Loading...
HomeMy WebLinkAboutCity of Tamarac Resolution R-97-271Temp. Reso. #8006 Page 1 September 16, 1997 Revision 1: 9/25/97 Revision 2: 10/16/97 CITY OF TAMARAC, FLORIDA RESOLUTION NO. R-97�2 7/ A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF TAMARAC, FLORIDA, RESCINDING RESOLUTION NO. R-97-178 AUTHORIZING THE AWARD OF BID #97-12B FOR THE REROOFING OF THE MULTIPURPOSE CENTER TO HURRICANE ROOFING, AND AUTHORIZING THE AWARD OF BID #97-12B TO ADVANCED ROOFING, INC; AUTHORIZING THE APPROPRIATE CITY OFFICIALS TO ACCEPT AND EXECUTE A CONSTRUCTION SERVICES AGREEMENT FOR ROOFING REPAIRS; PROVIDING FOR CONFLICTS; PROVIDING FOR SEVERABILITY; AND PROVIDING FOR AN EFFECTIVE DATE. WHEREAS, the roof of the Multipurpose Center has been repaired on numerous occasions in an attempt to stop active water leaks; and WHEREAS, an inspection of the roofing system indicates that these repair attempts have been ineffective in stopping the flow of water through the roof membrane; and WHEREAS, engineering analysis has indicated the need to reroof this facility to prevent further water infiltration and to avoid potential structural damage; and WHEREAS, the City of Tamarac publicly advertised Bid #97-12B for the reroofing of the Multipurpose Building in the Sun -Sentinel on January 19th and 26th, 1997; and WHEREAS, on April 3, 1997, eleven (11) bids were opened and reviewed to determine cost and responsiveness to the City's technical specifications; and WHEREAS, Hurricane Roofing submitted the lowest responsive bid proposal Temp. Reso. #8006 Page 2 September 16, 1997 Revision 1: 9/25/97 Revision 2: 10/16/97 at $23,333; and WHEREAS, on July 23, 1997, upon the recommendation of the Director of Public Works, the Public Works Operations Manager and the Purchasing/Contracts Manager, the City Commission of the City of Tamarac approved and awarded Bid #97-12B for reroofing the Multipurpose Center to Hurricane Roofing in an amount not to exceed $23,333; and WHEREAS, Hurricane Roofing was unable to secure a performance bond as specified in Bid #97-12B; and WHEREAS, Advanced Roofing, Inc. submitted the next lowest responsive and responsible bid proposal for installing a TAMKO roofing system with a ten (10) year manufacturer's membrane warranty, including coverage of materials and workmanship for $26,825; and WHEREAS, it is the recommendation of the Director of Public Works, the Public Works Operations Manager and the Purchasing/Contracts Manager that Resolution No. R97-178 be rescinded and Bid #97-12B be awarded to the next lowest responsive and responsible bidder, Advanced Roofing, Inc; and WHEREAS, available funds exist in the General Fund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 497-12B for reroofing the Multipurpose Center to Advanced Roofing, Inc. in an amount not to exceed $26,825. Temp. Reso. #8006 Page 3 September 16, 1997 Revision 1: 9/25/97 Revision 2: 10/16/97 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 made a specific part of this Resolution upon adoption hereof. SECTION 2: The Resolution No. R97-178 authorizing the award of Bid #97- 12B for the reroofing of the Multipurpose Center to Hurricane Roofing is HEREBY rescinded. SECTION 3: The award of Bid #97-12B to Advanced Roofing, Inc. in the amount of $26,825 is HEREBY approved, a copy of the Bid Tabulation being hereto attached as Exhibit "'I". SECTION 4: The appropriate City Officials are HEREBY authorized to execute an agreement with Advanced Roofing, Inc. for reroofing the Multipurpose Center, a copy of said agreement being hereto attached as Exhibit "2". SECTION 5: 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 6: All Resolutions or parts of Resolutions in conflict herewith are HEREBY repealed to the extent of such conflict. SECTION 7: If any provision of this Resolution or the application thereof to u 1 Temp. Reso. #8006 Page 4 September 16, 1997 Revision 1: 9/25/97 Revision 2: 10/16/97 any person or circumstance is held invalid, such invalidity shall not affect other provisions or applications of this Resolution that can be given effect without the invalid provision or application, and to this end the provisions of this Resolution are declared to be severable. SECTION 8: This Resolution shall become effective immediately upon its passage and adoption. PASSED, ADOPTED AND APPROVED this /02 ATTEST: CAROL A. EVANS CITY CLERK I HEREBY CERTIFY that I approved this RESOLUTION as to form. U1 1 Y A 1-1 URNE day of,(JWf "- 1997. MINES MAYOR RECORD OF COMMISSI MAYOR SCHREIBER DISTI: COMM. MGKAYE DIST 2: V/M MISHKIN DIST 3: COMM. SULTANOF DIST 4: O M. ROBERTS ►61 • • LP 0 0 n n 0 911 cn U) m cn c z = Z O 0 0 E 0 mX m 0 0 c c C m n z K cn X= 22 z z M ccnn � z X m m ;u mn 0 G7 0O n z n O m K z n 3 0 r cn0 --< Z m O Z 0 0 0 uni m 90 Z m� INC Z G7 Om -� 0 G) cn Z 0 0 G) � cn z n c p 0 0 � n Cn Z �= _ W -4 N Cp -,1 W 11 .A � Cb p W W -I1 CD co (A V co C) (Ca CD 00 C7 IV Cn W W co N -CD co W O CD CD C7 CD o C7 to (n cn W in CD 6 o 6 a Q o a a Q CD 6 0 6 CD 6 C7 6 0 in a fl. ra < < < c ` < < < t ` a Qo NJ NaN a a. N I ' o ' 0 t ` ` N ` t CL CD (D Z 0 0 0 CL A) > o C p a� C! .y p N CT] Ca W 0 N C7 W C7 W C7 4h. Ch W CD N -a W O W C7 W CD C 0 a a� a s ca. a a CL m a CA CA co ca CA cn cn e� n CD N X m 0 n Wes' Z CD- aci 4 iJ s NCA 0o m W r D Z G� Q :V �-3 tad ro ORIGINAL EXHIBIT °2" -- TEMP. RESO. #8006 AGREEMENT THIS AGREEMENT is entered into on No vember 12 1997, between the City of Tamarac, a municipal corporation with principal offices located at 7525 NW 88th Avenue, Tamarac, Florida 33321 (hereinafter "City") and Advanced Roofing, Inc., a Florida corporation with principal offices located at 4345 NE 12th Terrace, Fort Lauderdale, Florida 33334 (hereinafter "Contractor"), for the reroofing of the Multipurpose Center located at 7531 North University Drive, Tamarac, Florida 33321. The parties HEREBY agree to the following terms and conditions: Contractor shall furnish all labor, materials, transportation, equipment, and any other services required to remove and/or prepare surfaces for removing the existing gravel roof system and replacing it with a TAMKO roofing system consistent with the terms and conditions in the Invitation to Bid, Instructions to Bidders, Special Conditions, and Technical Specifications of City of Tamarac Bid #97-12B attached hereto as Exhibit A (consisting of 37 pages) and incorporated herein as if set forth in full for an amount not to exceed $26,825. 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. This Agreement and attached Exhibit A constitute the entire agreement between the City and the Contractor. 0 IN WITNESS WHER EOF, the parties have made and executed this Agreement on the respective dates under each signature. City of Tamarac, through its Mayor, and Advanced Roofing, Inc., through duly authorized to execute same. ATTEST: Carol Evans, City Clerk *ate: November 12 1997 CITY OF TAMARAC By: 2-3--2............ . Joe Schreiber, Mayor Date:, November 12, 19„92 Robert S. Noe Jr., City Manage Date: November 12 1997 Approy,edd ps to form and legal sufficiency: By; Mitchell S. Kraft, City WoMey ORIGINAL EXHIBIT "2" -- TEMP. RESO. #8006 �TTEST: Corporate Secretary • 0 ADVANCED ROOFING, INC. A Florifie Corporation BTVic—President v , f , Date • • ORIGINAL EXHIBIT "A" TEMP. RESO. #8006 INVITATION TO BID TAM REROOFING MULTIPURPOSE BUILDING 7531 N. UNIVERSITY DRIVE TAMARAC, FL 33321 CITY OF TAMARAC 7525 NW 88TH AVENUE TAMARAC, FLORIDA 33321-2401 • OR I G I N! A L CITY OF TAMARAC INVITATION TO BID BID NO. 97-12B "TEMPAES4. No.,, 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 ___Thursday. Marc 20. 1997_at 2:00 own., at which time bids will be publicly opened and announced for: REROOFING MULTIPURPOSE BUILDING 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. 97-12B Reroofing Multipurpose Building opening Thursday. March 20. 1997 at 2:00 p.m. " on the outside of the envelope. A 5% bid bond must be submitted with each bid. Payment and performance bonds will be required prior to execution of the contract. The work performed consists of the Contractor furnishing all labor, materials, tools, and equipment necessary as indicated in the specifications. A Pre -Bid Conference will be held on Monday, March 10, 1997 at 10:00 a.m. , in the City Hall Conference Room, Room One (1), 7525 NW 88th Avenue, Tamarac, Florida. It will be in the best interest of all parties interested in bidding on this project to attend this meeting. The City reserves the right to accept or reject any or all bids, or any part of any bid, to waive any informalities, and to award in the best interest of the City of Tamarac. Bid documents will be available for review and may be obtained from the Purchasing Office at the above address. For non -technical inquiries, contact the Purchasing Office at (954) 724-2450; and for technical issues, contact Vincent Rutigliano at (954) 724- 2410. Lynda S. Flurry, CPPO Purchasing and Contracts Manager Publish Sun Sentinel: Sunday, March 02. 1997 and Sunday, March 09. 1997 • • CRiViNAL INSTRUCTIONS TO BIDDERS BID NO. 7�- 12B TEMP. RESO. No, ao REROOFING MULTIPURPOSE BUILDING It is the intent of the City to award this bid to the lowest responsible and responsive bidder. The City reserves the right to accept or reject any or all bids and to waive any informality concerning the bids when such rejection or waiver is deemed to be in the best interest of The City of Tamarac. The City reserves the right to award the bid on a split order basis, lump sum or individual item basis unless otherwise stated. GENERAL TERMS AND CONDITIONS These general terms and conditions apply to all offers made to the City of Tamarac by all prospective Bidders including but not limited to Request for Quotes, Request for Bids and Request for Proposals. As such the words "bid" and "proposal" are used interchangeably in reference to all offers submitted by prospective bidders. 1. SUBMISSION OF THE BID: The Bidder is directed to deliver sealed bids to the City's Purchasing Office, City of Tamarac, 7525 N. W. 88th Avenue, Tamarac, Florida 33321, ON: TLiur-s_day. March 20, 1997. 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 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 erasers or corrections must be initialed in ink by the Bidder. All prices, terms and conditions quoted in the submitted bid will be firm for acceptance for sixty days from the date of the bid opening unless otherwise stated by the City. BONDING: An acceptable Bid Bond, Cashier's Check, or Certified Check payable to the City of Tamarac in amount not less than 5 % (percent) of the bid, must accompany the 2 ORIGINAL rEMP. RESO. No._jjQ,O� bid. Additional bonding may be required in the Special Terms and Conditions of this invitation. The Bonding must be executed by a surety company authorized to do business in the State of Florida or secured in a manner satisfactory to the City of Tamarac. 2. 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. 3. PUBLIC ENTITY CRIMES FORM: A person or affiliate who has been placed on the convicted vendor list following a conviction for public entity crime may not submit a bid on a contract to provide any goods or services to a public entity, may not submit a bid on a contract with a public entity for the construction or repair of a public building or public work, may not submit bids on leases of real property to public entity, may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity, and may not transact business with any public entity in excess of the threshold amount provided in Section 287.017, for Category Two for a period of 36 months from the date of being placed on the convicted vendor list. 4. NON -COLLUSIVE AFFIDAVIT: Each Offeror shall complete the Non -Collusive Form and shall submit the form with the Proposal. CITY considers the failure of the Offeror to 40 submit this document to be a major irregularity and may be cause for rejection of the Proposal. 5. 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. 6. 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. 7. 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 3 TEMP. -RESO. No.9006 ORIGINAL 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. 8. BRAND NAMES: Manufacturers' name, brand name, model number or make is used in these specifications for the sole purpose of establishing minimum requirements of quality, performance and design. APPROVED EQUAL is added to the specifications to avoid ruling out qualified competition. Where equal is bid, the Bidder must submit brochures, specifications in detail and/or samples. The City shall be the sole judge of equality. 9. 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. 10. CONDITIONS OF MATERIALS: All materials and products supplied by the Bidder in conjunction with this bid shall be new, warranted for their merchantability, fit for a particular . purpose, free from defects and consistent with industry standards. The products shall be delivered to the City in excellent condition. In the event that any of the products supplied to the City are found to be defective or do not conform to the specifications, the City reserves the right to return the product to the Bidder at no cost to the City. • 11. 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. 12. 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. In compliance with Chapter 442, Florida Statutes, any toxic substance delivered from a contract resulting from this bid must be accompanied by a Material Safety Data Sheet (MSDS). A Material Safety Data Sheet should also be submitted to the City of Tamarac Risk Management Division, 7525 NW 88 Avenue, Tamarac, Florida 33321-2401. 4 R I fl u NA L TEMP. RESO. No. goo 13. 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. 14. 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. 15. TERMINATION FOR CONVENIENCE OF CITY: Upon seven (7) calendar days written notice delivered by certified mail, return receipt requested, to the Bidder, the CITY may without cause and without prejudice to any other right or remedy, terminate the agreement for the CITY's convenience whenever the CITY determines that such termination is in the best interest of the CITY. Where the agreement is terminated for the convenience of the CITY the notice of termination to the Bidder must state that the contract is being terminated for the convenience of the CITY under the termination clause and the extent of termination. Upon receipt of the notice of termination for convenience, the Bidder shall promptly discontinue all work at the time and to the extent indicated on the notice of termination, terminate all outstanding sub -contractors and purchase orders to the extent that they relate to the terminated portion of the Contract and refrain from placing further orders and sub- contracts except as they may be necessary, and complete any continued portions of the work. In the event that the Contractor abandons this Agreement or causes it to be terminated, Contractor shall indemnify the City against loss pertaining to this termination. 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. 16. 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. 5 ORIGINAL TEMP, RESO. No. gao 17. 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. 18. TAXES: The City of Tamarac is exempt from all Federal, State, and Local taxes. An exemption certificate will be provided where applicable upon request. 19. 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. 20. 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. 21.OMISSION OF DETAILS: Omission of any essential details from these specifications will not relieve the Bidder of supplying such product(s) as specified. 22. 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 Bidder's expense all necessary insurance in such form and amount as required by the City's Risk Manager before beginning work under this Agreement including, but not limited to, Worker's Compensation Insurance, Unemployment Insurance, Contractor's 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. n rI OR101 lil, A L TEMP. RES4. No. Q0 Bidder shall indemnif y 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: GENER6LLIABILITY 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 AUTOMQBILE-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 Best's 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. 7 `.:�. TEMP. RESO. No..ZQ.Ok, All of the policies of insurance so required to be purchased and maintained shall contain p q 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. 23. INDEMNIFICATION: The Bidder shall indemnify and hold harmless the City of Tamarac, its elected and appointed officials and employees from any and all claims, suits, actions, damages, liability, and expenses (including attorneys' fees) in connection with loss of life, bodily or personal injury, or property damage, including loss of use thereof, directly or indirectly caused by, resulting from, arising out of or occurring in connection with the operations of the Bidder or his Subcontractors, agents, officers, employees or independent contractors, excepting only such loss of life, bodily or personal injury, or property damage solely attributable to the gross negligence or wilful misconduct of the City of Tamarac or its elected or appointed officials and employees. 24. 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 Technical Specifications outlined in this bid, the Special Conditions and/or the Technical 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 it's representative. SPECIAL CONDITIONS I. ASSIGNMENT OF CONTRACT: Neither this contract, or 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. All work shall be performed between the hours of 8:00 a.m._ to 5:00 p.m.. Exceptions to this schedule can only be made with the prior approval of the City N. OR i G I N A L TEMP. RES0. No, oa 6 �J in writing. The contractor shall provide a qualified foreman resent on the site at all times g P q P , 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 in a City facility, that it 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 residue at the end of each and every workday. No unsecured materials or equipment are to be on site at night or over a weekend, unless arrangements have been made with and prior approval obtained from applicable City personnel in writing. Any materials or equipment left on site shall be with the Contractor, who is fully and totally responsible for security. Loss of materials or equipment due to theft, vandalism, etc., shall be the responsibility of the contractor. Any material left on site overnight shall be properly marked and identified in order to ensure public safety. 3. DAMAGE TO PUBLIC AND/OR PRIVATE PROPERTY: Extreme care shall be taken to safeguard all existing facilities, site amenities, utilities, irrigation systems, windows, and vehicles on or around the job site. Damage to public and/or private property shall be the responsibility of the contractor and shall be repaired and/or replaced in equal or better condition at no additional cost to the City. The contractor shall use all means to protect existing objects, structures and vegetation designated to remain. In the event of damage, immediately make all repairs, replacements and dressings to damaged materials, to the approval of the City, at no additional cost to the City. In the event of damage to public and/or private property, the contractor shall immediately contact the City's Public Work's Department by telephone (954) 724-1410 and inform the appropriate staff member about the location and extent of the damages. 4. SITE INSPECTION - CONTRACTOR: It shall be the full responsibility of the bidder to visit and inspect the location at 7531 N. University Drive, Tamarac, FL prior to the submission of a bid. No variation in price or conditions shall be permitted based on a claim of ignorance. Submission of the bid is evidence that the bidder has familiarized himself with the nature and extent of the work, and the equipment, materials, and labor requirements. All visits shall be arranged through Vincent Rutigliano, at 724-2410. 5. PERMITS AND LICENSES: The contractor shall be responsible for securing all City Building permits. However, all City permit fees are waived. An asbestos survey must be submitted to Building Department when applying for the permit. The contractor shall submit copies to the Public Works Department, of all permits required for this work. The contractor will be responsible for all County fees (B.O.R.A. - $0.35 per $1000). 9 TEMP. RESO. No. F006 0 R I G I1 AL 6. SITE INSPECTION -CITY: All work will be conducted under the general direction of the Public Works Building Maintenance Department and is subject to inspection by the appointed inspectors to ensure compliance with the terms of the contract. No inspector is authorized to change any provision of the specifications without written authorization of the Director of Public Works nor shall the presence or absence of an inspector relieve the contractor from any requirements of the contract. 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. BONDS: The contractor shall furnish separate Performance and Payment Bonds in the amount of 100% of the total bid award 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 year warranty period will begin. At this time, a warranty bond in an amount not less than 25% of the final contract amount must be submitted. If the surety on any bond furnished by the contractor is declared bankrupt or becomes insolvent, or its right to do business is terminated in Florida, the contractor shall, within seven (7) days thereafter, substitute another bond meeting the requirements outlined above, which must also be acceptable to the City. 9. CHANGE ORDERS: Without invalidating the contract, and without notice to any surety, the City reserves and shall have the right to make increases, decreases or other changes to the character or quality of the work as may be considered necessary or desirable to complete the proposed construction in a satisfactory manner. The contractor shall not start work on any such alteration that requires an increase to either the contract price or contract time until a change order setting forth the adjustments is approved by the City, and executed by the City and contractor. Once the change order is so approved, the contractor shall promptly proceed with the work. 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 10 1- ! 'i I �TEMPRESO. No. faO6 • notice shall be the contractor's responsibility, and the amount of each applicable bond shall be adjusted accordingly. 10. CONTRACT DOCUMENTS: In addition to the agreement, the contract documents shall consist of the Bid Proposal executed and submitted by the contractor, Project specifications, plans and specifications (where applicable), any addendums or change orders, performance bond, insurance certificate, and the City resolution awarding the bid. 11 '- TEMP. RESO. No. 006 TECHNICAL SPECIFICATIONS TAMKO ROOFING MULTIPURPOSE BUILDING (BID NUMBER (97-12B) SCOPE The scope of this project is to furnish all labor, materials, transportation, equipment, and any other services required to remove and/or prepare surfaces for removing the old gravel roof system and replacing with a TAMKO roofing system as specified herein. 1.0 Roof Removal 1.1 Remove the old gravel roof system, including all old metal flashings and wall flashings, in stages, down to a smooth workable surface of corrugated metal deck. Existing roof consists of: a. 3 Ply built-up roof. b. 3/4" fiber board mechanically fastened. C. 3" of ISO insulation board mechanically fastened to existing metal deck. 1.2 Metal decks to be dry, smooth swept free of all dust, dirt, grime, debris, and kept clean of foreign materials and obstructions. 1.3 No more roof area will be removed, in one day, than can be kept watertight. 1.4 A watertight tie-in will be laid at the finish of each day. 2.0 Insulation: 2.1 Secure pressure treated wood nailers at the perimeter eaves to act as insulation board stop and give a firm noncompressible base on which to nail the new metal flashing on top of the parapet wall. 2.2 Install new insulation over the existing metal deck as follows: 3" of ISO insulation board mechanically fastened to the metal deck to 3/4" fiber board mechanically fastened. 2.3 Fasteners shall be placed in required quantity and pattern to comply with FM- 1-90 requirements. Perimeter fastening shall meet FM-1-28 loss prevention date FM-1-60 requirements. 12 • r-"! fr.t i � !.' a TEMP. RESO. No E006 Technical Specifications Tamko Roofing Multipurpose Building Page 2 2.4 Independent fastener pull-out tests must be carried out at location identified by the engineer prior to base sheet installation, to verify compliance of fastener capacity through the insulation into the existing 24 gauge metal deck. 3.0 Base Sheet: 3.1 On rigid insulation, fasten a TAMKO glass base sheet, to the fiber board, using Zong-O-Tiaht fasteners or similar approved by TAMKO with discs, 9" on center at laps and 12" on center in middle of base sheet and staggered. 3.2 Fasteners shall be placed in required quantity and pattern to comply with FM 1-90 requirements. Perimeter fastening shall meet FM 1-28 loss prevention date FM 1-60 requirements. 4.0 Roofing Membrane: 4.1 At the intersection of all roof and vertical surfaces to be flashed, cants shall be installed per membrane manufacturer requirements. 4.2 Install two (2) layers of TAMKO glass Ply IV fiberglass roofing felt, in single fashion, at a rate of not less than 25 lbs. per ply, per roofing square. Felts will extend over the top of the cant strip a minimum of 2-inches. 4.3 Install TAMKO AWAPLAN-170 solidly mopped with hot steep asphalt, over entire roof on top of TAMKO Glassply IV fiberglass felt. Steep asphalt to be installed at a rate of approximately 30 lbs. per square. AWAPLAN-170 will extend up all parapets and curbs a minimum of 4-inches. 4.4 Loose granules shall be embedded into overrun of hot asphalt at the sides and laps. 4.5 Install felts using asphalt applicator, or roll into hot asphalt by hand mopping. When rolling in by hand, keep the bitumen within 6-feet of the roll. Do not scrub with mop. 13 • R"i G'i L TEMP. RESO. No. a d 6 Technical Specifications Tamko Roofing Multipurpose Building Page 3 5.0 Flashing: 5.1 With hot Trumbull asphalt, solidly adhere one (1) layer of AWAPLAN-170, polyester base, rubberized asphalt, white mineral surface, SBS 170 on all the wall backs, extending well on to the flat roof and onto the wall, to the top, nailed and sealed in the proper manner. 5.2 Base flashing shall be extended a minimum of 4-inches above the cant strip and 8-inches above the roof line and a minimum 4-inches beyond the top of the cant strip. Additional base flashing plies shall extend past the preceding ply a minimum of 2-inches. All side laps shall be a minimum of 3-inches. All wall and curb flashing shall be nailed a maximum 6-inches o.c. at the top edge. When possible, the base flashing should wrap over the top of the wall or curb. 6.0 Metal: 6.1 6.2 During different phases of the roof construction, the following metal (lashings shall be installed: Install new 4-lb. lead flashing around all roof drains according to manufacturer's recommendations. 6.3 Provide metal flashing (at perimeters), primed on both sides and allowed to dry. Set metal over completed membrane in plastic roofing cement and (stagger) nail, a maximum 3-inches on center to the wood nailer. Overlap all joints and miters a minimum of 4-inches above the top of the cant. Lap metal end joints 3-inches or more. Pressure or termination bars are not an acceptable alternative to metal counter -flashing. 7.0 Mechanical, Electrical, and Plumbing: 7.1 The roofing contractor shall coordinate all necessary equipment and lines to facilitate the roofing process. 7.2 Roofing contractor shall protect roof drains from roofing debris but cannot be held responsible for drain blockage, from pre-existing debris. 14 ORGI NI A L TEMP. RESO. No. g--, °� Technical Specifications Tamko Roofing Multipurpose Building Page 4 7.3 Provide new goose neck conduit to pass through the existing communication line in to the motor room. 8.0 Clean Up: 8.1 Roofing contractor shall keep roof in an orderly condition before, during, and after roof construction. 8.2 Roofing contractor will clean up the grounds and premises after each day's work. 8.3 Roofing contractor shall remove all debris, equipment, tarps, sanitary facilities and protective coverings from surrounding property. 9.0 Roof Hatch: 9.1 Replace existing roof hatch with new aluminum Bilco roof hatch slope to match with new insulation and keep the hatch at existing location and the size to match existing. opening. 10.0 Guarantee: 10.1 Owner shall receive a ten (10) year manufacturer's membrane guarantee, including coverage of materials and workmanship. 11.0 Removed Material and Debris: 11.1 Do not allow materials and debris generated by demolition activities to accumulate. Remove and transport debris in a manner that prevents spillage on streets or adjacent areas. Local regulations regarding hauling and disposal apply. 11.2 Leave all spaces broom clean with all ledges and corners properly cleaned. 12.0 Protective Measures: 12.1 Protection of personnel: Erect signs, barricades and such other forms of warning as may be required to prevent personnel from putting themselves in the way of injury. 15 TEMP. RESO. No. 800( Technical Specifications Tamko Roofing Multipurpose Building Page 5 12.2 Protection of Existing Construction: Protect existing construction noted to remain. Any existing construction noted to be saved, that becomes damaged, will be restored or repaired to original condition or better. Housekeeping: 1. Remove trash from buildings at the end of the workday. 2. Use only noncombustible trash containers and waste paper containers. 3. Ensure trash does not accumulate on the floors, in attics, or underneath stairwells of buildings. 13.0 Protection: 13.1 Protect from damage by adjacent work all existing structural members, finishes, facility systems and equipment that are to remain. Also provide 0 temporary enclosures, waterproofing, heating, or other means to protect remaining existing work and new work from damage by weather or temperature/humidity extremes. C� 13.2 Provide temporary enclosures to separate work areas from existing building and from areas occupied by the City, and to provide weather protection. 14.0 Quality of Work: 14.1 Assign the work of moving, removal, cutting, and patching to trades qualified to perform the work in a manner to cause the least damage to each type of work, and provide means of returning surfaces to appearance of new work. 14.2 Perform cutting and removal work to minimum material necessary and in a manner to avoid damage to adjacent work. Cut finish surfaces such as concrete, tile, gypsum wallboard, plaster, wood rails, or metal surfaces in a straight line or at a natural point of division. 16 u • 0 R I I N A L BID FORM BID NUMBER 97-12B REROOFING MULTIPURPOSE BUILDING TEMPAES0. No. o0 To: The Purchasing and Contracts Manager of the City of Tamarac: We propose to furnish the following service in conformity with the specifications and at the below bid prices. The bid prices quoted have been checked and certified to be correct. One Project: Reroofing Multipurpose Building $ 26,825.00 TOTAL BID $ 26, 825.00 Provide all information pertaining to warranties. The undersigned declares to have specific and legal authorization to obligate their firm to the terms of this bid, and further, that they have examined the Invitation to Bid, the Instructions to Bidders, the Specifications, and other documents included in this bid request, and hereby promises and agrees that, if this bid is accepted, they will faithfully fulfill the terms of this bid together with all guarantees and warranties thereto. The undersigned bidding firm further certifies the product and /or equipment meets or exceeds the specifications as stated in the bid package; and also agrees that products and/or equipment to be delivered which fail to meet bid speci bons will be rejected by the City within thirty (30) days of delivery. Retum of rejection II be at the expense of the bidder. ADVANCED i200FING INC. Company Name Authorized Signature 4345 NE 12 Terrace Daniel Stokes Address Fort Lauderdale, FL 33334 City, State, Zip CC-0O24413 Contractor's License Number 17 Typed/Printed Name (954) 522-6868 FAX 566-2967 Telephone & FAX Number 59-2360591 Federal Tax ID# r� • b� Bidders Name: ADVANCED ROOFING, INC. MR RESO. No. NOTE: Bid submittals without the manual signature of an authorized agent of the Bidder shall be deemed non -responsive and ineligible for award. TERMS: 1.5 06 DAYS: thirty Delivery/completion: thirty calendar days after receipt of Purchase Order NOTE: To be considered eligible for award, one (1) QgI,jNAL AND THREE (3) COPIES OF THIS BID FORM must be submitted with the Bid. IF "NO BID" IS OFFERED, PLEASE PROVIDE THE FOLLOWING INFORMATION: Please indicate reason(s) why a Bid Proposal is not being submitted at this time. Return the Bid Form to avoid removal of Bidder from the City of Tamarac's vendor listing. 18 • C� 0 Bidder's Name: ADVANCED ROOFING, INC. Variations: TEMP. RESO. No. oo The Bidder shall identify all variations and exceptions taken to the Instruction 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: N/A Section Variance Section Variance Section Variance Section Variance Attach additional sheets if necessary. 19 L TEMP. RESO, No. 04 SWORN STATEMENT PURSUANT TO SECTION 287.133(3)(a), , ON PUBLIC ENTITY CRIMES THIS FORM MUST BE SIGNED IN THE PRESENCE OF A NOTARY PUBLIC OR OTHER OFFICER AUTHORIZED TO ADMINISTER OATHS. This sworn statement is submitted with Bid, Proposal or Contract No. 97--12B to the City of Tamarac for Reroofing Multi.Pur ose Building 2. This sworn statement is submitted by ADVANCED ROOFING, INC. (name of entity submitting sworn statement) and Federal Employer Identification Number (FEIN) 59--2360591 (If the entity has no FEIN, include the Social Security Number of the individual signing this sworn statement: 3. My name is Daniel Stokes and (please print name of individual signing) my relationship to the entity named above is Vice President 4. 1 understand that a "public entity crime" as defined in Paragraph 287.133(1)(g), Elorida , means a violation of any state or federal law by a person with respect to and directly related to the transaction of business with any public entity orwith an agency or political subdivision of any other state orwith the United States, including, but not limited to, any bid or contract for goods or services, any lease for real property, or any contract for the construction or repair of a public building or Public work, involving antitrust, fraud, theft, bribery, collusion, racketeering, conspiracy, or material misrepresentation. 5. 1 understand that "convicted" or "conviction" as defined in Paragraph 287.133(1)(b), FlorWa , means a finding of guilt or a conviction of a public entity crime, with or without an adjudication of guilt, in any federal or state trial court of record relating to charges brought by indictment or information after July 1, 1989, as a result of a jury verdict, non jury trial, or entity of a plea of guilt or nolo contendere. • TEMP, RESO. No. o0 6. 1 understand that an "affiliate" as d6fined1h Paeag` r6ph 287.133(1)(a), FloridaFloridaStatutes, means: M1. A predecessor or successor of a person convicted of a public entity crime: or 2. An entity under the control of any natural person who is active in the management of the entity and who has been convicted of a public entity crime. The term "affiliate" includes those officers, directors, executives, partners, shareholders, employees, members, and agents who are active in the management of an affiliate. The owner by one person of shares constituting a controlling interest in another person, or a pooling of equipment or income among persons when not for fair market value under an arm's length agreement, shall be a prima facie case that one person controls another person. A person who has been convicted of a public entity crime in Florida during the preceding 36 months shall be considered an affiliate. 7. 1 understand that a "person" as defined in Paragraph 287.133(1)(e), Florida Statutes, means any natural person or entity organized under the laws of any state or of the United States with the legal power to enter into a binding contract and which bids or applies to bid on contracts led by a public entity or which otherwise transacts or applies to transact business with a public entity. The term "person" includes those officers, directors, executives, partners, shareholders, employees, members and agents who are active in management of an entity. 8. Based on information and belief, the statement which I have marked below is true In relation to the entity submitting this sworn statement. (Please indicate which statement applies.) 1 Neither the entity submitting this sworn statement, nor any of its officers, directors, executives, partners, shareholders, employees, members, or agents who are active in the management of the entity, nor any affiliate of the entity were charged with and convicted of a public entity crime after July 1, 1989. The entity submitting this sworn statement, or one or more of the officers, directors, executives, partners, shareholders, employees, members, or agents who are active in the management of the entity, or an affiliate of the entity was charged with and convicted of a public entity crime after July 1, 1989. The entity submitting this sworn statement, or one of its officers, director, executives, partners, shareholders, employees, members, or agents who are active in the management of the entity, or the affiliate of the entity has been charged with and convicted of a public entity crime subsequent to July 1, 1989. However, there has been a subsequent proceeding before a Hearing Officer of the State of Florida, Division of Administrative Hearings and the Final Order entered by the Hearing Officer determined that it was not in the public interest to place the entity submitting this sworn statement on the convicted vendor list. (Attach a copy of the final order.) 21 • 0 R i `' -'z TEMP. RESO. No.,,, „6 I UNDERSTAND THAT THE SUBMISSION OF THIS FORM TO THE CONTRACTING OFFICER FOR THE PUBLIC ENTITY IDENTIFIED IN PARAGRAPH (ONE) ABOVE, IS FOR THAT PUBLIC ENTITY ONLY AND, THAT THIS FORM IS VALID THROUGH DECEMBER 31 OF THE CALENDAR YEAR IN WHICH IT IS FILED. I ALSO UNDERSTAND THAT I AM REQUIRED TO INFORM THE PUBLIC ENTITY PRIOR TO ENTERING INTO A CONTRACT IN EXCESS OF THE THRESHOLD AMOUNT PROVIDED IN SECTION 287.017, FLOBAPA SMUTEIS FOR CATEGORY TWO OF ANY CHANGE IN THE INFORMATI04LC NTAINED IN THIS FORM. P Date: March 20, 19�Slgnature) State Of Florida ) Broward ) ss. County of ) BEFORE ME, the undersigned authority, personally appeared Danici s kes 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 Daniel Stokes executed said Affidavit for the purpose therein expressed. WITNESS my hand and official seal this loth day of _ March 1997 . UENDA M NINNFWANN NrI-WC0M?AI�i7ARY PUBLIC STATE OF FMIIDA TARY PUBLIC, State of Florida at Large COMR.ISSION No. CCBrenda M. Ninnemann CC464712 N :�P. i-ky :s's.L�,Y �o,9 (Signature of Notary Public: Print, Stamp, or Type ( x ) Personally known to me or as Commissioned) ( ) Produced identification Type of I.D. Produced ( ) DID not take an oath, or ( ) DID NOT take an oath. 22 • State of Florida ) ss. County of Broward Daniel Stokes TEMP. RESO. No. aa6 NON -COLLUSIVE AFFIDAVIT being first duly sworn, deposes and says that: (1) He/she is the vice President , (Owner, Partner, Officer, Representative or Agent) of Bid; Advanced Roofing, Inc. the Bidder that has submitted the attached (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 'n the Lsent f: MLV_v, . By: ,,r, fitness Daniel Stokes Witness (Printed Name) Vice President 0 (Title) 23 ... ; TEMP RESO. No.,,,_„� r� u E NON -COLLUSIVE AFFIDAVIT State of Florida ) Broward ) ss. County of ) BEFORE ME, the undersigned authority, personally appeared Daniel Stokes 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 Daniel Stokes executed said Affidavit for the purpose therein expressed. WITNESS my hand and official seal this loth day of March , 1997 . MNDA M NINNR3rIANN "wcoi MOrARY PUBLIC SrA*M OF FLURIDA N TARY PUBLIC, State of Florida at Large COMMESICN NO. CC46 712 MY CPIr[MI O"T FXF. NC .' NAM Brenda M. Ninnemann CC464712 (Signature of Notary Public: Print, Stamp, or Type as Commissioned) ( x) Personally known to me or ( ) Produced identification Type of I.D. Produced ( x ) DID not take an oath, or ( ) DID NOT take an oath. 24 TEMP. RESO. No. 006 40 REFERENC935 Please list name of government agency or private firm(s) with whom you have done business within the past five years: SEE ATTACHED LISTING Agency/Firm Name: Address: City/State/Zip Phone: Fax: Contact: Agency/Firm Name: Address: City/State/Zip Phone: Fax: Contact: 0 Agency/Firm Name: Address: City/State/Zip Phone: Fax: Contact:- Agency/Finn Name: Address: City/State/Zip Phone: Fax: Contact: Agency/Firm Name: Address: City/State/Zip Phone: Fax: Contact: Agency/Firm Name: Address: City/State/Zip Phone: Fax: Contact: Agency/Firm Name: Address: City/State/Zip Phone: Fax: Contact: Agency/Firm Name: Address: City/State/Zip Phone: Fax: Contact: YOUR COMPANY NAME: ADVANCED ROOFING, INC. ADDRESS 4345 NE 12 Terrace Fox Layder_dale. FL 33331�_- _ PHONE: (954) -522--f&fia .... - --- __FAX: ._(956) 566_29, 7 25 e Advanced Roofing"InCEMR RESO. No. 00� n "Committed to Quality" 4345 N.E. 12th Terrace, Fort Lauderdale, Florida 33934 REFERENCES SUNSET INTERNATIONAL CENTER EAST 7001 NORTH KENDALL DRIVE #200 MIAMI, FL 33156 Contract Amount: $73,825.00 Area: 17,000 sqft. Type of Roofing: Re -roof Firestone Ten (10) year warranty Contact: Rick Horton (305)670--1000 USPS - OAKLAND PARK BRANCH 3350 N.E. 12 AVENUE SAND PARK, FL 33334 Contract Amount: $207,375.00 Area: 30,800 sqft. Type of Roofing: U.S. Intec Twenty t20) year warranty Contact: ,Tay Ammon (407)788--1779 3. BELVEDERE ELEMENTARY 3001 LAKE DRIVE WEST PALM BEACH, FL 33405 Contract Amount: $395,103:00 Area: 61,800.00 sqft. Type of Roofing: Re -roof Manville Twenty (20) year warranty Contact: Marianne Neu (407)688-7578 4. ROOSEVELT CENTER 4014 CHASE AVENUE MIAMI BEACH, FL 33140 Contract Amount: $139,892.00 Area: 19,500 sqft. Type of Roofing: Re -Roof Allied Twenty (20) year warranty Contact: Richard Campbell (407)478-8411 Phone (954) 522-6868 • Florida Wats (800) 63$-6869 + Fax (954) 566.2967 26 Advanced Roofing, inc. ` N 1tim t` e+d to Quality"' 5. TOWN PARK PLAZA SOUTH 1780 N.W. 5 AVENUE MIAMI, FL 33162 Contract Amount: 308,832.00 Area: 56, 000 sgft. Type of Roofing: Manville Ten (10) year Warranty Contact: J.R. Wear (813) 231--0700 6. HUNTINGTON'LAKES CLUBHOUSE 7355 HUNTINGTON LAMS LANE DELRAY BEACH, FL 33446 Contract Amount: 295,1150.00 Area: 13, 000 sgft. Type of Roofing: Siplast Ten (10) Year warranty Contact: Richard Charbonneau 7•' BLUE RIBBON TAG & LABEL 4035 N. 29 AVENUE HOLLYWOOD, FL 33020 Contract Amount: 126,260,00 Area: 30, 300 sgft. Type of Roofing: Stratavent TEMP. RESO. No. 9006 (407) 777-9311 Base Sheet 309 Twelve (12) year warranty plus Contact: Dino Ferraro (305)922-9292 8' LAKE PARK ELEMENTARY 410 THIRD STREET Z'AICE PARK, FL 33403 Contract Amount: 492,825.00 Area: 40,800 agft. Type of Roofing: U.S. Intec Twenty (20) year warranty Contact: Marianne Neu (407) 688-7578 rs GRF Rubberoid Modified Bitumen TEMP. RESO, No.� 6 STATE OF FLORIDA ) ) ss: COUNTY OF BROWARD) KNOW ALL MEN BY THESE PRESENTS, that we, ADVA C , as Principal, and UNITED STATES FIDELITY & GUARANTY CO as Surety, are held and firmly bound unto the City of Tamarac, a municipal corporation of the State of Florida in the penal sum of FIVE PERCENT OF BID AMOUNT Dollars ($ ), lawful money on the United States, for the payment of which. sum well and truly to be made, we bind ourselves, our heirs, executors, administrators and successors jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH that whereas the Principal has submitted the accompanying Bid, date MARO. 2,0 for. RE -ROOFING MULTIPURPOSE BUILDI 7531 N. UNIVERSITY DR, TAMARAC, FL: ­ Bid No. 9 7 -12 B ' 0 NOW, THEREFORE, (a) If said Bid shall be rejected, or in the alternate (b) If said Bid shall be accepted and the Principal shall properly execute and deliver to said City the appropriate Contract Documents, and shall in all respects fulfill all terms and conditions attributable to the acceptance of said Bid, then this obligation shall be void; otherwise, it shall remain in force- and effect, it being expressly understood and agreed that the liability of the Surety for any and all claims hereunder shall in no event exceed the amount of this obligation as herein stated. The Surety, for value received, hereby agrees that the obligations of the said Surety and Its bond shall be in no way impaired or affected by any extension of time within which said CITY may accept such Bid; and said Surety does hereby waive notice of any extension. 0 Page 1 of 2 Wbsnrrpl/Wdbaea W m y ,1. , Signed and sealed this 20 day of MARCH 19 97 'EMP' RESO, No. IN PRESENCE OF: (A.FFtX y A7.i X,1049ftifY F RI RESIDE T AGENT ST. 0![4C tWX F L IDPeRESICIEAT `impress Corporate Seal ADVANCED ROOFING, INC. i > (Principal) 4345 N E 12 TERRACE (Business Address) OAKLAND PARK, FL. 33334 (City/Stateop) 954--522--6868 (Business Phone) UNITED STATES FIDELITY &,GUARANTY CO. Sure By: . PHYLL S A. ARTHUR.. ATTORNEY -IN AFC ' & (fie) 5I DENT,; AGENT ti . JA /) 4;�_ AGENT Attom -In-Fact" By: PHYLLIS A. ARTHIJB Page 2 of 2 29 1219035 UNITED STATES FIDELITY AND GUARANTY XWAI�O' No..Z.QOL POWER OF ATTORNEY U S F`+- C" NO. 108412 to KNOW ALL MEN BY THESE PRESENTS: That UNITED STATES FIDELrIY AND GUARANiY COMPANY, a corpomion orpaised and existing under the laws of the State of Maryland aid having its principal office at the City of Bakimom. is Ike State of Maryland, does hereby eomelim sad appoint Frank H. Furman, Jr., Dirk D. DeJong and Phyllis A. Arthur ofthe cky of Pompano Beach . State of Florida its tram aid lawful Atlonry(s)-wFect, each is tbir nperats capsaity if more than one is named above. to sine its same as surety to, aid to exseuts, seal and seknowle4p any and all bonds, undsttalvags. cossrsets and other written instruments in the mature thereof on behalf of the Company in its business of pusateeing the fidelity of person&: duammusiag the performance of contacts: surd exectsing or pamatesing bonds and undertakrinp squired or permitted in any action& or prneredimp allowed by law. In Witness Whereof. the said UNTIED STATES FIDELITY AND GUARANTY COMPANY has anted this in&uumesat to be sealed witb its cogxau asel. duly attested by the sipstums of iu Senior Vice Presidest and Assistant Secretary, this l5 t h y of April , AM. 19 94 . UNITED STATES FMEIITY AND GUARANTY COMPANY t (Shied) By......... .. f Senior Vice President (Sigma) By........ .a�......... ... .............. As mast Secrstary STATE OF MARYLAND) SS: BALTTMORE CITY ) 1 oe" 15th4ayof April AID 19'94.b*mmsaPmvw0Uyc&ms Robert J. Lamendola Senior via Presidest of the UNITED STATES FIDELITY AND G2JARANTY COMPANY�f Pau1 �$ .ims . Assistant Secretary of mid Company. witb both of whom I rem p een who bseverally duly that thy. the maid Robert J . Lamendola and Paul D were senior vice Pnaden t sad do Atttistmmt secretary of the said UNITED STATES FfDELITY AND GUAR44w COMPANY, t>,Pa potntiar draen7trd� awiieh evrsatted tie forsong Power of Atmrmsy: that they each knew the seal of said corporation: that tb>,.al affixed to saE5�2=:7jq was seal. that it wen& so afSxed by order of the Boned of Dincton of said coVerstios, and tbat they signed their names thereto by.1e andAssistant Secretary. respectively. of the Company. MyCommissionexpinathe llth day is. A. .19 95 _ NOTARY PUBLIC This Power of Attorney is drsited under and bpi sib` yof the following Resolution& adopted by the Board of Dinetors of the UNITED STATES FIDELITY AND GUARANTY COMPANY os Sepumher 24. 1942: RESOLVED. that in connection with the fidelity and surety ism ramm bu"em of the Company. all bonds, undwM&inp. contracts and other insttumenu misting to said business may be Biped. wLeeuted, mid acknowledged by persons or entities appointed as AttormrAs).im-Fact pursuant to a Power of Attorney issued in accordance with these resolutions. Said Powet(s) of Attormey for and on behalf of the Company may sad shall be euoeatrted is the same sad On bdWof the Company, either by the C:bsitmas, or the President, or an Exeanive Vice President.. or a Senior Vice PmsWeIL or a Vice ?"dead or sm Assistant Vice PmAdnr6 jointly with the Secretary or an Assistant Secretary, under their respective designations. The sigaabmrs of much ot8oers may be mpnve4 printed or lithographed. The agnatun of each of the foregoing of can and the smal of the Company may be a>iuxed by facsimile to may Power of Attomey or to any catifrcale relating Uwe" sppointiog Anomay(s)- m Fact for purposes only of executing and Meeting bonds sad uodertakinp sad other weitinp obligatory is the nature thereof and, unless subsequently revoked and abject to may limitations sat forth therms. any such Power of Attormay or certificate bearing such facsimile sipmuure or Waismile smal 40 be valid sad binding upon the Company and any such power so exacuted and certified by such facsimile signature and facsimile snap shall be valid and binding upon the Company with respect to any bond or undetisWag to which it is validly attached. RESOLVED, that Attonay(s)-isFact " have the power and authority, unless subsequently revoked and. in any can. subject to the terms sad limitation& of the Power of Attorney issued to them to execute and deliver oa behalf of the Company and to munch the Beal of the Company to any aid all bonds and undertakiap. sad other writings obligatory in the mature thereof sod any such instrument executed by such Attormey(s)-im-Fact shall be as binding upon the Company as if signed by an Executive Ofteer and sealed and attested to by the Secretary of the Company, L Paul D. Sims . as Assistant Secmuty of the UNITED STATES FIDELr Y AND GUARANTY COMPANY. do hereby certify that the foregoing is a true excerpt from the Resolution of the said Company as adopted by its Bond of Directors as September 24. 1992 and that this Resolution is is full force sad effect I, the undersiped Assistant Secretary of the UNTIED STATES FIDELITY AND GUARANTY COMPANY do hereby certify tbu the foregoing Power of Anomay is in full force sod affect and has not boom revoked. to Testimony Whereof. i have hereunto see my hand sad the seal of STATES FTDELrTY AND GUARANTY COMPANY on this 2 0 day of MARCH ' 19 97 s.iwr.ae � t� Auisuat Secretary �.t► rae1 30 FS J r1092l MHK-1 g 0 I P 5c 1 u; 91 1 Hrinrctw r umpntta mu r hA NU, 004 r c y c 4 ut7 r, ue ..a zc City Of Tamarac rmance uepartment, Purchasing Division 7525 N.W. 88th Avenue, Tamarac, Florida 33321-24o1 Telephone: (954) 724-2450 Facsimile (954) 724-2408 Stanley D. Hawthorne Director of Finance Mauch 138 1997 ADDENDUM #1 BID NO.97-12B s TEMP, RESO. No..�=. REROOFING MULTIPURPOSE BUILDING As a result of the pre -bid conference on March 10, 1997 at 10:00 a.m., the decision has been made to move the bid opening date forward to Thursday, April 3, 1997 at 2:00 p.m. Additionally, there Vill be another pre -bid conference held on March 20, 1996 at 2:00 p.m_ The engineer will be present to answer questions and determine if there is a need for an addendum to be issued. It is recommended that all interested parties attend this pre -bid meeting. If you have any questions, please call the Purchasing Office at (954) 724-2452. Lynda S. Flurry, CP O Purchasing & Contracts Manager must be signed below and included with your bid submittal. Signature 31 TEMP. RESO, No._$Q�� FAX TRANSMISSION CITY OF TAMARAC PURCHASING DIVISION 7eE5 N.W. 9eT►t AVENUE TAMARAC. I«L 3332 1-2401 (054) 724-2450 FAX: (054) 724-24oa TO: .. Date: MARCH 21, 1997 ADVANCED ROOFING, INC. 4345 NE 12th TERRACE FT. LAUDERDALE, FL 33334 PH: 522-6868 FX: 566-2967 Fax #: Pages: 6, including this cover sheet. From: LYNDA S. FLURRY Subject: BID NO.97-12B REROOFING muL npURpOSE BUILDING ADDENDUM #2 To all Bidders: Attached is the response from Lakdas/Yohalem Engineering, I= PmUining to questions regarding the above referenced bid. This response should answer or clarify all questions or concerns indicated at the pro -bid conferences held on March 10,1997 and March 20,1997. Please acknowledge receipt of this addendum by signing and rctuming this cover page with your bid submittal. If you have any questions or comments regarding this addendum, do not hesitate to call (954) 724-2450. Lynda S. FIurry, CPPO Purchasing and Contracts Manager r.r Contractor Signature • 32 TEMP. RESO. No. aa� `A LAKDAS YOHALEM ENGINEERING, INC. C. Eq., N. Str. E kara, P.E C. Eng., M.I. Sh. E ConsultingEngineers EB 0005458 9 Martin J. Yohalem, aE. E ASCE., F. FES March 21, 1997 Ms. Lynda Flurry City of Tamarac 7525 NW 88th Avenue Tamarac, FL 33321 RE: Tamarac Multipurpose Center Dear Lynda: Please note the following reply to the additional information required by the Contractor at the prebid meeting held on 03-20-97 and 1. Who provides the asbestos survey? The City will provide the information of the asbestos survey as soon as it is available. At this stage, the City or the Engineer has no idea whether asbestos is present or not. 2. Assembly -Metal Deck, specified type fasteners cannot be used. Existing construction consists of: 22 gauge metal deck on bar joist with 3" of Iso insulation and 3 / 4 tapered fiber board on Iso, 3" Iso is attached to metal deck with mechanical fasteners, Fiber board is hot mopped on top of the Iso board, Contractor must remove all. of the existing roof and insulation down to metal deck, reinstall new 3 "of Iso board hot mopped 3/4" Perlite.over Iso board and make cricket as per plan towards the new drain location, install TAMKO AWAPLAN 170 or equally approved as per the manufacturer's specifications, the insulation attachment to metal deck must meet the roofing manufacturer's requirement, and the roofing system (roofing and insulation) must have the Dade County Product Approval. 3. Who perform the pullout test? An independent testing laboratory is hired by the Contractor. 33 M TEMP. RESO. No. 406 Page -2- March 21, 1997 Ms. Lynda Flurry Tamarac Multipurpose Center 4. Contractors are free to submit equally approved roofing system. However, all of the roofing systems must have product information including Dade County Product Approval certificate that must be submitted to the Engineer, a minimum of 4 days prior to bid submittal, for engineer's approval. Do not submit bid with roofing system, which has not been approved by the Engineer of Record. 5. 3/4" over metal deck - Fasteners mechanically fastened. fire rating required? All fasteners as per the manufacturer's specifications are to comply with Dade County Product Approval. Discussion re:fiber board material? If wood fiber board is used over the Iso board, this must be mechanically fastened to the metal deck. If Perlite board is used, this can be hot mopped over the Iso board. 6. Specs call for insulation which does not exist? Iso board is the insulation. 7. Clarify Assembly? The question is not clear, we are reroofing the existing roof, assembly does not come into account. S. Warranty -Manufacturer's material and labor warranty for.10 years with no dollar limit. 9. Specifies Wood around vertical, and horizontal facia. Why wood? No wood on facia new PT wood specified on parapet wall and at edge of metal deck, adjacent to the wall. 10. Secure pressure treated wood all around? Pressure treated wood required, under the metal coping of the north section of the roof. It is not required to remove coping over the parapet wall on the south section of the roof. Ki! • C� C� Page -3- Ms. Lynda Flurry Tamarac Multipurpose Center 11. Completion time? 15 days March 21, 1997 TEMP. RES4. No. oo� Completion time is 15 working days, excluding public holidays and weekends. 12. Discuss Plumbing permit for new drains. Licensed Plumber required. Clarify. It requires a plumbing permit to relocate the drain and to work on existing drain line. 13. Does the same Engineer do pull test that does Asbestos test? No, an independent testing lab will perform pull out test paid by the Contractor. If the approved fastener pattern was not installed as per the manufacturer's and Dade County Product Approval requirement. 14. Discussion re: safety issues. Working area to be barricaded and do not allow any students in this area. Coordinate requirements with City officials. IS. Fire rated? Specified system is not fire rated. Refer to manufacturer's specifications. 16. Rubberized Asphalt - what does the engineer mean by this? Hot asphalt, not cold asphalt. 17. Roof Hatch Dade County Approval? Roof hatch as specified by Bilco. 18. Fastening Pattern should be screwed? Fastener pattern of insulation and roofing must comply with manufacturer's specifications and Dade County Product Approval. 19. Is it acceptable to re-cover the roof rather than re -roofing? No, the new proposal requires new cricket sloping towards the new drains. 35 • Page 4 March 21, 1997 TEMP. RESO. No. Ms. Lynda Flurry Tamarac Multipurpose Center 20. It is required to raise the A/C system and exhaust fans? Clarify the roof hatch situation. Product approval required for roof hatch? Should the roof hatch be replaced? What about the units on curbs? No, it does not require to raise the mechanical units or the exhaust fans. The existing roof hatch to be replaced with new roof hatch. The top of the new roof hatch should be b" above the finished roof deck. Roof on the curb to remain as they are. 21. There was a question re: the taping insulation? The 3/4" Perlite over the Iso board to taper in such a way that final cricket slopes towards the drain. 22. Question re: metal curb flashing? Metal curb to remain as it is, flashing should be done as per the manufacturer's specification and detail drawing. 23. No lightweight concrete deck exists and no new lightweight insulation is in this project. The insulation specified: a. 3" of Iso board mechanically fastened to the Metal deck. b. 3/4" Perlite on Iso board with hot mopped asphalt. C. Install TAMKO AWAPLAN 170 hot mopped system or equally approved, as per the manufacturer's recommendation d. Replace the existing hatch with new Silco hatch to match existing. K%l Is TEMP. RESO. No. oo� Page -5- March 21, 1997 Ms. Lynda Flurry Tamarac Multipurpose Center e. Install new drains and connect pipe to existing. f. Remove and reinstall metal coping Qnjy the north section of the roof, it is not required to do any work on the coping of higher wall, south section of the roof. I trust the above is to your satisfaction, but should you require any further information, please do not hesitate to contact me. P.E. KYA