Loading...
HomeMy WebLinkAboutCity of Tamarac Resolution R-99-050C Temp. Reso. #8533 Page 1 February 5, 1999 CITY OF TAMARAC, FLORIDA RESOLUTION NO. R-99 - 6) A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF TAMARAC, FLORIDA, AUTHORIZING THE AWARD OF BID #99-09B FOR THE REPLACEMENT OF AIR HANDLER UNITS AT THE MULTIPURPOSE CENTER GYMNASIUM TO AMERICOOL AIR CONDITIONING AND REFRIGERATION, INC.; AUTHORIZING AN EXPENDITURE OF $36,750 FROM THE GENERAL FUND; AUTHORIZING THE APPROPRIATE CITY OFFICIALS TO ACCEPT AND EXECUTE AN AGREEMENT FOR AIR HANDLER REPLACEMENT; PROVIDING FOR CONFLICTS; PROVIDING FOR SEVERABILITY; AND PROVIDING FOR AN EFFECTIVE DATE. WHEREAS, the air handler units at the Multipurpose Center Gymnasium are obsolete and have been repaired on numerous occasions due to mechanical malfunctions; and WHEREAS, an inspection of the air handler units indicates that the units are no longer working effectively and efficiently, and that further repair attempts would be costly and ineffective; and WHEREAS, the City of Tamarac's HVAC technician has indicated the need to replace the air handler units to prevent building damage as a result of deteriorating drain pans, poor indoor air quality due to freon leakage from deteriorating coils, and increased energy costs; and WHEREAS, the City of Tamarac publicly advertised Bid #99-09B for the Temp. Reso. #8533 Page 2 February 5, 1999 replacement of the air handler units in the Sun -Sentinel on January 10th and 17th, 1999; and WHEREAS, on February 3, 1999, five (5) bids were opened and reviewed to determine cost and responsiveness to the City's technical specifications; and WHEREAS, bids were offered by the following companies: Americool Air Conditioning and Refrigeration, Inc. ($36,750), Air Around the Clock A/C and Appliance Service ($38,200), Thermal Concepts, Inc. ($40,519), Weathertrol Maintenance Corp. ($40,659), and Jacaranda A/C Appliance Service, Inc. ($42,000); and WHEREAS, Americool Air Conditioning and Refrigeration, Inc. submitted the lowest responsive bid proposal at $36,750; and WHEREAS, it is the recommendation of the Director of Public Works and the Purchasing/Contracts Manager that Bid #99-09B be awarded to the lowest responsive and responsible bidder, Americool Air Conditioning and Refrigeration, Inc.; and WHEREAS, available funds exist in the General Fund Budget for said purpose; 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 approve the award of Bid #99-09B for the replacement of the air handler units to Americool Air Conditioning and Refrigeration, Inc. in an amount not to exceed $36,750. Temp. Reso. #8533 Page 3 February 5, 1999 NOW, THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF THE CITY OF TAMARAC, FLORIDA THAT: SECTION 1: The foregoing "WHEREAS" clauses are HEREBY ratified and confirmed as being true and correct and are HEREBY made a specific part of this Resolution upon adoption hereof. SECTION 2: The award of Bid #99-09B to Americool Air Conditioning and Refregeration, Inc. in the amount of $36,750 is HEREBY approved, a copy of the Bid Tabulation being hereto attached as Exhibit 111 ". SECTION 3: The appropriate City Officials are HEREBY authorized to execute an agreement with Americool Air Conditioning and Refrigeration, Inc. for the replacement of the air handler units at the Multipurpose Center Gymnasium, a copy of said agreement being hereto attached as Exhibit "2". SECTION 4: 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 5: All Resolutions or parts of Resolutions in conflict herewith are HEREBY repealed to the extent of such conflict. SECTION 6: 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 Temp. Reso. #8533 Page 4 February 5, 1999 or applications of this Resolution that can be given effect without the invalid provision or application, and to this end the provisions of this Resolution are declared to be severable. SECTION 7: This Resolution shall become effective immediately upon its passage and adoption. PASSED, ADOPTED AND APPROVED this � day oft 999. ATTEST: CAROL GO CCE/AME CITY CLERK I HEREBY CERTIFY that I approved this CITY ATTORNEY E SCHREIBER MAYOR RECORDS OF COMMISSI MAYORH�ZE18ER DIST 1: McKAYE DIST 2: VNA i SHKIIN —. DIST 3: COMM. SUL'I"ANOF DIST 4: COMM. ROBERTS EXHIBIT"'I" TEMP RESO #8533 MULTIPURPOSE CENTER AIR HANDLER PROJECT BID NO. 99-09B FEBRUARY 3, 1999 @ 2PM BID TABULATION AIR AROUND THE CLOCK AMERICOOL A/C & REF. INC JACARANDA AIR COND INC THERMAL CONCEPTS, INC WEATHERTROL MAINT. CORP. Labor $ 3,000.00 $ 5,000.00 $ 9,185.00 $ 9,125.00 $ 5,140.00 Equipment $ 35,200.00 $ 31,750.00 $ 32,815.00 $ 31,384.00 $ 35,519.00 TOTAL BID $ 38,200.00 $ 36,750.00 $ 42,000.00 $ 40,519.00 $ 40,659.00 rvice Agreement $ 1,200.00 $. 600.00 4 VISITS@$240 Manufacturer CARRIER CARRIER CARRIER CARRIER CARRIER 1 Original, 2 Copies YES YES YES YES YES Non -Collusive Affidavit YES YES YES YES YES Other Forms Compltd YES YES YES YES YES Variance NONE NONE NONE NONE NONE Comments NONE INONE INONE NONE INONE C` EXHIBIT "2" Temp Reso #8533 • • • INVITATION TO BID 0 0 �oR�o BID # 99-09B MULTIPURPOSE CENTER AIR HANDLER PROJECT CITY OF TAMARAC 7525 NW 88TH AVENUE TAMARAC, FLORIDA 33321-2401 0 ' EXHIBIT "2" Temp Reso #8533 C7 TABLE OF CONTENTS Contract Documents: Page No. Notice Inviting Bids 2 General Terms and Conditions 3-8 Special Conditions 8 - 12 Technical Specifications 13 —14 Notice 15 Bid Form 18 Variations 19 Non -Collusive Affidavit 20 — 21 Certification 22 Bidder's Qualification Statement 23 References 24 Vendor Drug -Free Workplace 25 List of Sub -Contractors 26 Bid Bond Form 27 — 28 Application for Payment Form 29 Change Order Form 30 Final Release of Lien By Contractor 31 — 32 Performance Bond Forms 33 - 36 1 EXHIBIT "2" Temp Reso #8533 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,tamorac.org NOTICE INVITING BIDS 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, February 3, 1999 at 2:00 p.m., at which time bids will be publicly opened and announced for: MULTIPURPOSE CENTER AIR HANDLER PROJECT • 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 with the bid package and those submitted otherwise will not be considered responsive. The submittal shall be plainly marked "Bid No. 99-09B, MULTIPURPOSE CENTER AIR HANDLER PROJECT opening February 3, 1999 at 2:00 p.m.,, on the outside of the envelope. A 100% Performance Bond and a 25% Warranty Bond will be required. 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. Lynda S. Flury, CPPO Purchasing/Contracts Manager Publish Sun Sentinel: Sunday, 01/17/99 0 Sunday, 01/24/99 2 EXHIBIT "T' Temp Reso #8533 INSTRUCTIONS TO BIDDERS BID NO. 99-09B MULTIPURPOSE CENTER AIR HANDLER PROJECT It is the intent of the City to award this bid to the lowest responsible and responsive bidder. The City reserves the right to accept or reject any or all bids and to waive any informality concerning the bids when such rejection or waiver is deemed to be in the best interest of The City of Tamarac. The City reserves the right to award the bid on a split order basis, lump sum or individual item basis unless otherwise stated. Description_ of Work: The City of Tamarac is interested in obtaining proposals from qualified Contractors to furnish all labor, materials, equipment, tools, services and supervision necessary for the installation of two (2) new weatherproof outdoor air handling units and removal of two (2) existing outdoor air handling units on the Multipurpose Center Gymnasium rooftop located at 7531 North University Drive, Tamarac. Work shall be completed within ten (10) days from receipt of equipment including weekends and holidays. Installation shall be by a properly licensed contractor and crew with at least three years of verifiable full-time experience with projects of similar nature or dollar cost. GENERAL TERMS AND.CONDITIONS These general terms and conditions apply to all offers made to the City of Tamarac by all prospective Bidders including but not limited to Request for Quotes, Request for Bids and Request for Proposals_ As such the words "bid" and "proposal" are used interchangeably in reference to all offers submitted by prospective bidders. 1. SUBMISSION OF THE BID: The Bidder is directed to deliver sealed bids to the City's Purchasing Office, City of Tamarac, 7525 N. W. 88th Avenue, Tamarac, Florida 33321, ON: Wednesday, February 3, 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 date of the bid opening on the outside of the sealed bid package. Delivery of the sealed bids to the City Purchasing Office on or before the above date is solely and strictly the responsibility of the Bidder. Late bids will be returned unopened to the Bidder. It is the Bidder's responsibility to read and understand the requirements of this bid. Unless otherwise specified the Bidder must use the bid form furnished in the bid packet. Bidders are required to state exactly what they intend to furnish to the City via this Solicitation and must indicate any variances to the terms, conditions and specifications of this bid, no matter how slight. If variations are not stated in the bid, it shall be construed that the Bidder's bid fully complies with all conditions identified in this bid. The Bidder shall submit one (1) ORIGINAL and two (2) copies (blue forms only) 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. 3 • • EXHIBIT "2" Temp Reso #8533 is 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: A bid surety bond is not required to be submitted with the bid. However, a 100% Performance Bond is required prior to the awarded contractor beginning work on the project. This bond will be held throughout the project to ensure proper performance. At the completion and acceptance of the project, the performance bond will be reduced to 25% of the total amount. This 25% warranty bond will be held for one year. The Bonds must be executed by a bonding company authorized to do business in the State of Florida or secured in a manner satisfactory to the City of Tamarac. 3. WITHDRAWAL OF BID: Any Bidder may withdraw its bid prior to the indicated opening time. The request for withdrawal must be submitted in writing to the City Purchasing Office. 4. PUBLIC ENTITY CRIMES STATEMENT: A person or affiliate who has been placed on the convicted vendor list following a conviction for public entity crime may not submit a bid on a contract to provide any goods or services to a public entity, may not submit a bid on a contract with a public entity for the construction or repair of a public building or public work, may not submit bids on leases of real property to public entity, may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity, and may not transact business with any public entity in excess of the threshold amount provided in Section 287.017, for Category Two for a period of 36 months from the date of being placed on the convicted vendor list. 40 5. NON -COLLUSIVE AFFIDAVIT: Each Contractor shall complete the Non -Collusive Form and shall submit the form with the Proposal. CITY considers the failure of the Contractor to submit this document to be a major irregularity and may be cause for rejection of the Proposal. 6. QUANTITIES: Quantities shown are estimates only. No guarantee or warranty is given or implied by the City as to the total amount that may or may not be purchased from any resulting contract. The City reserves the right to decrease or increase quantities or add or delete any item from the contract if it is determined that it best serves the interests of the City. 7. PRICES, PAYMENTS AND DISCOUNTS: Bid prices shall be fixed and firm to the extent required under Special Conditions. Payment will be made only after receipt and acceptance of materials/services. Cash discounts may be offered for prompt payment; however, such discounts shall not be considered in determining the lowest net cost for bid evaluation. Bidders are encouraged to provide prompt payment terms in the space provided on the Bid Form. If no payment discount is offered, the Bidder shall enter zero (0) for the percentage discount to indicate net 30 days. If the Bidder does not enter a percentage discount, it is understood and agreed that the payment terms shall be 2% 10 days, net 30 days effective on the date that the City receives an accurate invoice or accepts the product, whichever is the later date. Payment is deemed to be made on the date of the mailing of the check. 8. DELIVERY: All items shall be delivered F.O.B. destination to a specific City of Tamarac address. All delivery cost and charges must be included in the bid price. All exceptions shall be noted. Failure to do so may be cause for rejection of the bid. The City reserves the right to cancel orders or any part thereof, without obligation if delivery is not made at the time specified in the bid. Installation shall be completed within 10 days from purchase order date. 4 EXHIBIT "2" Temp Reso #8533 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 with this bid shall be new, warranted for their merchantability, fit for a particular purpose, free from defects and consistent with industry standards. The products shall be delivered to the City in excellent condition. In the event that any of the products supplied to the City are found to be defective or do not conform to the specifications, the City reserves the right to return the product to the Bidder at no cost to the City. 12. COPYRIGHTS OR PATENT RIGHTS: The Bidder warrants that there has been no violation of copyrights or patent rights in manufacturing, producing or selling the goods shipped or ordered as a result of this bid. The seller agrees to hold the City harmless from all liability, loss or expense occasioned by any such violation. 13. SAFETY STANDARDS: The Bidder warrants that the product(s) supplied to the City • conforms 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 agreement is terminated for the convenience of the CITY the notice of termination to the Bidder must state that the contract is being terminated for the convenience of the CITY under the termination clause and the extent of termination. Upon receipt of the notice of termination for convenience, the Bidder shall promptly discontinue all work at the time and to the extent indicated on the potice of termination, terminate all outstanding sub -contractors and purchase orders to the extent that they relate to the terminated portion of the Contract and 5 EXHIBIT "2" Temp Reso #8533 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. 20. BID PREPARATION EXPENSE: The Bidder preparing a bid in response to this bid shall bear all expenses associated with its preparation. The Bidder shall prepare a bid with the understanding that no claim for reimbursement shall be submitted to the City for the expense of bid preparation and/or presentation. 21. SITE INSPECTION: It shall be the responsibility of the Bidder to inspect the site before • submission of bids. No plea of ignorance by the Bidder of conditions that exist or that may hereafter exist as a result of failure to fulfill the requirements of this contract will be accepted as the basis for varying the requirements of the City or the compensation to the Bidder. 22. OMISSION OF DETAILS: Omission of any essential details from these specifications will not relieve the Bidder of supplying such product(s) as specified. 23. INSURANCE REQUIREMENTS: Bidder agrees that he or she will, 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 Bidders expense all necessary insurance in such foram and amount as required by the City's Risk Manager before beginning work under this Agreement including, but not limited to, Workers Compensation Insurance, Unemployment Insurance, Contractoros Liability Insurance, and all other insurance required by law. 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 insurances required under this section prior to beginning any work under this Agreement. Bidder shall maintain in full force and effect during the life of the contract, Workers' Compensation insurance covering all employees in performance of work under the contract. Bidder shall make this same requirement of any of its subcontractors. 0 EXHIBIT "2" Temp Reso #8533 Bidder shall indemnify and save the City harmless from any damage resulting to them for failure of either Bidder or any subcontractor to take out 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: GENERAL LIABILITY PER OCCURRENCE AGGREGATE Comprehensive $1,000,000 $2,000,000 Premises -Operations Contractual Liability Personal Injury Explosion and Collapse Underground Hazard Products/Completed Operations Broad Form Property Damage Independent Contractors Cross Liability and Severability of Interest Clause AUTOMOBILE LIABILITY PER PERSON PER OCCURRENCE Comprehensive $500,000 $1,000,000 Owned Hired Non -Owned WORKERS' COMPENSATION STATUTORY AMOUNT Neither Bidder nor any subcontractor shall commence work under this contract until they have obtained all insurance required under this section and have supplied owner with evidence of such coverage in the form of a Certificate of Insurance and endorsement. Such certificates shall be approved by the City. ALL INSURANCE COMPANIES PROVIDED SHALL: Be rated at least A VII per Bests Key Rating Guide; be licensed to do business in Florida. All policies provided shall be Occurrence not Claims Made forms. The Bidder's insurance policies shall be endorsed to add the City of Tamarac as an Additional Insured. The Bidder shall be responsible for all deductibles. All of the policies of insurance so required to be purchased and maintained shall contain a provision or endorsement that the coverage afforded shall not be canceled, materially changed or renewal refused until at least thirty (30) calendar days written notice has been given to the City by certified mail. 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 7 EXHIBIT "T' Temp Reso #8533 by, resulting from, arising out of or occurring in connection with the operations of the Bidder or his Subcontractors, agents, officers, employees or independent contractors, excepting only such loss of life, bodily or personal injury, or property damage solely attributable to the gross negligence or willful misconduct of the City of Tamarac or its elected or appointed officials and employees. 25. CLARIFICATION TO TERMS AND CONDITIONS: Where there appears to be variances or conflicts between the General Terms and Conditions and the Special Conditions and/or Detailed Specifications outlined in this bid, the Special Conditions and/or the Detailed Specifications shall prevail. The Bidder shall examine all bid documents and shall judge all matters relating to the adequacy and accuracy of such documents. Any inquires, suggestions, request concerning clarification or solicitation for additional information shall be submitted in writing to the City of Tamarac Purchasing and Contract Manager. The City shall not be responsible for oral interpretations given by any City employee or its representative. 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. 0 SPECIAL CONDITIONS 1. ASSIGNMENT OF CONTRACT: Neither this contract, nor any portion thereof, shall be assigned, except by formal approval of the City Commission. No such approval will be construed as making the City a part of or to such assignment, or subjecting the City to liability of any kind to any assignee. No subcontract or assignment shall, under any circumstances, relieve the contractor of his liability and obligation under this contract, and despite any such assignment, the City shall deal through the Contractor only. However, if the company is sold during the life of the contact, the buying agent must provide the City with a letter signed by an officer of the new owner that can legally bind the company, stating that they will continue to perform the requirements of the contract under all the terms, conditions, and specifications so stated in the contract. 2. CONTRACTOR'S RESPONSIBILITY: Contractor shall provide sufficient manpower so as to perform work safely and expeditiously with all equipment plainly marked with the company name. All equipment provided pursuant to this agreement shall be in good and proper working order. The contractor shall provide a qualified foreman present on the site at all times, as a fully authorized agent of the contractor, and capable of making on -site decisions. The contractor shall be aware that the job site is not secure, and as such is subject to pedestrian traffic at all times of the day and night. It shall be the responsibility of the contractor to secure the job site at all times during and after construction to protect the general public from harm, and remove from the job site and properly dispose of all residues at the end of each and every workday. No unsecured materials or equipment are to be on site at night or over a weekend, unless arrangements have been made with and prior approval obtained from applicable representative 8 EXHIBIT "T' Temp Reso #8533 of the Home Owners' Association in writing. Any materials 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) 724-1249 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 applicable State and County fees. 5. SUBMITTALS: Contractor shall submit all required forms and documents as required by this contract including but not limited to bonds, insurance certificates and any required drawings within 15 days from the Notice of Award. Additionally, Contractor shall apply for all applicable licenses or permits within 15 days of the Notice of Award. 6. WAIVER OF LIENS: Prior to Final Payment of the Contract Sum, a final waiver of lien shall be submitted by all suppliers, subcontractors, and/or Contractors who worked on the project that is subject of the AGREEMENT. Payment of the invoice and acceptance of such payment by the CONTRACTOR shall release the CITY from all claims of liability to the CONTRACTOR in connection with the AGREEMENT. 7. PAYMENT: Payment will be made after project has been completed, accepted, and properly invoiced. Invoices must bear the project name, bid number and purchase order number. The City has up to thirty (30) days to review, approve and pay all invoices after receipt. The contractor shall invoice the City and provide a written request to the City to 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, bond(s), 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 adjtjstments is approved by the City, and executed by the City and 9 EXHIBIT "2" Temp Reso #8533 contractor. Once the change order is so approved, the contractor shall promptly proceed with the work. A. CHANGES IN THE WORK/CONTRACT PRICE 1. CONTRACT PRICE: The Contract Price constitutes the total compensation (subject to authorized adjustments) 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 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 shall be performed by using such tools, labor, equipment and materials, and will be compensated for in the following manner and subject to the approvals by CITY as set forth in CITY's Code of Ordinances regarding procurements or as otherwise authorized by the CITY. 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, Unemployment Insurance, Workmen's Compensation Insurance and Contractors Public Liability and Property Insurance involved in such extra work, based on actual wages paid to such labor. 10 EXHIBIT "2" Temp Reso #8533 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 the general nature of the claim. Contractor hereby agrees to waive rights to recover any lost time or incurred costs from delays unless Contractor has given the notice and the supporting data required by this Paragraph 2. 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 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. 11 EXHIBIT "2" Temp Reso #8533 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 $100 for each calendar day that the completion of the work is delayed beyond the time specified in the contract for completion, as fixed and agreed liquidated damages and not as a penalty, liquidated damages are hereby fixed and agreed upon between the parties, recognizing the impossibility of precisely ascertaining the amount of damages that will be sustained by City as a consequence of such delay and both parties desiring to obviate any question of dispute concerning the amount of said damages and the cost and effect of the failure of Contractor to complete the contract on time. Regardless of whether or not a single Contract is involved, the above -stated liquidated damages shall apply separately to each portion of the work for which a time of completion is given. City shall have the right to deduct from and retain out moneys which may be due or which may become due and payable to Contractor, the amount of such liquidated damages and if the amount retained by City is insufficient to pay in full such liquidated damages, Contractor shall pay in full such liquidated damages. Contractor shall be responsible for reimbursing City, in addition to liquidated damages or other per day damages for delay, for all costs of engineering, architectural fees, and inspection and other costs incurred in administering the construction of the project beyond the completion date specified or beyond an approved extension of time granted to Contractor whichever is later. These liquidated damages will not prohibit City from recovering ascertainable actual damages incurred as a result of the same delay to which the liquidated damages apply. Contractor may be liable for both liquidated damages as stated herein, and for excess completion costs of this project. In the event Contractor has been either terminated from or has abandoned the project prior to completion, this liquidated damages clause is still applicable to hold Contractor liable for the liquidated damages. 11. BONDS: A bid surety bond is not required to be submitted with the bid. However, a 100% Performance Bond is required prior to the awarded contractor beginning work on the project. This bond will be held throughout the project to ensure proper performance. At the completion and acceptance of the project, the performance bond will be reduced to 25% of the total amount. This 25% warranty bond will be held for one year. The Bonds must be executed by a bonding company authorized to do business in the State of Florida or secured in a manner satisfactory to the City of Tamarac. 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 12 EXHIBIT "2" Temp Reso #8633 (7) days thereafter, substitute another bond meeting the requirements outlined above, which must also be acceptable to the City. MULTIPURPOSE CENTER AIR HANDLER PROJECT Technical Specifications Scope of Work: Contractor shall furnish all labor and materials for the installation of two (2) new weatherproof outdoor air handling units and removal of two (2) existing outdoor air handling units on the Multipurpose Center Gymnasium rooftop located at 7531 North University Drive, Tamarac. Work shall be completed within ten (10) days from receipt of equipment including weekends and holidays. Equipment: Contractor shall furnish and install all equipment including but not limited to: Two (2) new Carrier rooftop central station air handling units (model #39NCH Series) or approved Trane equivalent. Unit shall be compatible with existing condensing unit (Carrier model #38AK024-600) and shall be double wall galvanized construction with 2" - 1.5# density solid insulation. Equipment shall include new: • Curb inlet section with outside air rainhood and dampers. • Filter mixing box section with two sets of disposable thirty percent (30%) efficiency filters. • Draw -through cooling coil section. • Direct expansion coil with copper tubes and aluminum plate fins. • Forward curved fan. • Two inch (2") deflection internal vibration isolation. • Outlet component with horizontal discharge collar. • Drain pipes. • Liquid line driers (total of 2). • Liquid line solenoid valves. • Sight glasses. • Thermostatic expansion valves (TXV's). • Double walled stainless steel drain pans (sloped). • Suction line insulation. • Virgin refrigerant (R-22). • Commercial Honeywell two (2) stage thermostats (model #T7300 with fully configurable Q7300 sub -base) to be relocated to Ladder Room with remote sensor. • Evaporator motor shall be factory installed high efficiency (3 phase, 460 volt) with adjustable drive package. In addition to the above, coils and motors shall be accessible via hinged doors, and units shall be internally and externally isolated with springs. Additional Responsibilities: 13 EXHIBIT "2" Temp Reso #8533 • • Reclaim refrigerant in existing equipment and dispose of equipment in approved manor. • All electrical and ductwork modifications, materials, and/or equipment including but not limited to, supply and control wiring, conduits, electrical disconnects, wires, fuses, breakers, and motor starters. • Electrical and mechanical permits. • All crane work, lifting and hoisting. • Compliance with South Florida Building Code, National Electrical Code, ASHRAE fresh air standards, EPA refrigerant laws, and all related State, County, and City codes and regulations. • Ensure proper operation of smoke detectors. • All roof modifications (if necessary). In order to ensure roof warranty compliance, any roofing modifications made by Contractor shall be coordinated with and approved by Advanced Roofing, Inc, located at 4345 NE 121' Terrace, Fort Lauderdale, FL 33334, phone number (954) 522-6868. It shall be Contractors responsibility to make all necessary arrangements to obtain said approval. • Provision of all safety equipment and measures (i.e., barricades, cones, etc.) necessary to ensure the safety of all workers, City employees, and users of the Multipurpose Center's facilities. • Onsite verification of accessibility, electrical, voltages, wire sizes, model and serial numbers of proposed units. • Turn key price. CJ Warranty: • Warranty shall be for a period of 1 year on all parts and labor. During this period, Contractor shall repair and/or replace any equipment and parts necessary to ensure the proper operation of the air -handling unit at no cost to the City. 14 EXHIBIT "2" Temp Reso #8533 COMPANY NAME: (Please Print):J Phone: .Sy- 5-63-- ZR Fax: q S4 - 563 - 3 "'1 Sa —NOTICE-- BEFORE SUBMITTING YOUR BID MAKE SURE YOU... 1. Carefully read the General Terms & Conditions, Special Conditions and the General Requirements. 2. Carefully read the DETAILED SPECIFICATIONS and then properly fill out the BID FORMS. JZ3. 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. _I'-- 6. Fill out the REFERENCES PAGE. _Le� 7. Sign the VENDOR DRUG FREE WORKPLACE FORM. __AZ� 8. Fill out the LIST OF SUBCONTRACTORS. N/A 9. Include a BID BOND. (See Performance & Warranty Bond Information) Failure to provide a bond will result in automatic rejection of your bid. V 10. Carefully read the APPLICATION FOR PAYMENT, CHANGE ORDER and FINAL RELEASE OF LIEN documents. (Do Not Submit with Bid) 11. 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. 15 • C] EXHIBIT "2" Temp Reso #8533 . BID FORM C. MULTIPURPOSE CENTER AIR HANDLER PROJECT BID NUMBER 99-09B Submitted by: AM_l? 1 Cook. ,ASK. �n�Dd-C( F,(C (Bidder) THIS BID SUBMITTED TO: CITY OF TAMARAC Attention: Purchasing and Contracts Manager 7525 Northwest 88'h Avenue, Tamarac, Florida 33321 Z-3-`N (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 Time frames 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. a) Bidder has familiarized itself with the nature and extent of the contract documents, Work, Sites, locality, and all local conditions and laws and regulations that in any manner may affect cost, progress, perfgrmance 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 "MULTIPURPOSE CENTER AIR HANDLER PROJECT Bid Form". 4. Bidder agrees that the Work will be substantially performed and complete in accordance with the schedules established herein. Bidder accepts the provision of the agreement as to liquidated damages in the event of failure to complete the work on time. The undersigned agrees to forfeit to the City, as liquidated damages for each calendar day elapsing between the dates established for response and/or performance minimums, and the actual dates beyond which said responses or completion(s) are achieved, the amount of $100.00 per calendar day. 16 Ll EXHIBIT "2" Temp Reso #8533 BID FORM MULTIPURPOSE CENTER AIR HANDLER PROJECT BID # 99-09B We propose to furnish the following in conformity with the specifications and at the below bid prices. The bid prices quoted have been checked and certified to be correct. Said prices are fixed and firm and shall be paid to Bidder for the successful completion of its obligation as specified in the contract documents. LABOR EQUIPMENT TOTAL EQUIPMENT MANUFACTURER OPTIONAL SERVICE AGREEMENT Authorized Sigr-aiure $ To000. 00 $3( �(9. od $ ['F}�(�(�~' Per -'Pec - NUAL)I$ Toa 17 • rya r1 �!L l>7� ID d- �,F��rdC Company Name • EXHIBIT "2" Temp Reso #8533 • �J BID FORM continued Bidders Name:Lexhr*,0,(,,41r,c_ ,t pip C.� 9,e;�a xMC NOTE: Bid submittals without the manual signature of an authorized agent of the Bidder shall be deemed non -responsive and ineligible for award. TERMS: /6o % DAYS: Delivery/completion: 30 cAy AFrr— R calendar days after receipt of Purchase Order ,u� V� 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. Retum the Bid Form to avoid removal of Bidder from the City of Tamarac's vendor listing. 18 EXHIBIT "2" Temp Reso #8533 Bidder's Name:d�0°�F) X''�c 1VERIT-,1111OURN 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 Bidders Proposal fully complies with all terms and conditions. It is further understood that such variations may be cause for determining that the Bid Proposal is non -responsive and ineligible for award: Section Variance Section Variance Section Variance Section Variance Attach additional sheets if necessary. MO • • EXHIBIT "2" Temp Reso #8533 LJ • NON -COLLUSIVE AFFIDAVIT State of 4NajoA ) ss. County of w ) K ED L , m'FKP being first duly sworn, deposes and says that: (1) He/she is the ,E islo/T , (Owner, Partner, Officer, R presentative or Agent) of 41 ,e/[rxs�_C�WDtTdTthe 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. Signed, sealed and delivered in presence of: waness Witness By. nC • M x (Printed Name) C EXHIBIT "2" Temp Reso #8533 NON -COLLUSIVE AFFIDAVIT ACKNOWLEDGMENT State of ss. County of csra�eo ) BEFORE ME, the undersigned authority, personally appeared �F 9 6 6 A IF q_K_ to me well known and known by me to be the person described herein and who executed the foregoing Affidavit and acknowledged to and before me that executed said Affidavit for the purpose therein expressed. WITNESS my hand and official seal this 0 ' day of RK , 199`1Gl eol -P uQ�� Commission # CC 69336 �r BvIres SER 28, 2002 %TLAfMC13ONDINNGCO.. INC. (G 1 Personally known to me or ( ) Produced identification � 0 Ai 4-)e i /11 • 9, NOTARY PUBLIC, State of Florida at Large (Signature of Notary Public: Print, Stamp, or Type as Commissioned) Type of I. D. Produced L� DID take an oath, or ( DID NOT take an oath. E 21 EXHIBIT "2" Temp Reso #8533 C] CERTIFICATION THIS DOCUMENT MUST BE SUBMITTED WITH THE BID We(I), the undersigned, hereby agree to furnish the items)/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: - -- C) INL� fv1 G !* AUTHORIZED SIGNATURE (PRINTED OR TYPED) TITLE ./FEDERAL EMPLOYER I.D. OR SOCIAL SECURITY NO S7 - 2--7I — SQ D COMPANY Co nm A- (ZIL- F ADDRESS: 2g0 r4 E 4 2 S T C E T CITY: K L4 W Q_ h STATE: 60A ZIP: 3 TELEPHONE NO.:1�4- Sb---E-99 I FAX NO.: cr;q- 5-63-3126 CONTACT PERSON: 0 Ii &- 22 EXHIBIT "2" Temp Reso #8533 • BIDDERS (QUALIFICATION STATEMENT The undersigned certifies under oath the truth and correctness of all statements and all answers to questions made hereinafter: Name of Com any: 2 (C6O(- Ale, Address: Ir 5T2 (= F t 0 A M L�4 Al K Street City State Zip Telephone No. (CT54 ) -05(0 3 - Z4gl Fax No. 65,Sa-1170 How many years has your organization been in business under its present name? _'L years If Bidder is operating under Fictitious Name, submit evidence of compliance with Florida Fictitious Name Statute: Under what former names has your business operated? At what address was that business located? Are you Certified? Yes & No ❑ If Yes, ATTACH A COPY OF CERTIFICATION Are you Licensed? Yes af No ❑ If Yes, ATTACH A COPY OF LICENSE Has your comp ny or you personally ever declared bankruptcy? Yes ❑ No If Yes, explain: Are you a sales representative ❑ distributor ❑ broker ❑ or manufacturer ❑ of the commodities/services bid upon? 00 Have you ever received a contract or a purchase order from the City of Tamarac or other governmental entity? Yes IX No ❑ If yes, explain (date, service/project, bid title, etc) 4 '-1 IF/ Y/S L1004 i_ �,f�T�Nti �Cd rc5 ai.! , Cir l a tgmAit4C, _ Hy'-4c 6&6ameA-tZ-- iz4m�� Have you ever receive a complaint on a contract or bid awarded to you by any governmental entity? Yes ❑ No received yes, explain: Have you evVI; en debarred or suspended from doing business with any governmental entity? Yes ❑ Na yes, explain: C: 23 EXHIBIT "2" Temp Reso #8533 0 REFERENCES Please list name of government agency or private firm(s) with whom you have done business within the past five years: Agency/Firm Nam i Tk, a T j, ,, 4� Address 4, y r- City/State/Zip fi� M 41LA+ Phone: - Fax: — Contact o 44- A ncy/Firm Name: _ -r4l rV- T L4-ddea.Q-,/E Addr�`/ City/State/Zip 4e,-r-L4 of 'kaA4 'F�i¢ Phone: 46 5"S Fax: G / 52 75� Contact6efo,<G-�6- Sr, 4 u v A ency/Firm Name: Z Address City/State/Zip Phone 7- Fax: 5-7- fS3-y Contact rrY► Zo C V -- Age y/Firm Name: ..as'T' �' • �dLT lYG Address City/State/Zip 4 /* Phone: '�5�- � ad6 Fax: 23 = 5 Contact r745 -rosy f-rCfi',41cr YOUR COMPANY NAMEr j,Cp z) L ADDRESS SC w _ � ST T PHONE: 0 24 Agency/Firm Name: Address: !V &j 3'$' AV 0- City/State/zip :L4 m AzgaC 41W 33Z Phone: Fax: 4 - Z V2-F Contact: aLiL 6- v LQ & r2Ti' Agency/Firm Name: ,�7_�U�2�G�/aES,17c'yT, �gne�lfrrJ C�w^!1"� iAddress: ( lff50 GLL-&-/t Ogk�e City/State/Zip Phone:Q3-Alotl Fax: q6.9 - 3 %-Z4 Contact: -r ency/Fi Name: �-r F-(k Ardd ss:.joo r►&rT4 ArtOPgcv f p? City/State/Zip / 3d Phone: _ 50 5 Fax: 76/- Sa'7s/ Contact: 0,6 u G L E Agency/Firm Name: Address: 01 City/State/Zip 7 00-,OW Phone: 5 ,;2 -- z)V Fax: Contact: SIR= LEE�L l� cle)^I D a KEF FAX: `15 L{ - S to -51) - ---� 9 �PO EXHIBIT "2" Temp Reso #8533 C. VENDOR DRUG -FREE WORKPLACE Preference may be given to vendors submitting a certification with their bid/proposal certifying they have a drug -free workplace in accordance with Section 287.087, Florida Statutes. This requirement effects all public entities of the State and becomes effective January 1, 1991. The special condition is as follows: IDENTICAL TIE BIDS - Preference may be given to businesses with drug -free workplace programs. Whenever two or more bids which are equal with respect to price, quality, and service are received by the State or by any political subdivision for the procurement of commodities or contractual services, a bid received from a business that certifies that it has implemented a drug -free workplace program shall be given preference in the award process. Established procedures for processing tie bids will be followed if non of the tied vendors have a drug -free workplace program. In order to have a drug -free workplace program, a business shall: 1. Publish a statement notifying employees that the unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance is prohibited in the workplace and specifying the actions that will be taken against employees for violations of such prohibition. 2. Inform employees about the dangers of drug abuse in the workplace, the businessCs policy of maintaining a drug -free workplace, any available drug counseling, rehabilitation, and employee assistance programs, and the penalties that may be imposed upon employees for drug abuse violations. 3. Give each employee engaged in providing the commodities or contractual services that are under bid a copy of the statement specified in subsection (1). 4. In the statement specified in subsection (1), notify the employees that, as a condition of working on the commodities or contractual services that are under bid, the employee will abide by the terms of the statement and will notify the employer of any conviction of, or plea of guilty or nolo contendere to, any violation of chapter 893 or of any controlled substance law of the United States or any state, for a violation occurring in the workplace no later that five (5) days after each conviction. 5. Impose a section on, or require the satisfactory participation in a drug abuse assistance or rehabilitation program if such is available in the employee's community, by any employee who is so convicted. 6. Make a good faith effort to continue to maintain a drug -free workplace through implementation of this section. As the person authorized to sign the statement, I certify that this form complies fully with the above requirements. - M aL d- ("� ►ACC 'A Authorized Signature Company Name 25 EXHIBIT "2" Temp Reso #8533 C] 0 • INFORMATION REQUIRED OF BIDDER LIST OF SUBCONTRACTORS The Bidder shall list below the names and business address of each subcontractor who will perform Work under this Bid in excess of one-half of one percent of the Contractor's Total Bid Price, and shall also list the portion of the Work which will be done by such subcontractor. After the opening of bids, no changes or substitutions will be allowed except as otherwise provided by law. The listing of more than one subcontractor for each item of Work to be performed with the words "and/or" will not be permitted. Failure to comply with this requirement will render the Bid as non -responsive and may cause its rejection. Work to be Performed Contractor License Number- Percent of Total Contract Subcontractor's Name and Address 1. 2. 3. 26 EXHIBIT "2" Temp ResO #8533 ACORD �RODVe . FRANK H. FURMAN, INC. FRANK H. FURMAN #266268604 P. O. BOX 1927 POMPANO BEACH, FL 33061 AMERICOOL AIR CONDITIONING AND REFRIGERATION INC 880 N E 42ND STREET OAKLAND PARK FL 33334 : DATEiM MNDN .:'•: Y) milt 77 :... iR 4 99 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATIO ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICA HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND O ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. COMPANIES AFFORDING COVERAGE COMPANY A TRANSCONTINENTAL INS CO COMPANY 13 TRANSPORTATION INS CO COMPANY C COMPANY D 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 JR TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTNE DATE (MWDWYY) POLICY EXPIRATION DATE (MM/DWYY) LIMITS GENERAL LIABILITY COMMERCIAL GENERAL LIABILITY CLAIMS MADE Q OCCUR OWNER'S i CONTRACTOR'S PROT B 14 3 2 16 5 2 2 1 01 / 9 9 1 01 0 0 GENERAL AGGREGATE i 2 0 0 O 0 0 0 X PRODUCTS • COMP/OP AGG i 2 0 0 O 0 0 0 PERSONAL i ADV INJURY S1,000,000 EACH OCCURRENCE i t 0 0 O 0 0 0 FIRE DAMAGE (Any oft An) S 50 000 MED EXP (Any orr ww) i ■1 AUTOMOUA LIABILITY B 014 3 218 8 5 3 x ANY AUTO ALL OWNED AUTOS SCHEDULED AUTOS X HIRED AUTOS 1. NON -OWNED AUTOS GARAGE LIABILITY 7 ANY AUTO EXCESS LIABILITY UMBRELLA FORM OTHER THAN UMBRELLA FORM WORKERS COMPENSATION AND WC 17 3 7 2 2 3 0 5 EMPLOYERS, LIABILITY THE PROPRIETOW INCL PARTNERS/EX15MI'ME OFFICERS ARE: El(CL OTHER 1/01/991 1/01/00I COMBINED SINGLE LIMIT 1 i BODILY INJURY (P-r o. —) BODILY IWURY (Per aacid�nt) PROPERTY DAMAGE i11000,00 i S AUTO ONLY - EA ACCIDENT I i OTHER THAN AUTO ONLY: EACH ACCIDENT t S AGGREGATE IS i 1/01/991 1/01/00IX EL EACH ACCIDENT i 200,000 EL DIsEAsE•POLICY LIMrr S 500,00 0 EL DISEASE -EA EMPLOYEE . S 200,000 OESCRPTION OF OPERATIONSA.00ATiONSNEFICLES/SPECIAL ITEMS CERTIFICATE HOLDER IS LISTED AS ADDITIONAL INSURED FOR GENERAL LIABILITY ONLY FOR WORK THE INSURED IS DOING FOR THEM. EXHIBIT "2" Tertip Reso #8533 STATE' OF FLORIDA U`epartment of Business and Professional Regulation 7960 ARLINGTON EXPRESSWAYGDARD (904) 7217-6SaG SUITE 300 JACKSONVILLE FL 32211-7467 FOROUZAN-MEHR, NASSER S AMERICOOL AIR COND °: REFRIG INC 980 14E 42ND STREET OAKLAND PARK FL 33334 . 4 4T1,TE;0F FWR10A- + _:. C �r • ,' :': -. ;;pep rlmentb( u`slnyzs anQ.Pinfess onal�RegulaGon "(iYa+Y 6 q`0 S 3 14 REGIST-EFtEI.0- 11 M. fG.ONTRACTOF� "AVER'TC• 30Lt C� '�;-UROU -AN IqSG. INC UNDJV;S9U_A`L'►• ALL LOCAL L I CENSTN G;E;Q ._. fi TS RR I OR TO •C.ONTRA;CT" :icj;,; i i'+t AREA) HAS REGISTERED "^derftpe isions0Ch. 489 Ff E4(ation Oak: A U r 31 r 19 9 9 DETACH HERE _ �..�,N_ merit:ofr�uslne.s§eats.ibfessional ya.;W• '�'''�itr:�C •�..•L�.•e'4i r.•'�A:r.rx-�.d �K•#•: h=Lr•'�.: 'r '•'- - • ,... � .ice-•� fi i••..',.7 i::. , += „r.. ': ::. �Ftj rrrt ;+� cL1.0 �'r :: ,4�. r? jt ;y`•. �h. % •r', : r'S Fi_a 7.•f:f :f • +f ^.F(i�.t.i• ••7 .. rI7�'r +1!,Y • iw ' f•ic +•:�. r.•. 1.�. :i{•� +,!` A`HI -AL Cf]t�7RiC� er-ftierov`}stons of Lap err4,"rS iratio 1e: "AUG 31 .199 I.tQ DIAL MUST •,MIEE:T� • LL•...LOCAL-.LICET1 =►1G' REQUIREMENTS C. UNTRACT'I (G , NY ,ARE -A) OROUZAN-MEHR. NASSER• S ' MERICOOL AIR COND & REFRIG INC 80 NE 42ND STREET 'AKLAND PARK FL 33334 STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION CONST INDUSTRY LICENSING BOARD 7960 ARLINGTON EXPRESSWAY SUITE 300 JACKSONVILLE FL 32211-7467 i FOROU2AN--MEHR, NASSER SADAT FRED—MEHR AMERICOOL A/C & REFRIGERATION INC 890 N E 42 STREET OAKLAND PARK FL 33334 EXHIBIT "2" Temp Reso #8533 (904 ) 727--6530 STATE OF FLORIDA ACC USSi� DEPARTMENT OF BUSINES�AtgL PROFESSIONAL REGULATION CG—0060020 08/03/1998 9800415( CERTIFIED GENERAL CONTRACTOR FOROUZAN—MEHR, NASSER SADAT FRET AMERICOOL A/C &c REFRIGERATION II' IS CERTIFIED under the p,ovis'ons of Ch 489 F • Expiratian Date: AUG 31, 2000 ....,.._____..__-------,,,_ DETACH HERE ----__..__....__..___..___.,_..---w--• 245443 STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION CONST INDUSTRY LICENSING BOARD LICENSE NBR 03/1998198004150 1 CG—0060020 !hee !date.NERAL CONTRACTOR owIS CERTIFIED provisions of Chapter 489 AUG 31, 2000 FS. OUZAN—MEHR, NASSER SADAT FRED—MEHR RICOOL A/C & REFRIGERAT,ION INC N E 42 STREET LAND PARK FL 33334 • FARRELL EXHIBIT "299 Temp Reso #8533 laof0liMERC1AL Boar FOR PEF1101 M.NEWAt--, Cl TR 'IFE. " - - 4(� ' "a' ),nQ (:.,. 140. 1 ct- PNEW,iiiinn&q4CCLATEd3U,Sliz�p�t ATE OR COUNTY CERTIREG 8 e A i1noss Locatll" Add as- of County Commissioners; Stoward CoFlorld��)',-. WkRD COUNTY OCCUPAjIONAL-CIC,w- - " -k<- s v � * , N . 3? ,1- 4 T Il6rr=iN6N'PR-8EF RE 'OCTOBER 1, .1998 THRU SEPTEMBER.30,yl ... x I p C F Ll Q\�(. 'AlS F I A: BACK TAX- - DEC. 0% ter DEC. 31 - 2)5 _w C4 Action fee of up to $25,00, 77 1 , .. r PENALTY p&MG 'LgM oi License n rgoo TF.!% 'TRANSFER" ' -S- '.VJAA3J:TAsAlz', -1 :NUMBER80 NE 42 ST TOTAL 2700 AKL VDtTttk6-Is 3�600.0:"A-0621 US,fHh:N 4%,`0*5631978- 6 0 z -AMER-ICGOL A/C & RUA 4 RAT;g ff W'M IF, INC 15�LICENSIF-IIAOSibi,CONSPl OkY-DISPLAY. ----- ---,NA'SS E R - F 0 R.0 UN. Z. A Ntt&-:HfV:- PUBLIC VIEW AT THE LOOM69 AbOljtj&Ajb E, 890 N E 4'2 STREET. 4 0,60 0 `0 A-KLr-,A N 0:.:P A R K,, F L- z kOOJLICENSiTAiP A 41-a- v 5 RD COUNTY- A 10 UNITS BROWARD COUNTY REV NUE.COLLECTOR flic"' _f,AqdCews-Aviniitii.Gov -AF) ex 1,999 AqMrentaIjCenter,;Aqnjl 'SEE bA`EK--FOR-' T-RAN.SFERINFOR AS VALIOATEO ABOVE -0000-A0 0000002700Oftt.,.T.' -C oa sciL �UOI 571.07 10 -1 C 2 00 L a - Gi 11 'i`.�.�.r=C�,=,:ti•51N1 k Vr t LVnIuM :..Department of Business and Professional Regulation ;max ^i..., 13OARD`,_ OF :PROFESSIONAL ENGINEERS LICENSE 'NB R • ✓;:1996 • _69.0302A, "i PEA-0035517 fESS10R L-V.:ENGINEER belary ZS''LICENSED �. the provisions at Chappter: 4 71 FS: Ilion date: FEB 28: 1999 0 U.Z ;A'N - FE E R R-'. U=uNE:` 51": cZt, `AAIJDIRDAL<t='i' HIt OR; A.S'S E R S L,33308-3809 DISPL;AY:AS REQUIRED BY LAW EXHIBIT "2" Temp Reso #8533 RICHARD T. FARRELL SECRETARY �J C !<p CERTIFICATE OF COMPETENCY CARD Attached is your current CERrIFICATE OFCOMPETENCY -� CARD. Retain this portion for your records. If you hove BROWARD COUMY any concerns. please notify this office between the hours of 8:00 A.M. and 4:30 P.M. Monday thru Friday at 40 954-765-4400. FOR'OUZANMEHR, NASSER S 2170 14E 51 CT APT H26 FT LAUDERDALE FL 33308-3809 MECHA141CAL CONTRACTOR CHC-S83 00-00280 FOROUZANHEHR, NASSER S - AMERICOOL A/C REFRG INC 880 HE 42 ST FT LAUDERDALE FL 33334 EXPIRES 8/31/00 CTL1` EXHIBIT "2" Temp Reso #8533 QUALIFYING 279 _MT' rk — r' CERTIFICATE OF COMPETENCY � � 4v� "'CQ4, 1 Ar: 98 -:1,5 5-9 F`ERT111�AlF.(F`LOM NCy:_ r^ 1�p\4 FIlk Pia•. 1- .,, CFjC - Tl .�� \ j• Detach along perforation w` F � F1�- � ,,�I: •- i a G�P��=58 �,p•. C �y F\P0 �Z�i�1T�t,�,N�'�S�>?R"S.,-"Q"lJAL•�T$'7'_IhiG'f: Detach and SIGN the reverse side of this card .ii at \�R JbFCACo IMMEDIATELY upon receipt! �` ca .r .PC Ci f 1 You should carry this card with you at all times. -0\31- V0 R\oa ' `'6c �P�c• 4.,�h •. '''` f;, E OVN•�tiO�FN�h' C-E�y�NARO� OF :• a'. ?W `\ $03-207 (5/98) 0 EXHIBIT "2" i cimnp Reso #8633 J CD Ih�O' b ^C'r p m eo7O � Zytn7 cz" �a o0 ^► f W ��'r��. ml � z R � m � �'Q x 7{7 t71 1 N O• •y'� co v� m'-am c'34•z f V d Cwm •o a cn g7 aro m r Wx C4 s o Ntn •.,tmx X C•CI> •D�IvG1 m •pj rr �a •n z C7 +� m •'a r CDr- cn m m 1-4 ;a 4n m� W 1 m Co Ay o z �3 W O vi m o w m vCD p C7 W s Co -M .w m 4 %p Mc N N •"1 (�D y� m m o c yar m rma o.� ao m O a a 0 " zz m fl? m� M m C m 0