Loading...
HomeMy WebLinkAboutCity of Tamarac Resolution R-97-2731 Temp. Reso. #8019 Page 1 September 29, 1997 CITY OF TAMARAC, FLORIDA RESOLUTION NO. R-97O3 A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF TAMARAC, FLORIDA, AUTHORIZING THE AWARD OF BID #97-26B FOR THE REPLACEMENT OF HVAC UNITS AT THE RECREATION CENTER AND THE WATER TREATMENT PLANT TO AMERICOOL AIR CONDITIONING AND REFRIGERATION; AUTHORIZING AN EXPENDITURE OF $9,200 IN THE GENERAL FUND AND $7,400 IN THE UTILITIES OPERATING FUND; AUTHORIZING THE APPROPRIATE CITY OFFICIALS TO ACCEPT AND EXECUTE AN AGREEMENT FOR HVAC REPLACEMENT; PROVIDING FOR CONFLICTS; PROVIDING FOR SEVERABILITY; AND PROVIDING FOR AN EFFECTIVE DATE. WHEREAS, the HVAC units at the Recreation Center and Water Treatment Plant are obsolete and have been repaired on numerous occasions due to mechanical malfunctions; and WHEREAS, an inspection of the five (5) HVAC 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 five (5) 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 Temp. Reso. #8019 Page 2 September 29, 1997 WHEREAS, the City of Tamarac publicly advertised Bid #97-26B for the replacement of the five (5) HVAC units in the Sun -Sentinel on July 20th and 27th, 1997; and WHEREAS, on August 7, 1997, six (6) bids were opened and reviewed to determine cost and responsiveness to the City's technical specifications; and WHEREAS, Americool Air Conditioning and Refrigeration submitted the lowest responsive bid proposal at $20,500; and WHEREAS, on September 3, 1997, the condensing unit on one (1) of the HVAC units at the Recreation Center ceased to function and was replaced by Americool Air Conditioning and Refrigeration at a cost of $3,900; and WHEREAS, the bid proposal from Americool Air Conditioning and Refrigeration has been adjusted to $16,600 to reflect the aforementioned replacement; and WHEREAS, it is the recommendation of the Director of Public Works, the Public Works Operations Manager and the Purchasing/Contracts Manager that Bid #97-26B be awarded to the lowest responsive and responsible bidder, Americool Air Conditioning and Refrigeration; and WHEREAS, available funds exist in the General Fund Budget and the Utilities Operating 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 Temp. Reso. #8019 Page 3 September 29, 1997 of Bid #97-26B for the replacement of five (5) HVAC units to Americool Air Conditioning and Refrigeration in an amount not to exceed $16,600. 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 #97-26B to Americool Air Conditioning and Refrigeration in the amount of $16,600 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 for the replacement of two (2) HVAC units at the Water Treatment Plant and three (3) HVAC units at the Recreation Center, 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 1 1 Temp. Reso. #8019 Page 4 September 29, 1997 any person or circumstance is held invalid, such invalidity shall not affect other provisions or applications of this Resolution that can be given effect without the invalid provision or application, and to this end the provisions of this Resolution are declared to be severable. SECTION 7: This Resolution shall become effective immediately upon its passage and adoption. PASSED, ADOPTED AND APPROVED this ATTEST: CAROL A. EVANS CITY CLERK I HEREBY CERTIFY that I appr ed this RESOLUTION as to form. day of 1997. d JOE SCHREIBER MAYOR RECORD OF COMMISS MAYOR SCHREIBER 1 DIST 1: COMM. MOKAYE MITCHELL S. KR DIST 2: V/NI MISHKIN . CITY ATTORN DIST 3: COMM. _SULTANOF -DIST 4: COMM. ROBERTS , VOTE a7 .r w° CID w W C) U 0 Z N z g N � 0 t.:, Z •v E v./ r� o a p O 0 0 U a� 0 O" .,r o z s ;� a O � � b p 'd 0 o N N z N M N On � � C4 F U + 08 4, O C� d 00 C 0 o C:, o 0 0 0 dam' N Q N � ONi N O M en o Q o o a Q F_ Q Q U Q1 Ol� fV N — N N N � � Q a O U C7 O DD d O F m Q N �n n II-CDkn 00 to O o G 0 O 0 00 0 0 0 0 U o 6 0� V O vM� vkni n 0000 n a� 94 z U U a� C,3 a d O O U 0 R I G'i I `�L- Exhibit "2" — Temp. Reso. #8019 AGREEMENT THIS AGREEMENT is entered into on Noyemb„e — U „ 11997, between the City of Tamarac, a municipal corporation with principal offices located at 7525 NW 88t" Avenue, Tamarac, Florida 33321 (hereinafter "City") and Americool Air Conditioning and Refrigeration, Inc., a Florida corporation with principal offices located at 880 NE 42"d Street, Oakland Park, Florida 33334 (hereinafter "Contractor"), for the replacement of three (3) HVAC units at the Recreation Center located at 7501 North University Drive, Tamarac, Florida 33321, and two HVAC units at the Water Treatment Plant located at 7803 NW 615t Street, Tamarac, FL 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 the existing HVAC units and to install new HVAC units consistent with the terms and conditions in the Invitation to Bid, Instructions to Bidders, Special Conditions, and HVAC Project Specifications of City of Tamarac Bid #97-26B attached hereto as Exhibit A and incorporated herein as if set forth in full, for an amount not to exceed $16,600. 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. IN WITNESS WHEREOF, the parties have made and executed this Agreement on the respective dates under each signature. City of Tamarac, through its Mayor, and Americool Air Conditioning and Refrigeration, Inc., through , duly authorized to execute same. CITY OF TAMARAC By: Joe Schreiber, Mayor Date: November 12, 1997 • ATTEST: Carol Evans, City Clerk Date: Novemher- 12, 1997 • Corporate Secretary E Exhibit "2" -- Temp. Reso. #8019 B s n�, Y• Robert S. Noe Jr., City Manager Date: Nov AMERICOOL AIR CONDITIONING AND REFRIGERATION, INC. A Florida Corporation By: ! President Date:_ /� ..3 c; ` 7 2 I C7 �J Exhibit "A" Temp. Reso. No. 8019��-� •� k INVITATION TO BID BID # 97-26B HVAC REPLACEMENT PROJECT CITY OF TAMARAC 7525 NW 88TH AVENUE TAMARAC, FLORIDA 33321-2401 .. y AMP, RESO. No. CITY OF TAMARAC INVITATION TO BID BID NO. 97-26B 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, August 7, 1997 at 2:00p.m., at which time bids will be publicly opened and announced for: HVAC REPLACEMENT 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 envelope shall be plainly marked "Bid No. 97- 26B HVAC Replacement Project - Opening, Thursday, August 7, 1997 at 2:00 p.m." &e-Bid Conference and site visits will be held on. -Thursday, -July „31 1997 beginning, at 2:00 %m.. at the Tamarac Conference Room, Room 105, 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 at the Purchasing Office, at the above address. For inquiries, contact the Purchasing Office at (954) 724-2450. Lynda S. Flurry, CPPO Purchasing and Contracts Manager Publish Sun Sentinel: Sunday, 7/20/97 Sunday, 7/27/97 2 r� u INSTRUCTIONS TO BIDDERS BID NO.97-26B HVAC REPLACEMENT PROJECT TEMP. -RESO. No.�, 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. BMISSION OF THE BID: The Bidder is directed to deliver sealed bids to the City's Purchasing ice, City of Tamarac, 7525 N. W. 88th Avenue, Tamarac, Florida 33321, ON: Thursda Au ust 7 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 IVte of the bid opening unless otherwise stated by the City. 3 k A \ TEMP. OI No. u Q' 9 DING: Not applicable for this bid. 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: In accordance with Florida State Statute 287.133 2 a : 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 Florida Statutes 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 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 frves the right to decrease or increase quantities as required. -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.. Invoices must bear the project name, bid number and purchase order number. 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 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: Manufacturer's name, brand name, model number or make is used in these 0ifications for the sole purpose of establishing minimum requirements of quality, performance and ea Y TEMP. RESO. No. sign. APPROVED EQUAL is added to the specifications to avoid ruling out qualified competition. re equal is bid, the Bidder must submit brochures, specifications in detail and/or samples. The City II 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. WAFETY STANDARDS: The Bidder warrants that the product(s) supplied to the City conforms with espects to the standards set forth in the Occupational Safety and Health Act and its amendments to any industry standards if applicable. 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. is 61 w M TEMP. RESO. No. g_ 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. 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. 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. *Poyees City may require the Bidder to remove an employee it deems careless, incompetent, insubordinate therwise objectionable. Bidder shall be responsible to the City for the acts and omissions of all lworking 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. is n.. TEMP. RES4. No. 1 • 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. 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. following are required types and minimum limits of insurance coverage which the Bidder agrees to intain during the term of this contract: GENERAL LIABILITY Comprehensive Premises -Operations Contractual Liability Personal Injury Explosion and Collapse Underground Hazard Products/Completed Operations Broad Form Property Damage Independent Contractors PER OCCURRENCE AGGREGATE $1,000,000 $2,000,000 Cross Liability and Severability of Interest Clause AUTOMOBILE LIABILITY PER PERSON Comprehensive $500,000 Owned Hired Non -Owned 0 VA PER OCCURRENCE $1,000,000 TEMP. RESO. No. S KERS' COMPENSATION W UTORYAMOUNT r 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. 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. 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 enses (including attorneys' fees) in connection with loss of life, bodily or personal injury, or property age, including loss of use thereof, directly or indirectly caused by, resulting from, arising out of or urring 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. 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 inquiries, suggestions, requests concerning clarification or solicitation for additional information shall be submitted in writing to the City of Tamarac Purchasing and Contracts Manager. The City shall not be responsible for oral interpretations given by any City employee or its representative. 25. BID TABULATION: Bidders who wish to receive a 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 no be given out by telephone. The City does not notify unsuccessful bidders of contract awards. is 8 SPECIAL CONDITIONS TEMP. RESO. No.,,.,,. 0 SSIGNMENT OF CONTRACT: Neither this contract, nor any portion thereof, shall be assigned, pt 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 this 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 contract, 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. 02. 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 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 long. Any materials or equipment left on site shall be with the Contractor, who is fully and totally onsible for security. 03. 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. 04. PERMITS AND LICENSES: The contractor shall be responsible for securing all City Building Permits. However, all City permit fees are waived. The contractor shall submit copies of all permits required for this work. The contractor will be responsible for all County fees (B.O.R.A. - $0.35 per $1000). r� u 0 TEMP. RESO. No. ga 05. PAYMENT: Payment will be made after project has been completed, accepted, and p'romly invoiced. 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 40e Performance Bond on the City Commission Agenda, thereby beginning the one-year anty period. 06. 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 or change orders, performance bond, insurance certificate, and the City resolution awarding the bid. 07. 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 alternation that requires an increase or decrease 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 e of any work covered by a change order for an increase or decrease in the contract price shall etermined by mutual acceptance of a lump sum by the City, contractor and the City's consultant. 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. 08. 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 the 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. • 10 • HVAC PROJECT SPECIFICATIONS BID NUMBER 97-26B SCOPE OF WORK: TEMR RESO. No. °! 9 Contractor shall furnish all labor and materials for the installation of new HVAC units and removal of existing HVAC units as specified. The five (5) unit's locations are listed below. Equipment shall be Carrier, Trane, American Standard or approved equivalent. 1. Units 1 and 2 — Recreation Center, Hall Area — 7501 N. University Drive, Tamarac, FL 33321 2. Unit 3 — Recreation Center, Directors Office Area — 7501 N. University Drive, Tamarac, FL 33321 3. Unit 4 -- Electronic Shop/Locker Room — 7803 N.W. 61 Street, Tamarac, FL 33321 4. Unit 5 — Transformer Room — 7803 N.W. 61 Street, Tamarac, FL 33321 SPECIFICATIONS: *following specifications are specific to each location and are divided as such. Units 1 and 2 Recreation Center Hall Area • Remove and dispose of existing unit • Install two (2) 10 ton split systems, three (3) phase 200/208 volt with 10 Kw heater per unit. • Air handler work to be performed on Saturdays only. • Ceiling to be removed, repaired or replaced as required. • Install secondary drain pans. Models to be the following or approved equal: Condenser Air Handler Carrier 38AK012-5 40RM012-5 9.0 EER Trane TTA120A300B TWE120A300C 8.9 EER American Standard TTA120A300B T VE120A300C 8.9 EER • 11 TEMP. RESO. No. SPECIFICATIONS continued 0 BID NUMBER 97-26B Unit 3 Recreation Center Directors Office Area • Remove and dispose of existing unit • Install one (1) 2.5 ton split system, single phase 208/230 volt with 5Kw heater. • Air handier work to be performed on Saturdays only. • Install secondary drain pans. Models to be the following or approved equal: Condenser Air Handler Carrier 38BRB030 F134ANF030 12.1 SEER Trane TTP030C100 TWV030B14FA 12.0 SEER American Standard 7A2030A100A TWE030P13FA 12.25 SEER Unit 4 Electronic Shop/Locker Room • Remove and Dispose of existing unit • Install one (1) 2 ton split system, single phase 208/230 volt with 5 Kw heater. • One (1) additional supply for shop area. electrical must be modified from three (3) phase to single phase ew aluminum air handler stand. Models to be the following or approved equal: Condenser Air Handler Carrier 38BRB024 F134ANF030 12.0 SEER Trane TTP024C100 TWE031 E13FA 13.0 SEER American Standard 7A2024A100A TWE031 E13FA 13.0 SEER Unit 5 Transformer Room • Remove and dispose of existing unit • Install one (1) 10 ton split system, three (3) phase, 460 volt, NO HEAT • New aluminum air handler stand. Models to be the following or approved equal: Condenser Air Handler Carrier 38AK012-5 40RM012-5 9.0 EER Trane TTA120A300B TWE120A300C 8.9 EER American Standard TTA120A400B TWE120A300B 8.9 EER • owl TEMP. RES4. No.�,� ollowing specifications are general and are applicable to each location. A. Air handlers to be accessible through the sides. B. Modify ductwork to accommodate new air handler unit. C. Provide adjustable fresh air make up vent in accordance with ASHRAE standards. D. New programmable thermostat. (Honeywell commercial thermostat with appropriate subase T7300 B1003 or equal). E. Modify electrical as required to meet current code. F. Provide electrical and mechanical permit if required. G. Inspect existing tubing and size up properly. All suction line insulation shall be new. H. Install sight glasses on units with TXV's. I. Minimum warranty: 5 years on compressor, 1 year on parts and labor. Warranty service to be provided 24 hours a day for the first year at no additional charge. Contractor shall be responsible for onsite verification of: • Accessibility • Electrical, voltages, wire sizes • Model and serial numbers of proposed units All work shall conform to: • South Florida building codes shrae fresh air standards .P.A. refrigerant laws C7 13 t TEMR RESO. No. FO COMPANY NAME: (Please Print): /V1 Go 8 Ac K Phone: — 5 K9 — 2-91) Fax: 9 g,o r Ll 7. Z 8. �9. N/A 10. i 12 --- NOTICE--- BEFORE SUBMITTING YOUR BID MAKE SURE YOU... Carefully read the SPECIFICATIONS and then properly fill out the BID FORM (Attachment "A"). Fill out and sign the NON -COLLUSIVE AFFIDAVIT (Attachment "B" and have it properly notarized. Sign the CERTIFICATION VAGE (Attachment "C"). Failure to do so will result in your Bid being deemed not),responsive. Fill out the BI RS QUALIFICATION STATEMENT (Attachment "D"). r; Fill out the REFERENCES PAGE (Attachment "E") Sign the VENDOR DRUG FREE WORKPLACE FORM (Attachment "F") Include WARRANTY Information, if required. Clearly mark the BID NUMBER AND BID NAME on the outside of the envelope. Submit ONE (COLORED) AND TWO (2) PHOTOCOPIES of your bid. Include a BID BOND, if applicable. Failure to provide a bond will result in automatic rejection of your bid. Make sure your BID is submitted prior to the deadline. Late Bids will not be accepted. Include proof of insurance. FAILURE TO PROVIDE THE REQUESTED ATTACHMENTS MAY RESULT IN YOUR BID BEING DEEMED NON -RESPONSIVE. THIS PAGE AND THE FOLLOWING COLORED PAGES ARE TO 19E RETURNED WITH YOUR BID. THIS SHOULD BE THE FIRST PAGE Of YOUR BID. 14 TEMP. RESO. No. go-12 • ATTACHMENT "A" BID FORM BID NUMBER 97-26B HVAC REPLACEMENT PROJECT 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. Unit 1 Cost $ 55`.To !° Unit 2 Cost $ Unit 3 Cost $ Q p p Unit 4 Cost $ 05 0 Unit 5 Cost $ 5950 TAL COST $ 20490 11 tuber of journeymen on staff 1 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 specifications will be rejected by the City within thirty (30) days of delivery. Return of rejection will be at the expense �off the bidder. M 12 C ' 0 L REF. - Company Name / Authorized Signature A dds T ped/Printed Name edr�, L 2-991 9��-�Gj-39�-p City, State, Zip Telephone & FAX Number 59 -- 2�1. 8'0 2, 4ontractor'sr License Number Federal Tax ID# P&I TEMR RESO. No. 8 ° C� ATTACHMENT "A" continued Bidders Name: o L A tEF � (01c NOTE: Bid submittals without the manual signature of an authorized agent of the Bidder shall be deemed non -responsive and ineligible for award. TERMS: % DAYS: a as Delivery/completion: calendar days after receipt of Purchase Order NOTE: To be considered eligible for award, one (1) ORIGINAL AND TWO (2) COPIES OF THIS BID FORM must be submitted with the Bid. - *'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. a 16 TEMP. RESO. No. go 0 ATTACHMENT "A" continued Bidder's Name: 1 CO 6 C_ A(C P 1 mac' Variations: 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 Bidder's Proposal fully complies with all terms and conditions. It is further understood that such variations may be cause for determining that the Bid Proposal is non -responsive and ineligible for award: Section _/ Variance Section_ Variance 4Vection — IA— Variance Section_ Variance Attach additional sheets if necessary. C� 17 TEMP. RESO. No. 8a ATTACHMENT B NON -COLLUSIVE AFFIDAVIT State of Q A- ) )Ss. County of AM ) _t5g /U. /AA 6Np ., being first duly sworn, deposes and says that: (1) OH'sheisthe 0uyagla_L.1d fr es.tc161 f _ , (Owner, Partner, Officer, Representative or Agent) of JttC'5-nV c, the Bidder that has submitted the attached Bid; (2) Hre 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 cast 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 the presence of: WI e5�� Q Witness 0 1 By: Z_ (Printed Name) (JREct()6A,— (Title) F&] r� U ATTACHMENT "B" continued NON -COLLUSIVE AFFIDAVIT ACKNOWLEDGMENT State of Ro R ) - ) ss. County of 0 b+rAO) TEMP. RESO. No. $.:.. BEFORE ME, the undersigned authority, personally appeared E6 �,'o'ue to me well known and known by me to be the person described herein hnd who executed the foregoing Affidavit and acknowledged to and before me that _ �� �! . 4j 4 k _ executed said Affidavit for the purpose therein expressed. WITNESS my hand and official seal this e day of .4v , 1991. 70 �pU� FARAMARZ M. BANISNOTARY PUBLIC, State of rl' "da at Large x COMMIS # CC 410437 VA Tr EXPIRES EEP 28,1998 o`PRY U P'ARAM M. NISI HSU OF F��` A71.A :.. .> `,.: :6 CO., IN M� �r AF�x SA NI., nature of Notary Public: Print, orET # cc a1o437 g ry �� S EP 2811998 BEU as Commissioned) e ARANTICOBONDDING OFco., INC (p{) Personally known to me or (" Produced identification Type of I.D. Produced • ) DID NOT take an oath, or ( D4 DID take an oath. M*1 TEMP, RESO. No. 80 I ATTACHMENT ", 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 O PARTNERSHIP O CORPORATION 04 OTHER () IF OTHER, EXPLAIN: C� AUTHORIZED SIGNATURE I XmR AUTHORIZED SIGNATURE (PRINTED OR TYPED) TITLE FEDERAL EMPLOYER I.D. OR SOCIAL SECURITY NO.:_�-11,.a�a _ COMPANY NAME: /ti'1 C D0 R ADDRESS: / 1 CITY: d STATE:_ a-0 r(„nx� ZIP: 93314 TELEPHONE NO.: 2-9 FAX NO.: 5a- 3,9 S--o CONTACT PERSON: �� _ 1,yl GYr, • • r] FCP ,, ATTACHMENT ` CITY OF TAMARAC BIDDERs QUALIFICATION STATEMENT TEMP. RESO. No, 8 The undersigned certifies under oath the truth and correctness of all statements and all answers to questions made hereinafter Name of Company:-4 OP - F tv c, Address: '31134 Street City State - Zip Code Telephone No.: �5'-9 J _ Fax No.�� How many years has your organization been in business under its present name?—:-P% Yrs. If Bidder is operating under Fictitious Name, submit evidence of compliance with Florida Fictitious Name Statute: A - Under what former names has your business operated? At what address was that business located?:� _ Are you Certified? Yes .-Z No If Yes, ATTACH A COPY OF CERTIFICATION Are you Licensed? Yes -Z No If Yes, ATTACH A COPY OF LICENSE Has your company or youpersonally ever declared bankruptcy? Yes No If Yes, explain: Are you a sales representative t , distributor. , broker , or manufacturer of the commodities/services bid upon? Have you ever received a contract or a pu governmental entity? Yes Nophase order from the City of Tamarac or other If yes, explain (date, service/project, bid title, etc): Have you ever receiv d a complain on a contract or bid awarded to you by any governmental entity? Yes No If yes, explain: Have you ever been ebarred or suspended from doing business with any governmental entity? Yes Noi If yes, explain: W _ TEMP. -RESO. No. 01 ATTACHMENT "E" REFERENCES Please list name of government agency or private firm(s) with whom you have done business within the past five years: Agency/Firm Name: vNT [[FGF Address: City/State/Zip Phone:. 5 ax: 64 rq ?s 97>f Contact: !r Agency/Firm Name: 1 A Address: City/State0p I Phone: og Fax: tact: AFMv C. SYEA Agency/Fi Name: •,Y 7_FcTS Address: City/State/Zip Phone: 3d 5 -,� Fax: Contact: f- S o N T- Agen y/Firm Name: o R tl fZ GE S Address: 6- L L fL Q . City/State/Zip Phone:;' ',4 �g —Fax: Contact: R I9 C P' L YOUR COMPANY.NAM 6pDRESS 4A r, E:_ y r14 _ >; , � r2991 FAX: Agency/Firm Name: R o W.* tq T � L O_( s Address: _j I i� (V_ fl dlAj '.t2 - w s City/State/Zip Phone: 954,747.✓,grdFax Contact: Agency/Firm Name: ca u ,ter S' C- n o fR �� �qG; Lr T e-f Address: City/State/Zip M 1 M 1, L „_ Phone:3o5A95_1540 Fax: Contact:_ -Ta tqy L U k o-z- Ag cy/Firm Name: L 4tl o/?, y Address: i 15,o _ 4G,e t D g , City/State/Zip _E% Lc3v er ,4 L „�.. G 33 / 6 Phone: i2g _?q o -I Fax: -4 G , 3 5i 2-9 Contact: v LuRipa Agency/Firm Name: ff d . Address: City/State/Zip A Phone: _24i ax: Contact: L 0- %'-' P\ e C. . I Rl c, 22 C� { . TEMP. RESO. No. So c ATTACHEMENT "F" 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: 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 business's policy of ,a maintaining a drug -free workplace, any available drug counseling, rehabilitation, and employee assistance programs, and the penalties that may be imposed upon employees for drug abuse violations. 3. Give each employee engaged in providing the commodities or contractual services that are under bid a copy of the statement specified in subsection (1). 4. In the statement specified in subsection (1), notify the employees that, as a condition of working on the commodities or contractual services that are under bid, the employee will abide by the terms of the statement and will notify the employer of any conviction of, or plea of guilty or nolo contenders to, any violation of chapter 893 or of any controlled substance law of the United States or any state, for a violation occurring in the workplace no later that five (5) days after each conviction. 5. Impose a section on, or require the satisfactory participation in a drug abuse assistance or rehabilitation program if such is available in the employee's community, by any employee who is so convicted. 6. Make a good faith effort to continue to maintain a drug -free workplace through implementation of this section. As the person authorized to sign the statement, I certify that this form complies fully with the above requirements. �Rfco o L Air horized Signature Company's Name 23 . _ 019 .�dlla®. CERTIFLGATE CIF ... : .1NSURANCE : o� z�r> PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION FRANK H FURMAN INC ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR FRANK H FURMAN #266268604016 ALTER THE COVERAGE AFFORDED BY THE POLICES BELOW. P 0 BOX 1927 COMPANIES AFFORDING COVERAGE POMPANO BEACH FL 33061 COMPANY A VALLEY FORGE INS INSURED COMPANY AMERICOOL AIR CONDITIONING B TRANSCONTINENTAL INS CO AND REFRIGERATION INC COMPANY 880 N E 42ND STREET C PINNACLE ASSURANCE CORP OAKLAND PARK FL 33334 COMPANY D OYRAG 4 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 LTA TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE DATE (MM/DD/YY) POLICY EXPIRATION DATE (MM/DD/YY) LIMITS GENERAL LMTIILITY B 14 3 216 5 2 2 1/ O 1/ 9 7 1/ 01 / 9 8 GENERAL AGGREGATE s 2 0 0 0 0 0 0 X COMMERCIAL GENERAL LIABILITY -- PRODUCTS - COMP/OP 'AGG S 2 O O O 0 O O CLAIMS MADE OCCUR PERSONAL 6 AOV INJURY $1 000,000 OWNER'S 6 CONTRACTOR'S PROT EACH OCCURRENCE i 1 000 000 FIRE DAMAGE (Any orbs fin) S 5 0 0 0 0 MM EXP (Any orbs psrsW) $ 51000 AUTOMOBILE LIABILITY B143218853 1/01/97 1/01/98 1,000,000 X ANY AUTO COMBINED SINGLE LIMIT $ ALL OWNED AUTOS BODILY INJURY SCHEDULED AUTOS (PK P—) : HIRED AUTOS BODILY INJURY $ X NON -OWNED AUTOS (PK *cokionq PROPERTY DAMAGE Ti GARAGE LIABILITY AUTO ONLY - EA ACCIDENT $ ANY AUTO OTHER THAN AUTO ONLY: EACH ACCIDENT $ AGGREGATE i EXCESS EACH OCCURRENCE $ UMBRELLA FORM AGGREGATE i OTHER THAN UMBRELLA FORM s WORKERS COMPENSATION AND 407035401 1/ 01 / 9 7 1/ 0 1/ 9 8 X I STATUTORY LIMITS EMPLOYERS' LIABILITY EACH Acc1aE4T : 100,000 THE PROPRIETOR/ PARTNERS/EXECUTNE INCL DISEASE • POLICY LIMIT Is 500,000 OFFICERS ARE. EXCL DISEASE - EACH EMPLOYEE1 i 100 1000 OTHER DESCRIPTION OF OPERATIONSILOCATIONS/VEHICLES/SPEcLAL ITEMS ::........... ..): :. HN. 5f:::if>. 47CITY SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE OF TAMARAC EXPIRATION DATE THEREOF, THE ISSUING COMPANY. WILL ENDEAVOR TO MAIL DAYS WRITTEN NOTICE TO THE CERTITCATE HOLDER NAMED TO THE LEFT, 7525 N W 88TH AVENUE BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOST; NO OBLIGATION OR LIABIJTY TAMARAC FL 33321 OF ANY KINO UPON THE COMPANY, ITS AGENTS OR REPRESENTATIVES - I AUTHORIZED REPRESENTATIVE M A P,Kd'etA 0.:::.4•}.:.:i/i'I.^:::.t.:+.iv..f.i::.:.:th..}.}Y.Y.+�:t$.{::�mo'it•t: <;:-s;s<;�::<,;r:.:•s»:�::�::�i:;�a=ii>;i=:�i<:<?:ia�ii:::;::i .. ... :.... ....?: :,::. . .. .:.:::.::,..:;.•..:.+::...�:.•,+.:?.:..::.-:v.,?.::.::.•.i:.:•.<.:.t+.i:.t•.}.:.•:.t.t :.:.............................:.:.:..:.:..:..:..:..:...:.:..:..:. .:,..:::..:...........,..:.. .. ; �:•.>.:.• RATIO FR. { 'TEMP. RESO. No. ' o BROWARD COUNTY, FI-ORIDA hos peen awor0ed O CERTIFICATE OF COMPETENCY �JECHANICAL C014R CTOR ec(:� CFIC-583 -•00280 Reicrcnr_u _96_ FOROUZANYIEHR, NASSER•S QUALIFYI14G AMERICOaL AYC •REFRG TO 880 NE442ST ` FT LAUDERDALE'FL '33334" CONTROL # 279 EXPIRES 8/31/96 • AUDIT9 AO 495 �_�'.,PAL'M'BEACH COUNTY CONTRACTORS L- rCERT,(FICATE-OF _COMPE_TENCY' 1 a1'JKI S tiI.11,- .,I111i1 R 30,19 ` 7 ' `NAMErIS �FO�tplJz'A2� lJEH1Z i �`"PwFIERI T•n:;O14I11G FIRM r Ju ' 880 14E 42ND STREET ;,�'�:�n-.:�;i .r;:Q A K L:A td p •_P,A R.K=r'�. F:L.�:.. _ _ � - • - - _� � � 3'.4. � r; AC= 3 0 6 0 5 0 7 STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION BOARD OF PROFESSIONAL ENGINEERS 1 113 / 94--- 1. __.>✓E__.QD3 5-U I 949 THEE RRFWJONAL ENIGINEERNAM UNDER THE PROVISIOh�GO TGUPTER 471 F.S-, FOR THE YEAR EXPIRING FED 28, 1997 FOIROU2AN-MENR, MASSER S ' 3170 NE 51 CT B #Eb FT LAUDERDALE FL 33308--3047 L.AWTON CHILES`.:ilia ; G: GOVERNOR DISPLAY IN A CONSPICUOUS PLACE SECRETARY. D.B.P.R. AC- 3520665 STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION CONST INDUSTRY LICENSING BOARD 09/21/95 f �RM 0048157 95006304 THE REGISTERED MECHANICAL CONTRACTOR VAMED BELOW HAS REGISTERED JNDER THE PROVISIONS OF CHAPTER 489 I S , 1-01' I HE YF-Ali XPIRING AUG 31 , 1997 (MUST MEET ALL LOCAL LICENSING REQUIREMENTS PRIOR TO CONTRACTING IN ANY AREA) FOROUZAN-MEHR, NASSER S AME880 NE AIR CONDREST & REFRIG INC 880 NE 42N0 STREET OAKLAND PARK FL 33334 I I AW1oN CIIIl.1..5 COVCRN011 DISPLAY IN A CONSPICUOUS PLACE. 111(:It AHO T IAMU It !I C II lAI2Y 0 B P 11 8Iud < �cOnnLRCIaLf C4S-TEMP. RESO. Ho. rn BROWAgb COUNTY bUPATIONAL LIC04SE TAX a� 1onM RENUON OR [,EFORE o VY �QR PERIOD pCTOEIER 1, 1996 THRU SEPTEMBER 30, 1997 SCPTEMBER 30, 7997 1 C 401.2il&,Z2=, rf , 0 0n � �� �- � � w% 1� �iF�IE?7fAL ff •,� TEAtCSFeR • 8 / 7 3 3 NEW DATE BUSINESS.OP_ENEp 0 7/ 1 7/ 8 6 ATE OR COUNTY CERT/REG e .W Bustn*As Location Addresq 880 NE 42 ST OAKLAND';.P pK::,a�i:< 33334 .0:00�``.�;--M_.•.: PENALTZS IF PAID OCT, - 10% NOV. - 15 h t DEC. - 20% '-After DEC. 31 - 25% Plus Tax Collection Fee o1 up to $25.00 ' Based on Cost1if License it Paid ` 1;7ii pr' eased-on November 30. 1996' ACCOUNT NUMBER BUSINESS PHONE, 000-563-3978 r AMERICOOL A/C C REFR.,iGERATZON INC THIS LICENSE MUST 13E CONSPICUOUSLY DISPLAYED N A S S E P, TO PUBLIC VIEW AT THE _LOCATION ADDRESS ABOVE. 880 NE 42 STREET •tOAKLAND _PARK FL r - 33:34•-OA.4Q :.. w / `l A 5 5C4 rat R 0 u ZA(tI nC TYPE OF LICENSE TAX PAID C���ii /�� BROWARD COUNTY & / C CO1C T UNITS RACTOR d BROWARD COUNTY REVENUE COLLECTOR p 115 S. Andrews Avenue, Governmental Center Annex 1996 - 1997 d FORT LAUDERDALE, FL 33301 SEE BACK FOR TRANSFER INFORMATION PAYMENT RECEIVED AS VALIDATED ABOVE 0000000000 0000002700 0000001830167407 1001 0 2?00 0012L,7 07 0130g99- BROWARD COUNTY, FLORIDA C f CERTIFICATE OF COMPETENCY MECHANICAL CONTRACTOR CC* CMC-583 Reference 98'00280 FOROUZANMEHR, NASSER S - QUALIFYING TO AMERICOOL A/C REFRG INC 880 NE 4ZST FT LAUDERDALE FL 33334 EXPIRES 8/31/98 CTL# 27j) D AC- 3520665 STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION CONST INDUSTRY LICENSING BOARD THE REGISTERED MECHANICAL CONTRACTOR `4AMED BELOW HAS REGISTERED JNDER THE PROVISIONS OF CHAPTER 489 F.S., FOR THE YEAR EXPIRING AUG 31 1997 (MUST MEET ALL LOCAL LICENSING REQUIRtMENTS PRIOR TO CONTRACTING IN ANY AREA) FOROUZAN--MEHR, NASSER S AMERICOOL AIR COND & REFRIG INC 880 NE 42ND STREET OAKLAND PARK FL 33334