final acceptance by City. Maintenance shall include but is not limited to pruning, cultivating and weeding as required for healthy growth. Restore planting saucers. Tighten and repair stake and guy supports and reset trees and shrubs to proper grades or vertical position as required. Spray as required to keep trees and shrubs free of insects and disease. E. Landscaping Warranty 1.) Warranty trees and shrubs, for a period of one year after date of final acceptance by City, against defects including death and unsatisfactory growth, except for defects resulting from neglect by City, abuse or damage by others, or unusual phenomena or incidents which are beyond Landscape Installer's control. 2.) Remove and replace trees, shrubs, or other plants found to be dead or in unhealthy condition during warranty period. Make replacements during growth season following end of warranty period. Replace trees and shrubs which are in doubtful condition at end of warranty period; unless, in opinion of City, it is advisable to extend warranty period for a full growing season. 3.) No warranty or replacement of the transplanted trees will be required unless in the opinion of the City, the Contractor did not follow the specified transplantation guidelines or caused further abuses to the tree(s) by failing to utilize acceptable horticultural practices as prescribed by the International Society of Arboriculture (ISA) before, during or after the actual relocation. F. IRRIGATION SYSTEM: 1.) Trenching And Backfilling 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. • 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 anc spread a 6" layer of sand to provide a firm bgdding pipe. • Trench Depth: Provide 18 minim epth of cover oWpiping 2 i and 19 A larger and 12" minimum depth of cover over piping 2" smaller. • Trench Width: Excavate trenches to a sufficient width to allow a i minimum of 6" between parallel pipe lines. • Backfill over -excavation of trenches under pipe with clean sandy fill material, free of organic materials and objects larger than '/4" diameter. • Backfill trenches from pipe flow line to 2" above top of pipe with clean sandy fill material free of organic materials and objects larger than Y2. diameter. • Backfill trenches from 2" above top of pipe up to finish grade with clean sandy fill material removed by excavation. • Pavements: No pavement shall be cut to install irrigation work (unless otherwise indicated on the plans or pre -approved by Public Works Director). 2.) Installation 2.1 General: • 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 which, in his opinion, do not present a reasonably neat and workmanlike appearance. Perform and compete any required removal and replacing of materials without additional expense to the City. • 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. • 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. • Valve Boxes: Control valve boxes must be underlaid with a minimum of 6" of 3/4" size gravel. • Adjustments: Adjust automatic control valves to provide flow rate or rated operating pressure required for each sprinkler circuit. • Install electric remove control valves as indicated on the drawings and according to manufacturer's recommendations. • Flow Control: Adjust flow control stem on all remote control zone 't.L.'• 1. «.i �.__. Y". .:-Valves downward t6 minim y over pressurization before any µ individual nozzle adjustme the sprinklers: are performer 20 • 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. 2.2 Piping • Lay pipe on solid subbase, uniformly sloped without humps or depressions. • Installation: Install PVC pipe in dry weather when temperature is above 40 F (4 c) in strict accordance with manufacturer's instructions. • 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 W 36 - 55 G.P.M. 2" 56 - 80 G.P.M. 2 Y2" 81 - 120 G.P.M. 3" 121 - 210 G.P.M. 4" 210 - 420 G.P.M. 6" • Curing: Allow joints to cure at least 24 hours at temperature above 40 F (4 c) before testing, unless otherwise recommended by manufacturer. • Restore Paintings: Disturbed by this work. 2.3 Sprinkler Heads • Flush lateral lines with the operational head of water until free of debris and install heads. • Installation: Install lawn heads at the manufacturer's recommended heights. :.+�. ..►,�. :ter �r Anew 21 • Extensions: Install extensions on all HP pistons and shrub risers as necessary so that the top of the nozzle (when fully extended) is 4" above the top of adjacent plant material. • Screw and glue street ell into inlet before installation of all heads using bottom inlets. Use waterproof glue; applicable to both A.B.S. and P.V.C. • Locate part -circle heads to maintain a minimum distance of 12" from walls and 6" from other boundaries, unless otherwise indicated. • Install all sprinkler heads on swing joints or polyriser, as applicable, as shown on drawings. Install sprinkler head so that the top in accordance with the manufacturer's recommendations with respect to the finished grade level. Install ground support flanges, if required, according to the manufacturer's specifications on the heads noted on the drawings and indicated in these specifications. For backfill around swing joints and sprinklers, provide clean sand fill materials of large rocks, organics, or other foreign debris. • Install ground support flanges on all large turf heads as required. Heads occurring within planting beds do not require ground support flanges. • Install all Bubblers: Immediately adjacent to the ball of the tree to be irrigated. The top of the bubbler shall be 3" above the level of the plant ball. 2.4 Electrical Systems 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. Where necessary to run control wire in separate trench, encase wire in a PVC sleeve with a minimum cover of 12+". 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. Remote control valves or groups of remote control valves, of which one is to be connected to one station of a controller, shall utilize wire sizes as recommenced by the manufacturer. Connect all remote control valves, which are to be connected to the same controller, to a common ground wire o ize as recommended by the 'M. manufacturer. Provide a individual cvroller with a separate ,.� Pia common ground wire system entirely independent of the common ground wire system of all other controllers. Connect only those remote control valves which are being controlled by one specific controller, to that controller's common ground wire system. • 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. • Controllers: Install all controllers following the recommendations of the manufacturer of equipment with location of controllers being finally dictated by electric junctions provided. Wire pump start relay circuit back to pump station in accordance with pump and controllers manufacturer directions. • Lightning Protection: Install lightning protection in accordance with the manufacturer's recommendations to protect each automatic controller. Install grounding rod, For more in length, at each 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. • Dielectric Protection: use dielectric fittings at connection where pipes of dissimilar metal are joined. • 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. • Cutting and Patching: The Contractor shall install his 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. • Install disconnect switches, i.e., safety switches and enclosed molded case circuit breakers where required by Code or where indicated, and in accordance with manufacturer's written instructions and with recognized industry practices. Provide disconnect switches of voltage, current and horsepower (where required) ratings per NEC requirements. • Except where otherwise indicated, provide raceways for each electrical system with fittings, components, and accessories necessary to form a complete raceway system. Conduits direct buried in eaAh shall be rigid metal conduit - • galvanized steel (RMC-G nmetal (RNSchedule 40 _. � HDPE: Install, at a minimu pth o00 Tfi w finished grade 23 • • 1! except where located under buildings. Turn up elbows in conduit runs of 2 in. and larger trade size shall be minimum 36 in. radius sweep. In direct buried RNC conduit runs, turn ups shall be RNC with 2 in. concrete encasement or RMC-GS. • Clean raceway interiors after installation is completed. Provide pull wires in empty, spare, and future use conduits and seal conduit ends with substantial caps or plugs and marked for identification. Install outlet and device boxes of size required by Article 370 of the NEC for the number and size of conductors installed. Sheet metal boxes shall be installed only in dry, concealed accessible locations and not below grade in outside concrete or masonry walls, or in floor slabs subject to moisture, where vapor tight fixtures are required, or for any outdoor use. Close unused threaded openings in Type F and FD boxes with flush conduit plugs. • Install junction and pull boxes where indicated and where necessary to terminate, tap off, or redirect multiple conduit runs, of size indicated or as required by NEC. Where feeder splices are to be made, install boxes large enough to provide ample work space. • 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. • Conductors shall be joined using compression splices, except that conductors #10 and smaller 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. • 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. • Install fuses of the type designed for the fuse holders. Where fuses are required by the equipment manufacturer to protect the equipment, they shall be installed to comply with the manufacturer's requirements. Replace all fuses blown during construction without additional cost to the City and furnish the City three spare fuses of each type and size used on the project. Where Class R time delay fuses are required as above or as indicated, provide fuse rejection clips for Class R fuse holders. Enclosure installed for safe witches, contactors, time switches, and similar equipment shal NE1�1A Type 1ot:dry location's and NEMA Type 3R for damp orar t locations unless otherwise noted. 24 • Equipment Controls: Except as specified herein, install control equipment necessary for the proper operation of the system, such as H-O-A switches, push -buttons, safety switches, control relays, motor starters, contactors, and other accessory devices. • 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. Make connections to structural and reinforcing steel, buried ground wire grids and ground rods by the thermoweld or cadweld process, then covered with two coats of asphaltic paint. Where equipment grounding conductor is bonded to equipment, remove insulating paint and other compounds from under the ground lugs. Do not use mounting connections for bonding equipment ground conductors. • 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. 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. • Mark junction and pull boxes with a suitable permanent marking to indicate the type(s) of circuits enclosed by the boxes. • During backfilling of each exterior underground conduit, install a continuous buried utility marking tape directly over the conduit and 12 in. below finished grade. Provide tape with the color and legend which most accurately describes the system of the buried conduit. . . Identification markers which are not preprinted, such as panelboard = - indexes, terminal block marking strips, and special cable markers,0 MAW shall be typewritten r othemoloornechanicaIly, Bated, not hand Y lettered. - - 25 2.5 Electrical System Components • Raceways And Fittings • A.) Rigid Metal Conduit -Galvanized Steel (RMC-GS): Hot dipped galvanized, ANSI Standard C80.1, Federal Specification WW-C-581, and Underwriters' Laboratories Standard UL6. B.) Rigid Nonmetallic Conduit (RNC-PVC): Polyvinyl -chloride, Schedule 40, NEMA Standard TC-2 and UL Standard 651. C.) 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. D.) Auxiliary Gutters: National Electrical Code Article 374 and Underwriters Laboratories, Inc. E.) 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. • Safe_ty Switches A.) Characteristics: Heavy duty, fusible or nonfusible as indicated or required, 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. B.) Source Manufacturers: Square D, General Electric, and Westinghouse. • 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: luminum or g.Wanized malle le iron, des for the whin ces and bo to .: _ -- 4- be install "'"` 26 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. • 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. 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. • 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. �i D.) Mechanical Spliced . +1. Fdr cond rs larger thi=0 AWG:-Compression type. _ 27 3.) Testing 2. For conductors #10 AWG and smaller: Wire -nut type spring connectors. 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. • 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. 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 Tee. 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. 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, at Contractor's expense, and completed in the presence of City's representative. Scheduling of all testing procedures shall be arranged to suit the convenience of the City. • 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 hydros " reesure fo inimum of 4 .hours. 'After the pressure has b . _ bilized, t ensure loss shall be compared with maximum�7 able leaka over the four-hour 28 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 • 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. • 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 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. • Correct defects and deficiencies discovered in electrical work during testing. * 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. • Adjustment: After completion of grading, seeding or sodding, and rolling of grass areas, carefully adjust lawn sprinkler heads so that they will be flush with finish grade. 4.) 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. G. SAFETY: Government Regulations 29 • 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 Q.S.H.A. safety rules and regulations in the operation of equipment and performance of work. • 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. Crew members shall wear approved high visibility vests. A supervisor shall be on site at all times. • Contractor shall be responsible for all costs related to any and all materials required for proper traffic regulation. • 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. 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. H. SUBMITTALS: • Shop Drawings: Dimensioned drawings and layouts showing location of system components, accessories and secondary systems. Include wiring diagrams, connections and special installation details. Upon project completion, Contractor shall Submit to City, a complete set of certified as -built drawings indicating proper circuit numbers, conduit homeruns, branch conduit runs, valve locations and any other data deemed pertinent by City. _ r Product Data: Manufacturers technical product literature, including y _ specifications and installation in ionsfor eac�omponent and system. 30 t I. PERMITS: Contractor shall be responsible for obtaining all necessary State, County, and Local permits necessary to complete project. . 0 I I 31 • COMPANY NAME: (Please Print) Phone: / 1 ARAZOZA BROTHERS CORPORATION Fax: --NOTICE--- BEFORE SUBMITTING YOUR BID, MAKE SURE YOU... Carefully read the General Terms & Conditions, Special Conditions and the General Requirements. 2. Carefully read the DETAILED SPECIFICATIONS and then properly fill out the BID FORM. 3. Fill out and sign the NON -COLLUSIVE AFFIDAVIT and have it properly notarized. 4. Sign the CERTIFICATION PAGE. Failure to do so will result in your Bid being deemed non- responsive. 5. Fill out BIDDERS QUALIFICATION STATEMENT. 6. Fill out the REFERENCES PAGE. 7. Sign the VENDOR DRUG FREE WORKPLACE FORM. 8. Fill out the LIST OF SUBCONTRACTORS (if applicable). NA 9. Include a BID BOND. Failure to provide a bond will result in automatic rejection of your bid. 10. Submit ONE ORIGINAL AND TWO (2) PHOTOCOPIES of your bid and clearly marked with the BID NUMBER AND BID NAME on the outside of the envelope. 12. Make sure your BID is submitted prior to the deadline. Late Bids will not be accepted. 13. Include proof -of insurance. FAILURE TO PROVIDE THE REQUESTED ATTACHMENTS MAY RESULT IN YOUR BID BEING DEEMED NON -RESPONSIVE. THIS PAGE AND THE FOLLOWING PAGES ARE TO BE RETURNED WITH YOUR BID. THIS SHOULD BE THE FIRST PAGE OF YOUR BID. -W ems: I'� 32 �` Submitted by: BID FORM 0 BID 99-28B LANDSCAPING & IRRIGATIONS PROJECTS ARAZOzA BROTHERS CORPORATION J THIS BID SUBMITTED TO: CITY OF TAMARAC Attention: Purchasing and Contracts Manager 7525 Northwest 88th Avenue, Tamarac, Florida 33321 S-2;►-C3-Gq (Date) 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 after the date of the City's Notice of Award. 0 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. A& 33 11 Bid 99-28B LANDSCAPING AND IRRIGATION PROJECTS BID FORM • IRRIGATION PRICING COMMERCIAL BLVD. UNIVERSITY DR. PINE ISLAND RD. PRICE PRICE PRICE MATERIALS n/a JACK & BORING n/a PUMP STATION n/a LABOR n/a LANDSCAPING PRICING PLANT LIST COMMERCIAL BLVD. UNIVERSITY DR. PINE ISLAND RD. Total Qty Price Each Total Price Total Qty I Price Each Total Price Total Qty Price Each Total Price Mahogany 62 100 Carpentaria Palm 22 48 Silver Buttonwood 2821 660 Cocoplum 1260 1767 Indian Hawthorne 700 1159 Beach Sunflower 2425 4289 Gold Lantana 1847 3407 Liriope 1309 2253 Golden Shower 6 Royal Poinciana 2 Jacaranda 1 Live Oak 14 Pink Trumpet 9 Alexandra Palm 14 Montgomery Palm 20 Dwarf Bush Alamanda 1172 Dwarf Schellings 875 Confetti Lantana 2097 False Mexican Heather 2648 PRICE PRICE PRICE SOD - FLORATAM MULCH LABOR SAFETY (M.O.T.) PRICING COMMERCIAL BLVD. UNIVERSITY DR. PINE ISLAND RD. PRICE PRICE PRICE SAFETY (M.O.T.) TOTAL BID PRICE COMMERCIAL BLVD. I UNIVERSITY DR. 34 PINE ISLAND RD. BID FORM continued ARAZOZA BROTHERS CORPORATION - Bidders Name: L A NOTE: Bid submittals without the manual signature of an authorized agent of the Bidder shall be deemed non -responsive and ineligible for award. TERMS: _ - fZ% DAYS: a Delivery/completion: calendar days after receipt of Purchase Order NOTE: To be considered eligible for award, one (1) ORIGINAL AND TWO (2) COPIES OF THIS BID FORM must be submitted with the Bid. IF "NO BID" IS OFFERED, PLEASE PROVIDE THE FOLLOWING INFORMATION: Please indicate reason(s) why a Bid Proposal is not being submitted at this time. Return the Bid Form to avoid removal of Bidder from the City of Tamarac's vendor listing. 35 • 0 STANDARD FORM OF AGREEMENT THIS AGREEMENT is entered into on 1999, between the City of Tamarac, a municipal corporation with principal offices located at 7525 NW 88cn Avenue, Tamarac, Florida 33321 (hereinafter "City") and, Arazoza Brothers Corporation,_ a Florida corporation with principal offices located at, 15901 SW 242 Street, Homestead, Florida 33031 (hereinafter "Contractor) WITNESSETH: The CITY and the CONTRACTOR in consideration of the mutual covenants hereinafter set forth, agree as follows: The undersigned CONTRACTOR hereby represents that it has carefully examined the Proposal Specifications and all Contract documents, and will perform the contractual requirements pursuant to all covenants and conditions. The CONTRACTOR agrees to comply with the requirements of the specifications contained in the Request for Proposal. 2. The CONTRACTOR, as evidenced by the execution of this contract, acknowledges that it has examined the physical characteristics of the job requirements. The CONTRACTOR further acknowledges that the bid price of $117,297.75 for Commercial Boulevard, $90,848.25 for University Drive and $139,091.20 for Pine Island Road, includes all costs and expenses and is the total compensation required to be paid by the CITY for the satisfactory completion of the contract requirements. 3. The contract between the CITY and the CONTRACTOR include the following documents which are attached hereto and incorporated herein by reference of the following: CONTRACT DOCUMENT/S Invitation to Bid, Instructions to Bidders, General Terms and Conditions, Insurance Requirements, Special Conditions Specifications Bid Form Bid Signature Form Statement of No Bid Variations Non -Collusive Affidavit Certification Bidder's Qualification Statement References Drug Free Workplace Certification Addenda numbers 1 to 3 , inclusive, and Any Modifications, including Change Orders, duly delivered after execution of this Agreement. 4. This Agreement shall be for a term equal to the completion of the three (3) projects as specified in the Invitation to Bid and may be extended if agreed to in writing by both parties. 5. 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 0 United States mail, with return receipt requested, addressed to the party for whom it is intended at the following addresses. CITY Jeffrey L. Miller City Manager City of Tamarac 7525 N.W. 88th Avenue Tamarac, FL 33321 With a copy to the City Attorney at the same address. CONTRACTOR Albert Arazoza (Name of Contractor) President (Title of named above) Arazoza Brothers Corporation ,(Name of Company) 15901 SW 242 Street (Address) Homestead Florida 33031 SCity, State, ZIP) • 6. The CONTRACTOR shall not, without prior written consent of the CITY, assign any portion of its interest under this contract and, specifically, the CONTRACTOR shall not assign any moneys due or to become due without the prior written consent of the CITY. 7. CONTRACTOR represents and warrants that the computer system used to carry out the obligations set forth in this Agreement ("the System"), and all interfaces to the System, including, but not limited to, interfaces with other systems and data entry interface for the System, are Year 2000 compliant. Year 2000 compliant means information technology that accurately processes date/time data (including, but not limited to, calculating, comparing, and sequencing) from, into, and between the twentieth and twenty-first centuries and the years 1999 and 2000 and leap year calculations. Year 2000 compliant also means that the Year 2000 compliant information technology, when used in combination with other information technology, shall accurately process date/time data when other information technology exchanges date/time data with it. This warranty shall survive the expiration or termination of this Agreement. 8. CONTRACTOR agrees to 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) including but not limited to, loss of life, bodily or personal injury, or property damage, and loss of use thereof, directly or indirectly caused by, resulting from, arising out of or occurring in connection with the failure of CONTRACTOR's System to be Year 2000 compliant. 9. The CITY and the CONTRACTOR each binds themselves, their partners, successors, assigns and legal representatives to the other party hereto in respect to all covenants, agreements and obligations contained in the contract documents. 10. The contract documents constitute the entire agreement between the CITY and the CONTRACTOR and may only be altered, amended or repealed by a duly executed written instrument. 11. This Agreement shall be governed by the laws of the State of Florida as are now and hereinafter in force. The venue for actions arising out of this Agreement is fixed in Broward County, Florida. IN WITNESS WHEREOF, the parties hereto have executed this Agreement, the day and year first above written. ATTEST: Carol Gold, AAE/CMC City Clerk 'I- Mitoll S. Ki City Attorney WITNESS: tol .-Io`�� (Pr n or ype Nan (Print or Type Name) CITY OF TAMA C, FLORIDA By: JC-4-5� „ J Schreiber, Mayor By JeffreyV. Mi4qr City Manager CONTRACTOR: By: (Print or Type Name and Title) • STATE OFa� COUNTY OF AP CORPORATE ACKNOWLEDGEMENT The foregoing instrument was acknowledged before me this 1.25� day of 1999 by(name of officer or agent, title of officer or agent) of cl—'—c (name of corporation acknowledging), atiGkc�' (state or place of incorporation) corporation, on behalf of the corporation. He is personally known to me identification and did (did not) take an oath. oFF1 IAL N ARY S A RMEMARY FERRRINO N(YrARY PUBLIC STATE OF FLORIDA COMMISSION No. CCSM6 Y C "4 5SION. EXP. MAY 23 �J (type of identification) as Signature of Notary Public — State of Florida Print, Type or Stamp Name of Notary Public r] C REQUEST FOR BID V 0 I:j 11XIMsb-1:I:3 LANDSCAPING & IRRIGATION PROJECTS FINANCE DEPARTMENT PURCHASING DIVISION CITY OF TAMARAC 7525 NW 88TH AVENUE TAMARAC, FLORIDA 33321-2401 /4. 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 BID NO. 99-28B INVITATION TO BID 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, August 11, 1999 at 2:00 p.m., at which time bids will be publicly opened and announced for: LANDSCAPING & IRRIGATIONS PROJECTS 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 original and two copies (2) of the bid shall be submitted on an official bid form furnished wit the bid package and those submitted otherwise will not be considered responsive. The submit shall be plainly marked Bid No. 99»28B, LANDSCAPING & IRRIGATIONS PROJECTS opening August 11, 1999 at 2:00 p.m." on the outside of the envelope. A Pre -Bid Conference and tour of the project site will be held on Tuesday, July 20, 1999 at 1:30 p.m., at the Tamarac City Hall, Conference Room 105, 7525 NW 88th Avenue, Tamarac, Florida. At this conference, full size plans will be provided to all contractors in attendance. It is strongly urged that all contractors planning to bid attend this meeting. The work performed consists of the Contractor furnishing all labor, materials, tools, and equipment necessary as indicated in the specifications. 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 inquiries, contact the Purchasing Office at (954) 724-2450. ,4/01 wi Anne Lodato GT,:.Senior`Buyer' Public . rifihel:'Sunday, 7/11/99 Sunday, 7/18/99 Equal Opportunity Employer INSTRUCTIONS TO BIDDERS BID NO. 99-28B LANDSCAPING & IRRIGATIONS PROJECTS 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. 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, August 11, 1999, no later than 2:00 PM. 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 OP,ate of the bid opening on the outside of the sealed bid package. Delivery of the sealed bids to the ity 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 anner satisfactory to the City of Tamarac. r- WITHDR_ L OF BID,: Ariy:Bidder may virithdra t bid prior-10 _4indicated opening time. e request f�rthdrawal must be submitted in writin� the Cit Purchn • Office. Y 9 2 4. 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 rea0 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. 5. NON -COLLUSIVE AFFIDAVIT: Each Contractor shall complete the Non -Collusive Form and shall submit the form with the Bid. CITY considers the failure of the Contractor to submit this document to be a major irregularity and may be cause for rejection of the Bid. 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. 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 a 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.O.B. destination to a specific City of Tamarac address or other participating Broward Governmental Cooperative Purchasing Group participating agency. 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. 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. 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 witAlis bid shall be new, warranted for their merchantability, fit -for a particular purpose f from defect`and consistent with industry standards..T a products shall be delia�ered to.tq Ci* `= '�� cellent4con��h. In the: event -that any of the pro= supplied ta_ f>�Gity'_are found o be ctive'6r;doMkonform'to the 'specifications, the Cit-serves the rights return the pro7uct to the Bidder at no cost to the City.c 3 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 Isult of this bid. The seller agrees to hold the City harmless from all liability, loss or expense cccasioned by any such violation. 13. SAFETY STANDARDS: The Bidder warrants that the product(s) supplied to the City conforms with all respects to the standards set forth in the Occupational Safety and Health Act and its amendments to any industry standards if applicable. 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 reement 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. 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. . BID PREPARATION EXPENSE: The Bidder preparing a bid in response to this bid shall bear all ens.�S associ _ d with its preparation. The Bidder shall epare a bid wjth the understanding that � Clair fq� reign cement shall be ubmitted to the Ci the expense bid preparation and/or sentatiori.� 4 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. 0 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 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 which the Bidder agrees to maintain during the term of this contract: Line of Business/ Coverage Commercial General Liability Including: Premises/Operations Contractual Liability Personal Injury Explosion, Collapse, Underground Hazard Limits Occurrence $1,000,000 Products/Completed Operations Broad Form Property Damage Cross Liability and Severability of Interest Clause Automobile Liability $1,000,000 Workers' Compensation & Employer's Statutory Liability Aggregate $1,000,000 $1,000,000 • The .City reserves the right to require higher limits depending upon the scope of work under this wAAgreement. �ther Bidder' -ho- many subcontractor shall commenc k-uiiBeF'-thi�ritract :until theAave gained all'insu��ce re uired under this section and h�u lied the with;evidenceofsuch q pp tV coverage in the form of an insurance certificate and endo�ement. The Bidder will ensure that all 5 subcontractors will comply with the above guidelines and will maintain the necessary coverages throughout the term of this Agreement. *I insurance carriers shall be rated at least A-VII per Best's Key Rating Guide and be licensed to do usiness 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 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 IlRom, arising out of or occurring in connection with the operations of the Bidder or his ubcontractors, 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. 26. BID TABULATION: Bidders who wish to receive a copy of the bid tabulation should request it by enclosing a stamped, self-addressed envelope with their bid, or by requesting a tabulation be sent to their fax machine. Bid results will not be given out by telephone. The City does not notify unsuccessful bidders of contract awards. 27.E RECORDS/AUDITS: The Contractor. shall maintain ring the term of the contract all books, �Wrts and records in accordance wpt ith generally acceaccounting practices and standards for rds directly related to this contract. The form of all ds, and reports shall be subject to the ti ova'fbf fhe CiA uditor., The Contractor agrLe to available to th ity's Auditor, during n„ al business hau and in Broward, Dade or Palm Bea32 �Counties, all books of account, reports N. 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. 28. Y2K PROCEDURES: CONTRACTOR represents and warrants that the computer system used to carry out the obligations set forth in this Agreement ("the System"), and all interfaces to the System, including, but not limited to, interfaces with other systems and data entry interface for the System, are Year 2000 compliant. Year 2000 compliant means information technology that accurately processes datettime data (including, but not limited to, calculating, comparing, and sequencing) from, into, and between the twentieth and twenty-first centuries and the years 1999 and 2000 and leap year calculations. Year 2000 compliant also means that the Year 2000 compliant information technology, when used in combination with other information technology, shall accurately process date/time data when other information technology exchanges date/time data with it. This warranty shall survive the expiration or termination of this Agreement. CONTRACTOR agrees to 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 attomeys' fees) including but not limited to, loss of life, bodily or personal injury, or property damage, and loss of use thereof, directly or indirectly caused by, resulting from, arising out of or occurring in connection with the failure of CONTRACTOR's System to be Year 2000 compliant. • 7 SPECIAL CONDITIONS C7 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. 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 �pproval obtained from applicable representative of the Home Owners' Association in writing. Any aterials or equipment left on site shall be with the Contractor, who is fully and totally responsible for security. 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 property, the contractor shall immediately contact the City's Public Work's 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 will be responsible for all County fees (B.O.R.A. - $0.35 per $1000). S. 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 thq�Notice of Award. Additionally, Contractor shall apply for all applicable licenses or *permits within 1_fays of the Notice of Award. M -- , -WAIVER LENS: Prior to Final Payment of tlae�i' ontract Sum, a nal waiver of -Ileh shall W�e submitted by F'suppliers, subcontractors, and/or Cdn%ctors who woiF ed on the project that is subject of the AGREEMENT. Payment of the and. Ad acceptance of such payment by the ::3 CONTRACTOR shall release the CITY from all claims of liability to the CONTRACTOR in connection with the AGREEMENT. 7. PAYMENT: Payment will be made after project has been completed, accepted, and properigh invoiced. Invoices must bear the project name, bid number and purchase order number. The Cit 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 place the release of the Performance Bond on the City Commission Agenda, thereby beginning the one-year warranty period. 8. CONTRACT DOCUMENTS: The contract documents shall consist of the Bid Proposal executed and submitted by the contractor, Project specifications, plans and specifications (where applicable), any addendum's or change orders, performance bond, insurance certificate, and the City resolution awarding the bid. 9. CHANGE ORDERS: Without invalidating the contract, and without notice to any surety, the City reserves and shall have the right to make increases, decreases or other changes to the character or quality of the work as may be considered necessary or desirable to complete the proposed construction in a satisfactory manner. The contractor shall not start work on any such alteration that requires an increase to either the contract price or contract time 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. A. CHANGES IN THE WORKICONTRACT PRICE I. CONTRACT PRICE: The Contract Price constitutes the total compensation (subject to authorized adjustment payable to the Contractor for performing the work. All duties, responsibilities and obligation* 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 Engineer. 2. 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 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 2. All extra work ordered and performed in accordance with the foregoing, for which there is no price included in the Proposal, will be paid for at the price (mutually agreed upon by the Contractor and the Engineer to be equitable compensation for the work contemplated) stipulated in the Engineer's written order for such work. If, prior to execution of a change order, the Contractor and the Engineer fail to agree upon an equitable price for any necessary extra work, :it shalle performed by using such tools, -labor, equipment and materials, and Will be compensated for in this=following manner an s. ect to the approvals by,CITY as set forth in CITY's C f Ordinances, arding procurement ofas otherwise arorized by the CITY. - - - - iJ A. For all labor, including a foreman and equipment in direct charge of the specified operations, the Contractor shall receive a sum equal to the current local rate of wages for every hour that the labor and equipment are actually engaged in such work to which shall be added an amount equal to 15% of such sum and a total thereof shall be full compensation to the Contractor for general supervision and for furnishing and repairing small tools and ordinary equipment used in doing the extra work. In addition, the Contractor shall be paid the actual cost of Social Security Taxes, Surety Bond, Unemployment Insurance, Workmen's Compensation Insurance and Contractor's Public Liability and Property Insurance involved in such extra work, based on actual wages paid to such labor. B. For all materials used, the Contractor shall receive the actual cost of such materials, including freight charges as shown by original receipted bills, to which cost shall be added, an amount equal to 10% thereof. C. For any special machinery or special equipment, including fuel and lubricants therefore, required for the economical performance of extra work, the Engineer shall allow the Contractor a reasonable rental price, to be agreed upon in writing before such work is begun, for every hour that such special machinery or equipment is used on the work. Rental time will not be allowed while equipment is inoperative due to breakdowns and shall be restricted to the actual time that the equipment is in productive operation on the extra work being performed. 3. NOTICE OF CHANGE If notice of any change affecting the general scope of the work or change in the Contract Price is required by the provisions of any Bond to be given to the Surety, it will be Contractor's responsibility to so notify the Surety, and the amount of each applicable Bond shall be adjusted accordingly. The Contractor shall 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. 4. FULL PAYMENT The Compensation herein provided shall be received and accepted by the Contractor as payment in full for all extra work done or costs incurred in event of cancellation. B. CHANGES IN CONTRACT TIME 1. 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. 2. 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 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 th neral nature the claim. Contractor hereby agrees to waive rights to recover an t time orJncmed _ costsa from delays unless Qontractor has given the notice and the s orting -data rered by this Paragraph 2. fits,' 3. 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 th work, unless the Contractor can clearly demonstrate that such delays did or will, in face 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. In the event satisfactory adjustment cannot be reached by the City and the Contractor for any item requiring a change in the contract price or contract time, 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 value 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. 10. 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 $200 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 consequence of such delay and both parties desiring to obviate any question of dispute concemino 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. 11. BONDS: The contractor shall furnish a separate W _5% of the final contract amount at the completign and 'Associated with throject, a one year warranty period _ .-WOWi = e surety on any'ond furriished by the contractor is its right to do business is terminated in Florida, the cont my Bond in the amount of not less than pal approval and=acceptance of all worip egin. aeed.bankrupt 61�becomes insolvent, or 5r shall, within seven (7) days thereafter, 11 substitute another bond meeting the requirements outlined above, which must also be acceptable to the City. 0. COMPLETION: Contractor shall adhere to the following completion schedule: Commercial Boulevard: 60 days after receipt of "Notice to Proceed". University Drive: 90 days after receipt of "Notice to Proceed". Pine Island Road: 120 days after receipt of "Notice to Proceed". 13. AWARD OF BID: The City intends to award the bid to the lowest responsive, responsible bidder. The Contractor needs to prepare the bid form with the possibility of separate awards per project location as the City reserves the right to award the bid on a split order basis, lump sum or individual item basis unless otherwise stated. r1 LJ 12 DETAILED SPECIFICATIONS • SCOPE OF SERVICES: The City of Tamarac is interested in obtaining proposals from qualified Contractors, for the installation of irrigation and landscaping as described herein for the medians on University Drive between Southgate Boulevard and Commercial Boulevard on Commercial Boulevard between NW 64th Avenue and Rock Island Road and on Pine Island Road between Southgate Boulevard and McNab Road 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 landscape contractor and crew with at least three years of verifiable full-time experience with landscaping and irrigation projects of similar nature or dollar cost. SPECIFICATIONS: The attached sets of plans entitled "Commercial Boulevard Medians Landscape Plan" and "University Drive Medians Landscape Plan, and "Pine Island Road: McNab Road to Southgate Boulevard" along with the Additional 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. ADDITIONAL SPECIFICATIONS: A. Landscaping 1.) Contractor shall provide trees, shrubs and plants of quantity, size, genus, species and variety shown and scheduled for landscape work and complying with recommendations and requirements of ANSI Z60.1 "American Standard for Nursery Stock," grown in a recognized nursery in accordance with good horticultural practice as prescribed by the International Society of Arboriculture (ISA) and free of disease, insects, eggs, larvae and defects such as knots, sun - scald, injuries, abrasions, or disfigurement. Plants shall have a habit of growth that is normal for the species and shall be healthy, vigorous and equal or exceed the measurements specified in the plant list. Plants that meet the requirements specified, but do not have the normal balance of height and spread typical for the respective plant, will be rejected. Plants shall be measured before pruning with branches in normal position. Any necessary pruning shall be done at the time of punting. Plant materials should be graded Florida No. 1 or better as outlined u der_the most current Grades & Standards for nursery plants, State of Florida 4, 8eNWnent.of Agriculture and Consumer Sevices, Division of Plant Industry.