Loading...
HomeMy WebLinkAboutCity of Tamarac Resolution R-2003-195Temp. Reso #10225 August 12, 2003 Page 1 CITY OF TAMARAC, FLORIDA RESOLUTION NO. R-2003- !4� A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF TAMARAC, FLORIDA, AUTHORIZING THE APPROPRIATE CITY OFFICIALS TO EXECUTE AN AGREEMENT WITH SPECIFIED ARCHITECTURAL SYSTEMS, INC., A SOLE SOURCE DISTRIBUTOR, FOR THE REPLACEMENT OF THE TRANSLUCENT PANEL ROOF SYSTEM AT CITY HALL; AUTHORIZING AN EXPENDITURE NOT TO EXCEED $316,583.30, WHICH INCLUDES A CONTRACT PRICE OF $287,803.00 AND A PROJECT CONTINGENCY OF $28,780.30; PROVIDING FOR CONFLICTS, PROVIDING FOR SEVERABILITY; AND PROVIDING FOR AN EFFECTIVE DATE. WHEREAS, the existing roof system at City Hall was originally installed when the facility was constructed in 1985; and WHEREAS, the system consists of translucent panels which provide protection from the elements while supplying natural daylight to the interior of the atrium area; and WHEREAS, In 1996, a contract was awarded to Garmong & Padgett Sales, Inc. for the purpose of performing weather sealing and panel restoration for the existing Kalwall roofing system at City Hall because the service lifetime of the roofing system was being compromised due to water leaks; and WHEREAS, an engineering study was performed in 1999 to assess the condition and provide replacement recommendations for the roof at City Hall, which identified areas of deterioration and recommended eventual replacement; and WHEREAS, in the Fiscal Year 2001 Budget, a "sinking fund" was created for the purpose of setting aside smaller increments of funding each year until such time that the full replacement cost would be accumulated, thereby allowing for the planned replacement Temp. Reso #10225 August 12, 2003 Page 2 of the roof without an unusually large financial commitment in one particular year; and WHEREAS, due to significant maintenance issues, the threat of possible structural damage, and miscellaneous side effects from water damage, it has now. become necessary to move up the replacement and the remaining cost of the roof replacement was allocated in the Fiscal Year 2003 Mid -Year Budget Adjustment (R- 2003-86);and WHEREAS, the manufacturer of the existing panel system, Kalwall Corporation, has only one certified installer in the state of Florida and staff research revealed that there is no other manufacturer which produces an equivalent roof system which meets the specifications of the existing system; and WHEREAS, City of Tamarac Code §6-151 grants the authority to waive competitive bid requirements for the purchase of supplies and services available from only one (1) source; and WHEREAS, the cost proposal submitted by Specified Architectural Systems, Inc. is both fair and reasonable and is equal to or better than what would be extended to another customer with similar needs; and WHEREAS, consideration for another system would require significant structural modifications, including electrical and lighting changes, at a cost that would greatly exceed the proposed replacement cost; and WHEREAS, funding is available for this project in the "Buildings — Roofing Systems Repair and Replacement" capital improvement project (PW98H); and WHEREAS, the Interim Director of Public Works and the Interim Purchasing and Contracts Manager recommend that the appropriate City Officials enter into an agreement with Specified Architectural Systems, Inc., a sole source distributor, for the replacement of Temp. Reso #10225 August 12, 2003 Page 3 the translucent panel roof system at City Hall in an amount not to exceed $316,583.30, which represents a contract price of $287,803.00 and a 10% project contingency of $28,780.30; 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 execute an agreement with Specified Architectural Systems, Inc. for the replacement of the translucent panel roof system at City Hall in an amount not to exceed $316,583.30. 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 appropriate City Officials are hereby authorized to execute the "Agreement Between the City of Tamarac and Specified Architectural Systems, Inc." hereto attached as Exhibit 1" for the replacement of the translucent panel roof system at City Hall. SECTION 3: An expenditure in an amount not to exceed $316,583.30, which represents a contract amount of $287,803.00 and a project contingency of $28.780.30, is hereby authorized. SECTION 4: All resolutions or parts of resolutions in conflict herewith are hereby repealed to the extent of such conflict. SECTION 5: If any clause, section, other part or application of this Resolution is held by any court of competent jurisdiction to be unconstitutional or invalid, in part or application, it shall not affect the validity of the remaining portions or applications of this Temp. Reso #10225 August 12, 2003 Page 4 Resolution. SECTION 6: This Resolution shall become effective immediately upon its passage and adoption. PASSED, ADOPTED AND APPROVED this 251" day of August, 2003. ATTEST: MARION SWE SON, CMC CITY CLERK I HEREBY CERTIFY that I have approved this RESOLUTION as to form. .ram... OE SCHREIBER Mayor RECORD OF COMMISSION VOTE: MAYOR SCHREIBER DIST 1: COMM. PORTNER DIST 2: COMM. FLANSBAUM-TALABIS DIST 3: COMM. SULTANOF DIST 4: V/M ROBERTS 0 1 1 of Tamarac Purchasing and Contracts Division AGREEMENT BETWEEN THE CITY OF TAMARAC AND SPECIFIED ARCHITECTURAL SYSTEMS, INC. THIS AGREEMENT is made and entered into this day of ';�2003 by and between the City of Tamarac, a municipal corporation with principal offices located at 7525 N.W. 88th Ave., Tamarac, FL 33321 (the "CITY") and Specified Architectural Systems, Inc., a Florida corporation with principal offices located at 1927 Laurel Street, Sarasota, FL 34236 (the "Contractor") to provide for the replacement of the Kalwall translucent panel system for City Hall. Now therefore, in consideration of the mutual covenants hereinafter set forth, the City and Contractor agree as follows: 1) The Contract Documents The contract documents consist of this Agreement, conditions of the contract (General, Supplementary and other Conditions), drawings and specifications attached hereto as Exhibit "A", all addenda issued prior to, and all modifications issued after execution of this Agreement. These contract documents form the Agreement, and all are as fully a part of the Agreement if attached to this Agreement or repeated therein. 2) The Work The Contractor shall perform all work for the City required by the contract documents as set forth below: a) Contractor shall furnish all labor, materials, and equipment necessary to replace the existing Kalwall Translucent Roof and Wall Panel System with a new Kalwall Panel System at the City Hall facility located at 7525 NW 88" Avenue in Tamarac, Florida, including the removal and disposal of the existing panels from the area, b) Contractor shall supervise the work force to ensure that all workers conduct themselves and perform their work in a safe and professional manner. Contractor shall comply with all OSHA safety rules and regulations in the operation of equipment and in the performance of the work. Contractor shall at all times have a competent field supervisor on the job site to enforce these policies and procedures at the Contractor's expense. c) Contractor shall provide the City with a written installation schedule for approval including specific dates and times prior to the beginning of work under this Agreement. Contractor shall provide the City with seventy-two (72) hours written notice prior to any schedule change with the exception of changes caused by inclement weather. Contractor shall adjust the method of installing the roof during regular business hours to avoid interference with the regular activities of employees 1 of Tamarac 0a, Purchasing and Contracts Division and visitors of the City Hall building to include work at night or on weekends as necessary. d) All equipment must be stored in a safe manner and the worksite must be kept free of debris when the Contractor is not in operation. The City shall not be responsible for damage to any equipment or personal injuries caused by the Contractor's failure to safely store equipment and clean the worksite. e) Contractor shall only remove those panels which could be replaced and sealed against water intrusion before the end of work each day and Contractor shall adequate take safety measures to ensure the protection of persons and property within the City Hall facility at all times. Contractor shall keep the work site reasonably free from debris and properly dispose of all materials in a timely manner. f) Contractor shall comply with any and all Federal, State, and local laws and regulations now in effect, or hereinafter enacted during the term of this Agreement, which are applicable to the Contractor, its employees, agents or subcontractors, if any, with respect to the work and services described herein. 3) Insurance Contractor shall obtain at Contractor's expense all necessary insurance in such form and amount as required by the City's Risk and Safety Officer before beginning work under this Agreement including, but not limited to, Workers' Compensation, Commercial General Liability, and all other insurance as required by the City, including Professional Liability when appropriate. Contractor shall maintain such insurance in full force and effect during the life of this Agreement. Contractor shall provide to the City's Risk and Safety Officer certificates of all insurances required under this section prior to beginning any work under this Agreement. The Contractor will ensure that all subcontractors comply with the above guidelines and will retain all necessary insurance in force throughout the term of this agreement. Contractor shall indemnify and hold the City harmless for any damages resulting from failure of the Contractor to take out and maintain such insurance. Contractor's Liability Insurance policies shall be endorsed to add the City as an additional insured. Contractor shall be responsible for payment of all deductibles and self-insurance retentions on Contractor's Liability Insurance policies. 4) Bonds The Contractor shall furnish separate Performance and Payment Bonds in the amount of 100% of the total contract amount as security for the faithful project performance and payment of all of the Contractor's obligations under the contract documents, per City Code Section 10-156. At the completion and formal approval and acceptance of all work associated with the project, a one (1) year warranty period will begin. At this time, a warranty bond in an amount not less than twenty-five percent (25%) of the final contract amount must be submitted. 2 i pF Tq M of Tamarac Purchasing and Contracts Division If the surety on any bond furnished by the Contractor is declared bankrupt or becomes insolvent, or its right to do business is terminated in Florida, the Contractor shall, within seven (7) days thereafter, substitute another bond meeting the requirements outlined above, which must also be acceptable to the City. Within fifteen (15) calendar days after the contract award, but in any event prior to commencing work, the Contractor shall execute and furnish the City a Performance Bond and Payment Bond, each written by a corporate surety, having a resident agent in the State of Florida and having been in business with a record of successful continuous operation for at least five (5) years. The surety shall hold a current certification of authority from the Secretary of Treasury of the United States as an acceptable surety on federal bonds in accordance with the United States Department of Treasury Circular No. 570. The Contractor shall be required to provide acceptable, separate Performance and Payment Bonds in the amount of 100% of the contract amount. The Performance Bond shall be conditioned that the Contractor performs the contract in the time and manner prescribed in the contract. The Payment Bond shall be conditioned that the Contractor promptly make payments to all persons who supply the Contractor in the prosecution of the work provided for in the contract and shall provide that the surety shall pay the same in the amount not exceeding the sum provided in such bonds, together with interest at the maximum rate allowed by law and that they shall indemnify and save harmless the City to the extent of any and all payments in connection with the carrying out of said contract which the City may be required to make under the law. Such bonds shall continue in effect for one (1) year after final payment becomes due except as otherwise provided by law or regulation or by the Contract Documents with the final sum of said bonds reduced after final payment to an amount equal to twenty-five percent (25%) of the Contract price, or an additional bond shall be conditioned that the Contractor correct any defective or faulty work or material which appears within one (1) year after final completion of the contract, upon notification by the City. The Warranty Bond shall cover the cost of labor as well as materials 5) Time of Commencement and Substantial Completion The work to be performed under this Agreement shall be commenced after execution of the Agreement and not later than 15 days after Contractor receives Purchase Order and Notice to Proceed. Drawings must be completed and reviewed not later than October 31, 2003 and material fabrication shall be completed not later than January 16, 2004. The total project shall be substantially completed no later than March 12, 2004. 6) Contract Sum The Contract Sum for the above work is Two Hundred Eighty -Seven Thousand, Eight Hundred and Three Dollars and Zero Cents ($287,803.00). A project contingency in the amount of Twenty -Eight Thousand, Seven Hundred Eighty Dollars and Thirty Cents ($28,780.30) may be expended only for unforeseen items which may arise during the course of the project. These contingency funds may only be expended through written agreement by the City and the Contractor. 3 ri, City of Tamarac .................. ° ��y� Purchasing and Contracts Division ..... r hr 7) Payments The City shall pay in full the Contract Sum to the Contractor upon completion of the work listed in Paragraph 2 of this Agreement unless the parties agree otherwise. The City shall pay the Contractor for work performed subject to the specifications of the job and subject to any additions and deductions by subsequent change order provided in the contract documents. The Contractor shall invoice the City for final payment and provide a written request to the City to commence the one-year warranty period. All necessary Release of Liens and Affidavits shall be processed before the warranty period. 8) Change Orders Without invalidating the contract, without any monetary compensation, and without notice to any surety, the City reserves and shall have the right to make increases, decreases or other changes to the work as may be considered necessary or desirable to complete the proposed construction in a satisfactory manner. The Contractor shall not start work pursuant to the change order until a change order setting forth the adjustments is approved by the City, and executed by the City and Contractor. Once the change order is so approved, the Contractor shall promptly begin the work. The Contract Price constitutes the total compensation (subject to authorized adjustments, if applicable) payable to the Contractor for performing the work. All duties, responsibilities and obligations assigned to or undertaken by the Contractor shall be at his expense without change in the Contract Price or Time except as approved in writing by the City. 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 City 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. The Contract Time may only be changed by a Change Order. A fully executed change order must exist prior to the extension of the contract time. Any claim for an extension of the Contract Time shall be based on written notice delivered by the party making the claim to the other party at least fifteen (15) days prior to the substantial completion date of the project. Notice of the extent of the claim shall be delivered with supporting data and stating the general nature of the claim. Contractor 4 a c nMa City of Tamarac Purchasing and Contracts Division .... hereby agrees to waive rights to recover any lost time or incurred costs from delays unless Contractor has given the notice and the supporting data required by this Paragraph. Extensions of time shall be considered and will be based solely upon the effect of delays to the work as a whole. Extensions of time shall not be granted for delays to the work, unless the Contractor can clearly demonstrate that such delays did or will, in fact, delay the progress of work as a whole. Time extensions shall not be allowed for delays to parts of the work that are not on the critical path of the project schedule. Time extensions shall not be granted until all float or contingency time, at the time of delay, available to absorb specific delays and associated impacts is used. In the event satisfactory adjustment cannot be reached by the City and the Contractor for any item requiring a change in the contract, and a change order has not been issued, the City reserves the right at its sole option to terminate the contract as it applies to these items in question and make such arrangements as the City deems necessary to complete the work. If notice of any change in the contract or contract time is required to be given to a surety by the provisions of the bond, the giving of such notice shall be the Contractor's responsibility, and the amount of each applicable bond shall be adjusted accordingly. The Contractor shall 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 the Contract by the City. 9) Waiver of Liens Prior to payment of the Contract Sum, a final waiver of lien shall be submitted by all suppliers, subcontractors, and/or Contractors who worked on the project that is the subject of this Agreement. Payment of the invoice and acceptance of such payment by the Contractor shall release the City from all claims of liability to the Contractor in connection with the Agreement. 10) Warranty Contractor warrants the materials and workmanship against defect for a period of five year(s) from the date of completion of work. In the event that defect occurs during this time, Contractor shall perform such steps as required to remedy the defects. Contractor shall be responsible for any damages caused by defect to affected area or to interior structure. Additionally, Contractor agrees to perform preventive maintenance to include inspection and tightening of panel screws each year for the term of the warranty. 11) Indemnification The Contractor shall indemnify and hold harmless the City, its elected and appointed officials, employees, and agents from any and all claims, suits, actions, damages, liability, and expenses (including attorneys' fees) in connection with loss of life, bodily or personal injury, or property damage, including loss of use thereof, directly or indirectly caused by, resulting from, arising out of or occurring in connection with the operations of the Contractor or its officers, employees, agents, subcontractors, or independent Contractors, excepting only such loss of life, bodily or personal injury, or property damage solely Cit of Tamarac n Purchasing and Contracts Division < P, attributable to the gross negligence or willful misconduct of the City or its elected or appointed officials and employees. The above provisions shall survive the termination of this Agreement and shall pertain to any occurrence during the term of this Agreement, even though the claim may be made after the termination hereof. Nothing contained herein is intended nor shall be construed to waive City's rights and immunities under the common law or Florida Statutes 768.28, as amended from time to time. 12) Non -Discrimination The Contractor agrees that it shall not discriminate against any of its employees or applicants for employment because of their age, handicap, race, color, religion, sex, or national origin, and to abide by all federal and State laws regarding non-discrimination. The Contractor further agrees to insert the foregoing provisions in all subcontracts hereunder except subcontracts for standard commercial supplies or raw materials. Any violation of such provisions shall constitute a material breach of this Agreement. 13) Independent Contractor Contractor is an independent Contractor under this Agreement. Personal services provided by the Contractor shall be by employees of the Contractor and subject to supervision by the Contractor, and not as officers, employees, or agents of the City. Personnel policies, tax responsibilities, social security and health insurance, employee benefits, purchasing policies and other similar administrative procedures applicable to services rendered under this Agreement shall be those of the Contractor. 14) Assignment and Subcontracting Contractor shall not transfer or assign the performance required by this Agreement without the prior consent of the City. This Agreement, or any portion thereof, shall not be subcontracted without the prior written consent of the city. 15) Notice Whenever either party desires or is required under this Agreement to give notice to any other party, it must be given by written notice, sent by registered United States mail, with return receipt requested, addressed to the party for whom it is intended at the following addresses. CITY City Manager City of Tamarac 7525 N.W. 88th Avenue Tamarac, FL 33321 With a copy to City Attorney at the same address. 6 aCity of Tamarac ° Purchasing and Contracts Divisi.on e V Specified Architectural Systems, Inc. Laurel Street Sarasota, FL 16) Termination This Agreement may be terminated by City or Contractor for cause or by the City for convenience, upon thirty (30) days of written notice by the terminating party to the other party for such termination in which event the Contractor shall be paid its compensation for services performed to termination date, including services reasonably related to termination. In the event that the Contractor abandons this Agreement or causes it to be terminated, Contractor shall indemnify the city against loss pertaining to this termination. Default by Contractor: In addition to all other remedies available to the City, this Agreement shall be subject to cancellation by the City should the Contractor neglect or fail to perform or observe any of the terms, provisions, conditions, or requirements herein contained, if such neglect or failure shall continue for a period of thirty (30) days after receipt by Contractor of written notice of such neglect or failure. 17) Liquidated Damages Upon failure of Contractor to complete the work within the time specified for completions (plus approved extensions if any), Contractor shall pay City the sum of $250.00 for each calendar day that the completion of the work is delayed beyond the time specified in the contract for completion, as fixed and agreed liquidated damages and not as a penalty. Liquidated damages are hereby fixed and agreed upon between the parties, recognizing the impossibility of precisely ascertaining the amount of damages that will be sustained by City as a consequence of such delay and both parties desiring to obviate any question of dispute concerning the amount of said damages and the cost and effect of the failure of Contractor to complete the contract on time. Regardless of whether or not a single Contract is involved, the above -stated liquidated damages shall apply separately to each portion of the work for which a time of completion is given. The 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 no 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 7 City of Tamarac Purchasing and Contracts Division ........ ......... ......... ..... ...... 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. 18) Agreement Subject to Funding This agreement shall remain in full force and effect only as long as the expenditures provided for in the Agreement have been appropriated by the City Commission of the City of Tamarac in the annual budget for each fiscal year of this Agreement, and is subject to termination based on lack of funding. 19) Venue This Agreement shall be governed by the laws of the State of Florida as now and hereafter in force. The venue for actions arising out of this agreement is fixed in Broward County, Florida. 20) Signatory Authority The Contractor shall provide the City with copies of requisite documentation evidencing that the signatory for Contractor has the authority to enter into this Agreement. 21) Severability; Waiver of Provisions Any provision in this Agreement that is prohibited or unenforceable in any jurisdiction shall, as to such jurisdiction, be ineffective to the extent of such prohibition or unenforceability without invalidating the remaining provisions hereof or affecting the validity or enforceability of such provisions in any other jurisdiction. The non -enforcement of any provision by either party shall not constitute a waiver of that provision nor shall it affect the enforceability of that provision or of the remainder of this Agreement. 22) Merger; Amendment This Agreement constitutes the entire Agreement between the Contractor and the City, and negotiations and oral understandings between the parties are merged herein. This Agreement can be supplemented and/or amended only by a written document executed by both the Contractor and the City. THIS SPACE INTENTIONALLY LEFT BLANK 0 City of Tamarac :~ K M� Purchasing and Contracts Division . .----._. ......... ......... .. �� IN WITNESS WHEREOF, the parties have made and executed this Agreement on the respective dates under each signature. CITY OF TAMARAC, through its Mayor and Specified Architectural Systems, Inc., signing by and through its President/Owner duly authorized to execute same. ATTEST: Marion Swenson, CIVIC City Clerk Date ATTEST: (Corporate Secretary) Type/Print Name of Corporate Secy CITY OF TAMARAC Joe Schreiber, Mayor Date Jeffrey'L. Miller, City Manager Date ^Ap{�rove+ as to form and legal sufficiency: Mitchell S. Kraft, City Att ney Date Specified Architectural Systems, Inc. Signature of President/Owner Type/Print Name of President/Owner ?/'�X/r: 3 (CORPORATE SEAL) Date 9 of Tamarac r Purchasing and Contracts Division CORPORATE ACKNOWLEDGEMENT STATE OF FLORIDA SS COUNTY OF I HEREBY CERTIFY that on this day, before me, an Officer duly authorized in the State aforesaid and in the County aforesaid to take acknowledgments, personally appeared , a Corporation, to me known to be the person(s) described in and who executed the foregoing instrument and acknowledged before me that he/she executed the same. WITNESS my hand and official seal this day of 20 Signature of Notary Public State of Florida at Large q��,FY PU�r : - t�l�C.�lllf? i4TCI��IStF;i. Expires May 26 zoo., Print Type or Stamp "nnded Thru .'ltlantre fionding ('()., f" Name of Notary Public ❑ Personally known to me or ❑ Produced Identification Type of I.D. Produced ❑ DID take an oath, or ❑ DID NOT take an oath `IC EXHIBIT "A" TAMARAC CITY HALL SECTION 08950 INSULATED TRANSLUCENT FIBERGLASS SANDWICH PANEL SYSTEM PART 1 - GENERAL 1-01 DESCRIPTION A. All requirements of the contract document form an integral part of the work specified herein; in particular, refer to the general conditions and Division 1 of the specifications, including all subdivisions thereof. B. Insulated translucent panel system shall consist of 2-3/4" thick factory prefabricated sandwich panels and system. C. Requests for substitutions must be approved by addendum no later than (10) days prior to bid due date and in keeping with Division 1 (Substitutions) of the specifications. D. Work included: Supply all labor and materials required to deliver and install the insulated translucent panel system. The following major items included are: 1. Removal and disposal of existing panel system 2. New prefabricated insulated translucent sandwich panels. 3. Aluminum installation system. 4. Safety netting E. Related work specified elsewhere: 1. Structural steel/concrete/wood framing: Section 2. Curbs and supporting members: Section 3. Roofing: 4. Masonry: Section 5. Structural steel: Section 6. Metal flashing and counter -flashing: 7. Miscellaneous metals. Section 8. Joint sealants: Section 1-02 QUALITY ASSURANCE A. Manufacturer's and Erector's Qualifications 1. Sandwich panel system must be listed by the International Conference of Building Officials, which require quality control inspections and fire, structural and water infiltration testing of sandwich panel system by an approved agency; and the National Evaluation Service of the International Building Code. 2. Quality control inspections and required testing shall be conducted at least once each year and shall include manufacturing facilities, sandwich panel components and production sandwich panels for conformance with "Acceptance Criteria for Sandwich Panels" as regulated by the ICBO-ES. 3. Translucent panel manufacturer, materials and installation shall be currently listed or approved by the Metropolitan Dade County Building Code Compliance Office. Translucent panel design, materials and installation shall meet current requirements of the 2001 Florida Building Code. TAMARAr' CITY HAI I - TRANFI IICFNT PANFI RFPI A(-FN1FMT 4. Material and products shall be manufactured by a company continuously and regularly employed in the manufacture of specified materials, for a period of at least twenty (20) consecutive years; and which shall show evidence of these materials being satisfactorily used on at least (10) projects of similar size, scope and type within such a period. At least (5) of the projects shall have been in successful use for fifteen (15) years or longer in Florida. 5. Erection shall be by an installer who has been pre -qualified by the manufacturer, a Certified Florida Contractor and shall show evidence of having installed at least (25) projects of similar size, scope, and type in Florida. B. Performance requirements: The manufacturer shall be responsible for the configuration and fabrication of the complete panel system. 1-03 SUBMITTALS A. Submit shop drawings, design calculations and color samples in accordance with Division 1, Submittals. Final as -built drawings and design calculations shall be approved and certified by a Professional Structural Engineer licensed in the state of Florida. B. Test Reports: The manufacturer shall submit certified test reports made by an independent testing organization for each type and class of panel system. Reports shall verify that material will meet all performance requirements of this specification. Previously completed test reports shall be acceptable if current and indicative of products used on this project. Test reports required are: 1. Flame Spread and Smoke Development (UL 723) — Submit UL Card 2. Burn Extent (ASTM D-635) 3. Color Difference (ASTM D-2244) 4. Erosion Resistance (ASTM D-4060) 5. Hurricane Missile Impact Resistance (FBC PA 201-94, 202-94, 203-94) 6. Tensile Bond Strength (ASTM C-297 after aging by ASTM D-1037) 7. Shear Bond Strength (ASTM D-1002 after five (5) separate conditions) 8. Beam Bending Strength (ASTM E-72) 9. Insulated "U" Factor (by NFRC-100) 10. Class A Roof Covering Burning Brand (ASTM E-108) 11. UL Listed Class A Roof System (UL 790) — Submit UL Card C. Proof of regular, independent quality control monitoring under a nationally recognized building code review and listing program shall be submitted. 1-04 PRODUCT HANDLING Store translucent panels on the long edge, several inches above the ground, blocked and under cover to prevent warping in accordance with manufacturer's storage and handling instructions. 1-05 WARRANTY A. Provide manufacturer's standard five (5) year material and workmanship warranty covering defects in structural design, materials and workmanship. B. Provide contractor's standard five (5) year installation warranty covering workmanship and uncontrolled water and air infiltration. C. During the warranty period, should the panel system and installation fail to perform according to manufacturer's requirements, it shall be the responsibility of the manufacturer and contractor to replace or repair the panel system at no additional charge. Trrrrr;rr rlTV H611 - 7rtMV1 lirrr17 Fr�lr_l PFM r'(FMFtT7 PART 2 - PRODUCTS 2-01 MANUFACTURER A. Kalwall Corporation, distributed locally by Specified Architectural Systems Inc., 1927 Laurel Street, Sarasota, FL 34236. Telephone (941) 952-0004; Fax (941) 952-0007. 2-02 TRANSLUCENT FACING A. Translucent faces shall be manufactured from glass fiber reinforced thermoset resins by insulated panel system fabricator specifically for architectural use. Thermoplastic (e.g. polycarbonate, acrylic) faces are not acceptable. B. Flammability: Interior non -canopy face sheets shall be UL listed and have a flame spread rating no greater than 20 and smoke development no greater than 200 when tested in accordance with UL 723. Burn extent by ASTM D-635 shall be no greater than 1". Faces shall not deform, deflect or drip when subjected to fire or flame or delaminate when exposed to 300OF for 25 minutes per UBC and SBC. Non -canopy roof system shall be UL Listed Class A roof system (UL 790). C. Weatherability: 1. The full thickness of the exterior faces shall not change color more than 3.0 CIE Units DELTA E by ASTM D-2244 after 5 years outdoor South Florida weathering at 5 degrees facing South, determined by the average of at least three (3) white samples with and without a protective film or coating to ensure long-term color stability. Color stability shall be unaffected by abrasion or scratching. Class A roof system shall be 7.0 CIE units after 30 months. 2. The exterior faces shall have a permanent glass erosion barrier embedded beneath the surface to provide long-term resistance to reinforcing fiber exposure. Sacrificial surface films or coatings are not acceptable erosion barriers or deterrents to weather exposure. Exterior face surface loss shall not exceed .7 mils and 40 mgs when tested in accordance with ASTM D-4060-90 employing CS17 abrasive wheels at a head load of 500 grams for 1000 cycles D. Appearance: Exterior roof and wall face sheets shall be .060" thick and white in color. Interior roof and wall face sheets shall be .045" thick and white in color. Canopy face sheets shall be .070" thick and white in color. Faces shall not vary more than +10% in thickness. E. Strength: Canopy face sheets shall be uniform in strength and repel an impact equal to 70 ft. lbs. without fracture or tear when impacted by a 3-1/4" diameter, 5 lb. free falling ball. The wall and roof exterior face sheets shall be uniform in strength and meet the Hurricane Missile Impact requirements of the 2001 Florida Building Code (PA 201, 202, 203). Hurricane shutters or screens are not acceptable alternatives. 2-02 GRID CORE A. Panels shall incorporate an aluminum I-beam grid core of 6063-T6 or 6005-T5 with provision for mechanical interlocking of muntin-mullion and perimeter. Width of I-beam shall be no less than 7/16". The I-beam grid shall be machined to tolerances of not greater than + .002". B. Panels shall withstand 1200 degrees F fire for minimum one (1) hour without collapse or exterior flaming. 2-03 ADHESIVE A. The laminate adhesive shall be heat and pressure resin -type engineered for structural sandwich panel use, with minimum 25 years field use. Adhesive shall pass testing requirements specified by the International Conference of Building Officials "Acceptance Criteria for Sandwich Panel Adhesive". B. Minimum strength shall be 750-PSI when the panel assembly is tested by ASTM C-297 after two (2) exposures to six (6) cycles each of the aging conditions prescribed by ASTM D-1037. C. Minimum shear strength of the panel adhesive by ASTM D-1002 minimum after exposure to five (5) separate conditions: 1. 50% relative humidity at 730 F: 540 PSI. 2. 1820 F: 100 PSI. 3. Accelerated Aging by ASTM D-1037 at room temperature: 800 PSI, 4. Accelerated Aging by ASTM D-1037 at 1821 F: 250 PSI. 5. 500-Hour Oxygen Bomb by ASTM D-572: 1400 PSI. 2-04 PANEL CONSTRUCTION A. Canopy translucent panels shall have a thickness of 2-3/4" with a "U" factor by NFRC certified laboratory of .53, light transmission of 20% and solar heat gain coefficient of .30. Wall and roof translucent panels shall have a thickness of 2-3/4" with a "U" factor by NFRC certified laboratory of .29, light transmission of 15% and solar heat gain coefficient of .16 (.15 for walls). B. Translucent panels shall be a true sandwich panel of flat fiberglass sheet bonded to a grid core of mechanically interlocking aluminum I -beams. Panels shall be resin laminated under a controlled process of heat and pressure, and deflect no more than 1.9" at 30 psf in 10, span without a supporting frame by ASTM E-72. C. Grid pattern shall be nominal 12" x 24" shoji pattern and symmetrical about the horizontal centerline of each panel. D. The adhesive bonding line shall be straight, cover the entire width of the I-beam and have a neat, sharp edge. E. Roof panels and aluminum perimeter frame shall be pre -assembled where practical and sealed at the factory. Panels should be shipped to the job site in rugged shipping units and shall be ready for erection. 2-05 BATTENS AND PERIMETER CLOSURE SYSTEMS A. Closure system shall be extruded 6063-T6 and 6063-T5 aluminum clamp-tite screw type. B. All battens and aluminum closures shall be supplied with 300 series stainless steel screws (excluding final fasteners to the building) and shall be factory sealed to the panels. Aluminum battens and cap plates shall be field installed. C. Finish of all exposed aluminum shall be manufacturer's standard, which meets the performance requirements of AAMA 2604. Color to be selected from manufacturer's standard. TAMARAC CITY HAI t - TRANSLUCENT PANEL RFPLACFMENT 2-06 FLEXIBLE SEALING TAPE Sealing tape shall be manufacturer's standard pre -applied to closure system at the factory under controlled conditions. PART 3 - EXECUTION 3-01 PREPARATION The contractor shall prepare openings including isolating dissimilar materials from aluminum system, which may cause damage by electrolysis, and shall provide temporary enclosures if required. 3-02 ERECTION A. The manufacturer -approved installer shall erect, fasten and seal the translucent panel system in strict accordance with approved shop drawings. All aluminum shall be cleaned before sealants are applied. B. After other trades have completed work on adjacent material, carefully inspect translucent panel installation and make adjustments necessary to insure proper installation and weather -tight conditions. C. All staging, lifts and hoists required for the complete translucent panel installations, including staging, etc., necessary for field measuring, shall be provided by, set up and maintained by the erecting contractor. END OF SECTION AUG--06-2003 WED 09:17 AM HAMPTON INN DEERFIELD FAX NO. 954+481+3432 P. 02 SPECIFIEDARCHITECTURAL SYSTEMS �----� 1927 Laurel Street • Sarasota, FL 34236 (941) 952-0004 • Fax (941) 952-0007 www.specaresys.com - CC-CO56843 Rif] PROPOSAL DATE: August 4, 2003 TO: City of Tamarac Florida RE: Tamarac City Hall Public Works Department Tamarac, FL 6011 Nob Hill Road Kalwall Panel System Replacement Tamarac, FL 33321 Attention: Amber 'Amato Weare lRoof and Wall Panel Sys+temlowing �wn'th a ated new�alwfor all Panreplacement sy$eof the existing Kalwall Translucent DESCRIPTION: (1) Custom shaped ridge canopy skyroof 117'-0" long with varying widths from 337-6" to 42'-0". Note: Kalwall canopy panels to have a .63 "U" factor and .070" super -weathering white exterior and interior faces. (1) Shed skyroof 13'-0" long x 10'-8 "/z" wide (1) Shed skyroof 13'-q" long x 9`-2'/z" wide (1) Shed skyroof 24'-B" long x 15'--0" wide (1) Ridge skyroof 157'-T long x 25'-0n wide (2) Wall rough openings 157'-0" long x 4'-0" high with a 44'-0" x 4'-0" cutout at sill_ (1) Wall rough opening 84'-0" long x 4'-0" high (1) Wall rough opening East elevation as per Kalwall drawing 1IA 11 (1) Wall rough opening West elevation as per Kalwall drawing 2/A-11 Unless noted above. Kalwall 2 3/a" translucent panels to have .060" super -weathering Hurricane Hi -impact white exterior faces, .045" white Type 25 flame -rated interior faces, S" x 20" shoji grid pattern and a .29 "U" factor. All exposed aluminum to be Kalwall CRF finish in standard colors. Notes: 1) Pricing is based on utiiizing existing structural framing supports. 2) Skyroofs are based on an 8.12 slope. 3) Kalwall panel system is designed for a 140 MPH wind speed. 4) Class A roof is included for roofs other than canopies. TOTAL COSTS: $287,803,00. INCLUDED IN THIS PROPOSAL: Required submittals - Demolition and removal of existing panels - New material delivered and installed - Required safety netting and security of area below - Kalwall's (5) year material and workmanship warranty - Performance bond and permits FXCLUDEO IN THIS PROPOSAL: - Any work not directly associated with the removal and installation of the Kalwall system - Sales tax AUG-06-2003 WED 09:18 AM HAMPTON INN DEERFIELD FAX NO. 954+481+3432 P. 03 TAMARAC CITY HALL 131D PROPOSAL - KALWALL PANEL SYSTEM 8103103 -- PAGE 2 OF 2 GENERAL NOTES: 1) This proposal is based on the quantities and dimensions of previous Kalwall jobs # K870209, K876646' 2) The Kalwall panel system in this proposal has Dade County Product Approval and meets the Hurricane missile impact requirements of the 2001 Florida Building Code. 3) Please note that the costs in this proposal are equal to or better than what we would extend to another client with similar needs. 3) This bid proposal is for (60) day's acceptance, after which changes may occur. We appreciate the opportunity to submit this proposal and look forward to working with you on this project. SPECIFIED ARCHITECTURAL SYSTEMS Jon Thornton SENT BY: HAMPTON INN BOCA RATON; 5619880200; MAY-7-03 10:26AM; PAGE 3/4 V I c w = _ "O Am f KuM �spt7-G- ARCH_ SYS. 941 952 0007 P. 2 I u�CcM i IF GA Ift.VF LIABILITY INSU NCE I , nk of sarasQta 677i axi0" yjvn o�Y TIE Is s era► P�fese�ioaal Parkway WecL no M01°M no �x IS � �o�A suite 101 WISE TM 201!" Alden% ep r� 2M POtMIN Sarasota, FL 34Z40 SOW. MAPM=Q00 OI&W Specified Architectural syrptemg Inc. raven vrs +f 1927 Laurel street "tea ressxve r east 4. ' Sa=80Ca, 8Z 39236 ww�r+c awl & an I-*,FCCI Cvm=rcj&j-Tn-5urangp A. ANY P0.rbg5EOFgiglAluJYCZ t.l$Co irM p OM ORM TC nq N� ADM PDAIM4POMM 4 = Wp Nrr rrn0uap�vr, T� aa� G�pTlwr or +rvr conrrrrr 411� o apotMenr wrtriM NOTY11iY�SPAilpbl6 MYIY r�irA►N. THp p JW1V% p dY TWO PWMM ntaLwgW h1 00 A(J�JECT gamw t y ymiew Fj" �FI�ATE WAY /r *WM OR PpLIpEg AOGP iTri 6NVrT5 SH07NV MMY 11A a '!1 �C® 9Y PND CLAMS. W*%AN9 C0WM0" 0w $tXM 1T�f 0/ WYRMIp� WiRIC7 MANIA ALM x6BaeosDsi�arra 7.,L01/01/o4 voax `'• owra MAac � occur+ wv DawmOvVeftim i� 00,090 ...r 4ANK4W s 0 000 srrn�cu�-r►�uKnnn4 r�ur 00 An -=~, 8 00,060 ,. aura �wewrr CP*044706842 O1 Ol/03 01 OZ/b4 . 7i •w,iAvro coo-W' Umv isle 000, 000 iPRk,�AYR�S �►pAtaro r i NMImAgT{�i x MC�FOwN�AY1i(1� oeAI��E L7�W14/ LMwpJ(Y ANr AU1C/ ONcr . W s tx Ml dNl.�y)4Cv0010507 01/01/03 01/va./o4 �Comm MA" NAM D 1KMiA1W 47917 pl/Ox 03 01/DX/04 DECCEP7WOr WUPO"WimmW The Cenificatte xialdar is an Additional Ins ith regard to Ge=teral Liability with reepcal: to work Performed by the insured. City of Tamarac 7525 NN 88th Avanue T'anuLra4c, FL 33321 2"fW)1 of 2 ! S37Y86/M35313 WOULDANeWl"LAMnuEMOMW gXQ%j0e I.fDe/�o1E1Mr�llllrtllow "TA rALft r. "LOW" +soma nu. POSWAR vawa'u,_oWAWM 'j 1R7rIp�TOYNRONOUNICAT9"MAMMAMRO79T1gum,r11rp&WW'Wg9 z"&L INFDsopMOCALKcM10N=LJa vLrrnOFAtte=nUftWT"iW MWMAWRn4A GXF a ACMb 0of1PORA-n Nine SENT BY: HAMPTON INN BOCA RATON; 5619880200; MAY-7-03 10:26AM; PAGE 4/4 5-07-203 9:49AM FROM SPEC. ARCH. SYS. N0.05T_.-..P_ r-- VAY. T. 2003- 9:430---9419434792 2 IMPORTANT It thM dram holtfrr is an ADDI't OPM INSVRED, tht pokoy(") mYBi be ando►aod. A smWnant on thm CtRI "W dogs rW cg4w oft to tilt cY0ima hoidW In Wru of such tnoofeement(s). U SUyF,0GAn0N IS WAIVED. wbJqd tU the t"me wW condHions d the policy. certain patioim "W rwquko an vrMmw mt. A astpl evt on " cgffcste dots not oontw dg* to tht orrulk*e holder in lieu of oich endvrserrre*o(s). DISCLAIMER Ths t,wrtdWft dt Insurarr" w the r 40W silo of "" form 4 M not MrWdtut4 a cannwt brd~ thv hmuing insurvf(s). authveaW r*Prwwtodve of pmduosr, VW ti'm cs:rli IM" holder. � . dow It aftn klively Ofnagathrely *Mond, oxtow er aNrr the af+r&" otfordad by the poticl� Acoaoxf (71M2 p 2 #S37966/M35313