Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
R-00-0134
J-99-856 10/14/99 f • RESOLUTION NO. `1 00— 134 A RESOLUTION OF THE MIAMI CITY COMMISSION, BY A FOUR FIFTHS (4/5"s) AFFIRMATIVE VOTE, RATIFYING, APPROVING AND CONFIRMING THE CITY MANAGER'S FINDING OF AN EMERGENCY; WAIVING THE REQUIREMENTS FOR COMPETITIVE SEALED BIDS, AND APPROVING THE REPLACEMENT OF ROOFS AT FIRE STATION NO. 7, IN THE AMOUNT OF $56,000, AND NO. 8, IN THE AMOUNT OF $39,000, INCLUDING A, CONTINGENCY OF $6,375, FOR A TOTAL AMOUNT, NOT TO EXCEED $95,000 BY TRANS COASTAL CONSTRUCTION COMPANY, FOR THE DEPARTMENT OF FIRE -RESCUE; ALLOCATING FUNDS THEREFOR FROM ACCOUNT CODE NOS. 313302.289401.6.860, ($39,000), FUNDED BY THE FIRE ASSESSMENT AND 313018.289301.6.860, ($56,000), FUNDED BY FIRE BONDS. u WHEREAS, the. Department of Fire Rescue had an emergency need for the replacement of roofs at fire stations Nos. 7 and 8; and WHEREAS, leaks had been repaired and patched numerous times, but age and condition warranted complete replacement; and WHEREAS, the replacement of the roofs had been deferred due to budgetary constraints; and WHEREAS, funds from the Fire Assessment and Fire Bond funds became available to undertake this work and, based upon the immediate need for replacement, and using the most responsive and responsible informal quote received from vendors, the City CITY COMUSSION MEETING OF. FEB -1 0 2000 Resolution No. 00 4 t 11 Manager authorized the emergency replacement of the roofs; and WHEREAS, funding is available from Fire Assessment funds and Bond funds; NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE CITY OF MIAMI, FLORIDA: Section 1. The recitalsand findings contained in the Preamble to this Resolution are hereby adopted by reference thereto and incorporated herein as if fully set forth in this Section. Section 2. By a 4/5ths affirmative vote of the members of the City Commission, the City Manager's finding of an emergency, waiving therequirements for competitive sealed bids, and approving the replacement of roofs at Fire Station Nos. 7, in the amount of $56,000, and No. 8, in the amount of $39,000, including a contingency of $6,375, for a total amount not to. exceed $95,000 by Trans Coastal Construction Company, are, hereby ratified approved and confirmed, for the Department of. Fire - Rescue, with funds therefor hereby allocated from Account Code Nos. 313302.289401.6.860, ($39,000), funded by the Fire 2- 00— 04 Assessment and 313018.289301.6.860, ($56,000), funded by Fire Bonds. Section 3. This Resolution shall become effective immediately upon its adoption and signature of the Mayor'/. PASSED AND ADOPTED this 10th day of February 1 1999. JOE CAROLLO, MAYOR In accordance with Miami Code Sec. 2-36, since the Mayor did not indicate approval of this legislation by signing it in the designated place 1`011ided, said. novi becomes effective with the elapse of ten (ib) dayz, frorn t1l, ate of COiss!-I.. regarding same, without the Mayor exercising a �Vlo. Walter J. ATTEST: WALTER J. FOEMAN rTTY (T,F-RK S:& If the Mayor does not sign this Resolution, it shall become effective at the.end of ten calendar days from the date it was passed and adopted. If the Mayor vetoes this Resolution, it shall become effective immediately upon override of the veto by the City Commission. 3 .4 0 9 CITY OF MIAMI, FLORIDA 9 17 INTER -OFFICE MEMORANDUM TO: Honorable Mayor and Members the City Commission FROM: Donald H. Warshaw City Manager RECOMMENDATION DATE: _ FILE FM-OSS.doc SUBJECT: Ratify, Approve, Confirm emergency replacement of roofs; Fire Stations 7 and REFERENCES Commission Meeting ENCLOSURES Resolution It is respectfully recommended the City Commission adopt the attached Resolution ratifying, approving, and confirming the City Manager's finding of an emergency, waiving the requirements for competitive sealed bids, and approving the emergency replacement of roofs at Fire Station Nos. 7, in the amount of $56,000, and 8, in the amount of $39,000, including a contingency of $6,375, for a total amount not to exceed $95,000, by Trans Coastal Construction Company, 1425 Wilkins Ave., West Palm Beach, FL (Non-Local/Non-Minority vendor). Funding for the roof replacement projects is available from Account Code Nos. 313302.289401.6.860, ($39,000), funded by the Fire Assessment, and 313018.289301.6.860 ($56,000), funded by Fire Bonds. BACKGROUND The roofs on Fire Stations 7 and 8 had several leaks with possible attendant structural damage. They had been repaired and patched several times as a stop -gap measure, but age and the deteriorated conditions mandated complete replacement for the health, welfare, and safety of personnel. This work had been long deferred due to budgetary constraints. When funds became available from the Fire Assessment and Fire Bonds, informal quotes were sought from firms to undertake the work Based upon the. most responsive and responsible informal quote received from providers and due to the critical nature of the situation, the City Manager authorized the emergency replacement of the roofs. Enc. *_ DHW/CAG/MLK/WWB/csk FM.055.doc 00- 134 CON*CT REVIEW AND ANALYSP FORM ATTACH SUPPORTING DOCUMENTS DATE: 3 September 1999 DEPARTMENT/DIVISION: Fire -Rescue 9'? �,1"' —3 : °i H: 22 CONTACT PERSON/CONTACT NUMBER: Ass't. Chief W. Bryson, 416-1608, Carol Kelsey, 416-1651 CONTRACTING ENTITY: Trans Coastal Construction Company RESOLUTION NUMBER: BID/PROJECT NUMBER: Requisition No. (IF APPLICABLE) BUDGETARY INFORMATION: Are funds budgeted? x YES ❑ NO If yes, TOTAL DOLLAR AMOUNT: $88,625 plus $6,375 contingency, total $95,000 X EXPENSE ❑ REVENUE SOURCE OF FUNDS: Acount Code Nos. 313302.289401.860, Fire Assessment and 313018.289301.860, (Fire Bonds. If grant funded, is there a City match requirement? ❑ YES ❑ NO AMOUNT: N/A Are matching funds Budgeted? ❑ YES ❑ NO Account Code(s): TERMS OF CONTRACT: Effective Date: Escalating Clause, if any: Contract Period (s): Penalties, (if any), for termination: Payment terms: If grant funded, list restrictions/requirements, if applicable: SUMMARY/DESCRIPTION OF CONTRACT OR AGREEMENT Is this an extension? ❑ YES x NO If YES, actual expenditures in previous contract Year $ Description: Emergency purchase from Trans Coastal Construction Co. to replace the roofs at two fire stations in the amount of $88,625 with a contingency of $6375, for a total of $95,000. JUSTIFICATION FOR CONTRACT OR AGREEMENT (Include why it is needed, consequences if not authorized or approved and time constraints, if any.) The current roofs have leaks in several places and probable damage to the substructure. They have been repaired on numerous occasions, but age and the present condition warrants complete roof replacement. METHOD OF PURCHASE (If applicable) ❑ Telephone quotes ❑ Single Purchase x Written quotes ❑ Short -Term Contract ❑ Negotiated Purchase ❑ Term of Contract ❑ Sole Source (include documentation) ❑ Lease (Type: ) ❑ Bid Waiver (include documentation) ❑ Other ❑ Formal Bid/Proposal (include bid tabulation/proposal ranking) PREVIOUS AWARDS OF BIDS (IF APPLICABLE) From most recent: 1) 2) APPROVAL: DATE: onald�WarAw a APPROV L: DATE: Fina ci 11 Oversight Board 010- 131 CITY OF MIAMI, FLORIDA • INTER -OFFICE MEMORANDUM =FICE Donald H. Warshaw July 13, 1999 TO : DATE: FILE City Manager SUBJECT: Emergency Purchase For Replacement of Roofs FROM: Chle lme eZ, irector REFERENCES Department of Fire- R scue ENCLOSURES: The Department of Fire -Rescue respectfully requests an emergency purchase to replace the roofs of two fire stations. The roof coverings will be replaced with a seamless type of material. Any substructure that is damaged will. also be repaired or replaced. The current status of these roofs is deplorable, they have leaks in several locations. They have been repaired on numerous occasions, but their age and condition warrants complete replacement. Continual repairs will no longer solve the problem and just lead to increased cost for substructure repairs. The Department is looking to replace the roofs at stations 7 and 8 as soon as possible. Funding is available for Station 7 in the amount of $55,000 in Fire Assessment Fee, account code 4313302.289401.860. Funding for. station 8, in the amount of $95,000 is available in project 313018.289301.860 (Fire Bonds). CIP Approval Budget Approval Cpprova /Dis roval CA(jZL WB/wwb Luie L. Brennan, Interim Director Idnald ent of Management and H. Warshaw City Manager --)1 0 lq7 Date -7// I Date I rom M__ - � M__ 00- 134 CITY OF MIAMI FIRE -RESCUE SUPPORT SERVICES DIVISION Bid Tabulation Form Item description: Emergency replacement of roofs at Fire Stations #7 & X68. Quote by Mail Vendor Contact Name Phone/Fax Unit Price Murton Roofing Fax See quote Decktight Roofing Robert Lee Fax " General Roofing Fax " Trans Coastal Dwayne Fax " Total Price $147,140 ✓ _ $89,541 $150,572 $88,625 Selected Vendor Contact Unit Price Total Price Trans Coastal Dwayne $95,000 An additional $6375.00 is added to the request to cover emergency incidentals(ex. rotten understructure, possible asbestos removal, etc.) ✓ Mark Wolosz Tabulator name: Capt. Gilbert ))) Reviewed By: Bid 712bu/ation.doc....06/01/9910.51 AM 8/24/99 Date 8/24/99 Date 09/02/99 THU 12:04 FAX 8356857 M TRANS COASTAL ESTA6LISFiED 1974 August 24, 1999 TRANS COASTAL Contractor. Trans Coastal Construction Company Cumdawr: City Cif Miami Department of Fire Re--vcue 1.151 NW 71h Street Miami, FL 33136 job Location: Fire Station 4 7 and. Fire Station #8 ..314 Beacon Blvd 2975-0akAvenue Mami, F1 Miami, F1 Contact: Mark Wvlosz DL 205 575 5175 0 Fav 305-575-5290 Cu -s -tomer and contractor agree to the terms and conn Udotar staled herein and to "General Contract Conditions" attached Contractor will furnish all labor, equipment and material necessary to perform the following scope of work for referenced job location. Work confined to approximately 15,380 square feet of the main flat roof areas at Fire %afions-4 7 and #8 at the above referenced jab location. Scape of Work Tear off existing roof and remove from job site. Prepare the surface for re -roof. Furnish and install 2.5"p*zsocyamirate(R-18) insulation emheddedi.-zafloodco4itofhot asphalt, at Eire Station # 7 Furnish and install 2.5 "polyisocyanurate (R-18) insulation mechanically fastened into existing deck, at Fire Station 0. Turnish and install over existing deck in strict accordance with inamifachrrer's.Tecifications .'and requirements, a 48 mil Sarnafil Single. Ply Roofing System .Work will include complete watertight roof untalkajun int Wngpre-engineered details for all fiz&ingv, penetrations, mechanical equipment %wpjjort% - vent pipes, drains, roof openings, and miscellaneous equipment. TRANS COASTAL CONSTRUCTION COMPANY '1425 WILKINS AVENUE - WEST PALM. BEACH, FLORIDA 33401-6843 (561) 836-9522 - (800) 700-8664 - 'FAX {561) 835-6857 General CGCO19617 - Air Conditioning CAC056753 - Roofing CCC0428()-3 00 0001 09/02/99 THU 12:05 FAX 8356857 TRANS COASTAL ¢►002 Install new aluminum counter flashing at base flashing areas above Sarnaf 1 's termination bar and Sarrrafil 's coated metal edging ' Sarnaclad " at theperimeters ()f the roof and pitch pmts, approximately 1,280 linear feet all in accordance with Sarnafil's requirements for warranty. A/C. units shall be raised and reset by others and is not a pari of this contract. - Owner will be notified of job start-up at least 24 hour before work begins. A notice of commencement must be fried with the county and is the legal resix)mibility of the owner. Legal description of the building involved must be provided far Notice to ()wners and for oblaining permits. All costs for permits are includes; i.e. asbestos survey, engmeer's ' calculations, etc. Note: This project is acceptable to receive.an FPL Insulation tebate due to the R-18 insulaSon value being installed. •Thecredit issued by FPL will be $.65 per square foot over air conditioned spaces. This :credit .will be paid to Contractor by FPL 'once project is completed and Contractor will credit the contract equally. ToW Price: $88,625.00 Terms of Payment. .filledMonthly, net thirty days less 10%retainage. Guarantee: . Price includes ten (10) year guarantee,by the mamrfacturer to maintain the roof in a watertight condition as outlined in attached sample guarantee. In addition, Contractor will service your, roof two (2) years from date of completion of contract work Accepted By.- City y:City Of Maw Trans Coasted Constmetion. Comps Title ; Date . yr 08!24/99 TUE 11:08 FAZ 8356857 TRANS COASTAL W003 General Contract Conditions Replacement ement of dectwed decking. waterproofing of ver tic col surfer e:ti above ourflachinis, repair of rnof hatclrev and similar conditions.not directly related to our roc J work are excluded from our contract price. If wort[ is considered necessary, in a»y of the ve a► cccr, -casts will be billed at an additional charge based an time and material. Current labor charges are $58 per honer per man. All work to he performed in a wurkmandup like manner in accordance with nlun . facturer s requirememLr, hnwever, contractor will not he respamOhle for ant incidental or convequential danragec directly or indirectly relating to i++a;rit perfiirmed Pa.,y clue accounts are subject to -a 11/2% per month late charge. rngether with expenses incidental to cnlleeiiun: including reasonuble attorneys fees and court 6fut.i. No back charges (.Y any kind will be accepters by Contractor unless'prior written approval but been ubtained from a representative of Contractor. - If irudecmen are required to tsntpurarily'ditconnect and relocate. equipment because ofits complexity in orderfor uv to install. the new rrwf.iyste►n. ,vuah cosikare excluded If such work can he accomphMe°d by eju• workmen withom the accictance of other trade amen. iheve costs am- included We will ace utmavi care during the temporary relocation ofthe equipment; however, we cannel assume revprjndbilityuf cameo. C'uctrtmer shall provide electricity amt water free c f charge, .Free ace tol'eletnitnr, designate ' certain storage areal: fi r our equipment, land provide parking spaces far;our per onnel. bur e:ontpanry, iv fully cert f cid and complies with all the.requirement c of the State (If Rarida C nnslruction Inchsctry Licensing'Bexwd Any controversy or claim arising out of or relating to this contract, or the breach therer f shall be settled by arbitration in accordance with the (tunmera:ial Arbitration Rules of the American Arbitration Association and judgment upon the award rendered by the Arbitrator(c) men, be entered in airy (:ours having venue in Palm Reach- Clbunty. I7arida, and moat be initiated thirty (31)jAVi. riar to termination of the guarantee period •t ach : party ,shall bear its own attorney's fees anti or arbitration egosiv unless the Arbitrator decides otherwise Mix agreement ceantains a complete .statement nfall arrangements between the parties . cuperwding ct11 previous agreements whether expressed, written. or implied T•a►te work will be perfir,rmed and iv subjee.t to the provisions ac outlined in this ctnrtract.', C uviumer and. contraww agree to the.Iermv and conditions stated herein 77ris contract may he •canceled and iv .subject to review if tint accepicd in' writjW within thiriv (30) day:v. .7ccepted. Frans Coastal rxe^riiez Title Dale• •1l�1 00—. 43.4 �0,8.:/�24/99 TUE 11:09 FAX 8356857 11Ni�, Vun�an�. 'TRANS .,Tm.o 19Y4Fact Sheet Founded in 1974 25 years. inbusiness! State Certified» Roofing Rel{ # CCC043803; Air -Conditioning Reg HCAC0S6753 General Contractor Rei;. #CGC019617 Laeetasedt, bonded and insured Certified Drug Free Workplace Personnel: 20 to 35 emplvyees, 50'04 employed for ten years or inose wnem 0,03cers, Mamwersr Duane Brrr„ard and Mark Casey Biographies: • ' .. P. re &Wu - Dame Bu►gard has 25,wgm exprrieMe in commeneldl raofi 4and *+aierpi nafng and has a B.S frim the University of Rorida in Md1a tg Coets&wiaa State emoed in roofing, general eowtrarfm-. air. -conditioning. Manager jar contract pr weement and aameistrazion for publle brads, state and local. govvernmenr jobs..school hem*&, and new construction Vice Ppesidma -Mar* Casty has 25 yews erpvw me in ffneral construction avid n vfut& Slate certifW in woofing general contractor andair-crinafitaatt pwch=bM qday to geld �8�� sclredul • material . dayf vprratioric -SaWlatrg of Work Caa7rertlp U.Mdrr COJLVVCV Sears Coral Gables, Sears Aventnra; Best Jby, Pets Mit, Target T1074. Regal Chmmg Faith United Methodist Church Fort Lauderdale International Airpovt Mawrtawnce Facility. Sm Vlhn of Work Pnrvioasly Coffyd ted•walJii't &r last hmyaras: . .Sand Pebble Comkiminamt Poinciatra Club House, B oward Coaanty HRS BadMog Bruwwd Coaotty Property AOpraiser :s Buil&xg Margate MbrmY QWeet, Walers Pak TmVA 1/era Crtts Cando. Bermtdda IBch We Service Menehroxliae; The Cow tyra & by Mairlotf; Mand htlasaal nal Airport Cawom se 4dargate Waste mater Treatment Plant. Monte Depot Ston #277 and Target #396 Trade Oop" zethon Afflfia&xc National Bwfing Contractors Am=iAtion (NACA) Florida Roofers dr Sheet Metal Arsockawn (FRSs) Trans Coastal has minAdned a le aderddp'role in the AwMa RmOng laad"y amdve» tly detnomb ft that reacanrably priced guallty roaf:ng cm only be dow by reliable gmI#ied Band experienced p vfi=rmm& Trans Coastal was a pioneer in the iiidttstry with cadfing edge technology in singles ply rooft sued roof restoration since the rarly 1970's. Contact v for bidding_... Duane Burgard or Mark. Casey 561-835-9312 or 1400-700-8664 Office, warehouse mrd sheet unne!terl strop. location - 1423 Wilkins Avenue in West Palm Beach TRANS COASTAL CONSTRUMOW COMPANY 1425 WILKIN, AVENUE • WEST PALM BEACK FLORIDA 33401-16843 (561) 835-9522 • (800) 700-8664 a FAX (582) 835-6857 General CCCO19617 • /Ur CandMa CAC056753 • ntng Ragfirtq CCC042809, 08/24/99 TUE 11:18 FAX 8356857 r :s • rmoucrr 1CORDIA SOUTHEAST i0'' 3. FLAGLLR DR. #600 dEL-.PALM BEACH FL 33401 RAMIRED CRASS -COASTAL _`ONSTRUCTION COMPANY 1425 WILKTNS AVMME 0ST PALM BRACH, FL 33401-6843 TRANS COAST ISSUE OAWE tUMIDDIM 1 08/27/98 COMP —, NO RIGHTS Lr= THE CERTIFICATE ATE HOLDER. THIS CERTiFI Wk- , r AMEN. E aMW OR ALTER THE COVERAGE AFFOREED BY COMPANIES AFFORDING COVERAGE COMPANY A RLI INSURANCE COMPANY LETTER COMPANY LLOYDS, LONDON LETTER COMPANY ` COMMERICAL UNDERWRITERS TNSIIRANCE LEITER COMPANY LETWR COMPANY E LETTER >4 POLIeYia�Iso3T urwq mm ompa q PO=E�MRADFs�LauNOE EwmfmMfomm LIQL7RLJAarBfx OENMML 5073 31/9s FTE 8/31/99 aE daa ccii► 2 00 00 PRODUCT6-COMPf�AQa. Z 'OOO OO PERSONAL A ADV. INJURY 3 ' 0 00 00 OCCURREJim 1 000 00PER ERsi CONTFi11CTOR'S PROT DAMAt�1EVMt f") 5O o0 HEMP PROD AGCR puie�aaopwum MirOMMMLDlsi " �� ALLcWNEDAUTOS co COM®INEostNOLE L1MIT BODILY INJURY ULED AUTOS PWM'd SODLY INJURY HIRED AUT08 NON-oWNEDAUFOG a 1 PROPERTY DAMAOE LUIBLITY �mcLLAeurtY EnMER35078 8/31/98 08/31/99 rI«xuRR�NCE s 0 AFI GATE $ Z- 000 0001 UMBREIJ AFORM THAN UMBRELLA FORM STd►Tt1TORYLOAFIR ITEM T1oM HACxiDENT i AND DtSEA�-PCLICYLWQY EMPLaYERI: LIABILfTY MEASE-EACH EMPLOYEE masu 3MG (S) WIlW is SAIL BnMMS076 8/31/98 08/31/99 $300,000/$1000 DBD' 5t DEMCTIBLB p�I1QN of OF�RA71taI�iLA�iw�a��.-�+-�•�••�� � 9HMXnAMY DFTHEA80VE DESCREED POLICES IE CANCELLED SMATiON DATE 71tNEW THE MWNG COMPANY WLL ENDEAVOR TO CITY OF MIAMI MAL 7 A DAY8WR UNNDTICETOTFECID nMATEHOUNM M MTOIM 3 319 PAN AM DR LffT. BIlr FAURF TO MAL WCH NOTCF- SHALL WOSE NO aBLq UM OR MIAMI FL 33133 LPAILIMCFAWWOUPWTHE00WAW, [17BAGWIVORMFIESENTAMPES. Y AUTHCRD'JE� AT11R + •. Fi'LE No.105 08/20 '.99 12:35 ID:DECKTIGHT FAX:95d9706881 PAGE 1 E 4=01F a 4M WATT. COWIRW OMTRIACTCFIICC-COMM FAX TIRANSMISSION iiiMioNri TO Miami Fire Rescue Support Services., A4TOr Mark Wailacc RIU Stations #7 And #8 Roof Replacement FAX, 305-575-5290 PHONY 305-575-5275 FAX FROWt , Bob Leo NO. PAOU INCLUOINN COMA 3 Mark, Thank you for calling 'us! Following this page is our proposal for the roof replacements and a list of our We went basically with the same scope of work as the Murton. Roofing scope that you sent us with the following. important difierencess 1. We have included'the coat of an asbestos survey "for each building because we cannot get a pelt without submitting such survey results to DERM: If asbestos is found'there will be additional costs which we estimate for you in our proposal. 2. We are using Sarnaftl coated metal instead of the mmfinish aluminum propose by Murton. Thio metal in for the drip edge perimeter details. 7Ws is because SarnaM much prefers .their metal to be used and they are willing to include all of it, including the joints, in their 10 year labor and materials warranty. Each, joint of the, coated metal is heat welded .and permanently sealed. The the joints of aluminum are overlapped or butted together with a splice piece, and are subject to constant expansion and contraction movement which often results in leaking. Such leaking would not be covered •by the Sarnafil warranty. Sarnafil coated metal Is better for you in the long nun. S. No pitch pocketal We are not using the stainless steel pitch pockets proposed by Murton. Pitch paras are permanent maintenance responsibilities for building owners because no roof system manufac tmer,wM warranty the sealant used to fill the pockets. We either fabricate Sarnafil coated metal "goosenecks' or honees for the conduit clusters, or in the case of angle iron legs, wrap each with Sarnafil flashing. We will use a pitch pocket only as a last reeort and if used, we cover each with a a= shroud to help protect the sealant flora the sun. 4. We regularly help to obtain FP&L energy rebate for our customers, and some of the areae of these'two stations do qualify for the $,65 per sq. fL (if an additional 817.62 is added). We arrange these rebates, and are sent the checks directly. by FP&L, thus we deduct the rebate.amounta'ficom our lump sum prices, . Please Note: We caution you, however, that the bay areae where the vehicles are stored, are not likely to .quality for the rebates, unless it can be proven that.the doors are shut most of the time and the areas ars air conditioned. Because of that question we have not included the rebates fbr those areae in our lump aum prlees, however we do show the $ amounts, should it be determined that the areas do quaUfy. We did include the R18 isoc yanurate insulation board for the bay areas, however, because it seems prudent to insulate them, if not for air conditioning savings, simply for the comfort of the FYre,Reecae people.who'have to work in there. We have included a long list of references with names and phone numbers fbr your review. We work in Dade . County on a regular basis, often at the Miami airport, and are known and respected by the Metro Dad building department. We appreciate you interest in our services, and hope to work with you on theso projects. sinE DeckTight hoofing Services, Inc. ySWO N.W, 17th Avenue* Ft. Lauderdelo, 'Florida 33309 CAV MCAW?n Gogo . OUf%k1C.1n9A\A71% orma. fame anc anr%m I'7f2f.1 FILE No.105 08./20 '99 12:35 ID:DECKT DATE OF PROPOSAL: January 8, I998 LOCATION OF BTRUC'TLUM OWNICR: Miami Fire Rescue Support Services Stations #7 and #8 ADDRESS; 1161 NW 7th St. Miami, Fl. 93136 De&'n*d proposes and egress to paniorm the b1meing work on ohs above dosoribed suurhm for the prfoa stated herein. provided that Owner aW:odass wok so commence within iD days from the data of ft proposal, TN* propaW and 1M pdoe offend w0 expire it not aoosptsd in wrteng by Owner by MOW . Roof replacement as follows: • Conduct an asbestos survey on both station roolk, par DSRM requirements. • Remove the existing materials to the structural decks and properly dispose of. If asbestos is !bond in the survey, the there will be added costa of lined dumpaters incensed disposal Am. and stir moalturing. This should amount: to approxis"tely $ 1,.100.00 for station 118,and J2,900.00 for station 01. Again, this is only if asbestos is found in the surveys. • Not mop 2.6• isoayanursts board to the stswemal decks except .the. upper wooden deco at t8 which will be mechanically attached. This board airorde an insnlatk a value or RIB wbkb qualifies for the FPL rebate of $.66 pare sq. R because it raises the R value on each building by Rif or more tkvm "tbe R value now present. We will an1w and collect the abate directly from FP&I., and have deducted the appropriate amount than our lump sum vim Hated below. Notes Our deduction assumes that FP&L will.disallow the bay areas when the fire trudt8/apparatns are stored because ouch mese are open and not air conditioned. If the areas ate indeed sir conditioned. than the rebate amount would increeae by $ 3,380.00 for tel and $1,869.00 forte. • Fully adhere SarnaN 48 mil membrane to the entire area, Including all wall and penetration flashings. • Fabrimte and install SarnadW coated metal for all of the perimeter drip edgp. Nott This metal is included in the 8arnaill 10 rear warranty and is the way they prefer the ]ob done, Tbis b espefially on'the low ard importanton ppete of #t8 and where the metal will be under the cap file on the south and of tiro tiadlding: • No Pitch Panel Pitch pane ars constant maintm encs problem because the sealant tendo to dry out and cra* in record time in South Florida. The sealant of pitch pansnever i. Cava by by the mot system manufecturse'e srarrpatiee. And ie the owner's rsaptms0dlity to maintain- 14110d anOpfiX&L.Atl Of lWo work th the only ovraw main mmoe behW the small bead of caulk at the top of the an8ie Iron suppoirts:° . • All roof drains, plumbing stacks, vents, =6. corners, door thresholde, ate. to be flashed per SasasEl standard details. • Provide a Sarnafil 10 year no dollar Haat labor and materials warranty fbr each building rno5ng aystsa. a Station 07 Lump Sum Price - $ L vas . the y area is air tO©I 5S- 1 Station 08 Lump Sum Price • $ 28,990.00 (t , V, 919r 0 The above pdces include: All labor, materials, tame, inanntnees, asbestos tooting, hoisting, disposal, permit fees, g T, and Sarnafil warranty fees. The above purines amcludes All mechanic"ectrical work necessary to bring the roof top equipment up to cuereat code standards, any asbestos related coats, if asbestos to found, any engineering, uP1W tests, pull tests, etc. if requ!rted by the building department, and any resulting changes in the scope of work which could be required by the county. We can schedule the work to be started within two to hour weeks of confect award. Thank you ibr your interest in our services! ReepectilrAy Submitted by: DEMMIGHT ROOFING 1..e. Pias ��a at ,��� isr►1 fs•s7 ��ac�sGs•.a �- 9.fj/ OiOKT141HT ROOFING OtRVIMti, Ino. Met N.W. 17th Avesnes• Ft. tamdoe dmhN Mends 33300 FAX (M")9704MI • PHOUn (OO4M7049W 180018244100F (7"31 K 4 08/23/99 MON 15:44 FAX FRANK H.FURNAN 0 001 'FRAW K INC- 00' 1 fJ 4 THIS. CERTIFICATEIS ISS" AS A MATTER INFORMATION FRANK H . FURMAN, INC. FRANK H- FURMAN #SA091425 ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED 9Y TM POUCIMBEI.OW. P. 0. BOX 1927 COMPANIES AFFORDIi6 GOV MGE POMPANO BEACH; FL 33061. cc wPAw _ - . .._ A.' TRANSPORTATION INS CO _ - DECKTIGHT ROOFING SERVICES INC COMPANY ' B TRANSCONTINENTAL TNS -CO 6680 N W 17 AVE OOMPAW C. TRANSPORTATION.INS CO FT LAUDERDALE FL 3 3 3 0 9' coMVANr D THIS IS 7O CERTIFY TNAT THE POUF SOF WSBJRAI�Kxi Xib"Ci� BELOW .NAME BEEN 16SUED TO T}iE (H6URED IWNi D ABOHE "FOR T1lE FOGCY PEFW0 OVD[CI1TID, NpTWTT1iSTANDMIG ANY . TEWM OR pOI�D(T10Ai,OF ANY, pONTpACT OR OTi�Fi DOCtII ff. WITH. RESPECT TO WHMH .TM (HTIFTC,/1TE NIAY BE ISSUED OR hlAY Pl3iTAAd, THE EISURANCE AFFORDED BY f}il::POL�i�E3 DESCRIBED FIEREIU IS St)>CT TO ALL TILE TERMS, E7XCLUSIONS AND OOIE>sf10N3 OF 8UCF1 POLKAS. U1AI'TS $HOYV11 ti1AY HAVE BEAN REOt10ED BY PA>D CLAl1Y1S. . " t7R 7YPE of w7uwr� POYL7 Rf�1 RAM orals LtITTB =MORALLMUM C144619818 5/01/99 5/01 00 sEmawAaapamxe__ s2, 000 000 g ammAL LI amy PRooucri6 • WWVOP ABB 22 0 0 0 , 000 MAM� a o=m �w releoNAL L ADV 1PLI1111' :l , 0 0 0 0 0 0 oyficm a CONTRAam" PRAT 8110001000 EAM oo c :. 50,000 FREE DAMAGE WT � 00 um ow uv am pest a 5'000 AuraMoesLLTA�n C144619804 5/01/99 5/01/00 1,0 000 X AW Auto caa &N LLRT a BOOLY WAJAI/ pp II 9 ALL OWNED AUTOS SCHEOLUM AV= eooa r Auer X HRS Autos X NON.vwN®nuros _ - PROPERTY DAMAGE i CARA6E N%BLWV AUTO OWLY - EFA AOCOEW. s OTHER THAN Auto C Nlr_ AWA= t EACH AC=Bff AGGRESATE 8 - MM UUAIRMY 1073798641 5/01/99 5/O1 00 &j2,a=wecE S1,000,000 AGY,REOATe, • 51,000,000 X uyeRey► PaRM 01HER 7HAN IaEREUA FORM won corunoR,uo , ODWV W WARM C14461.9799 5/01/99 5%01/00 • % loRYUYrT3 et SEACH ACCW[3rr 4� 100,000 4 500,000, THe PRopmmpf Wp, oar ARB ooCL B o tm LWR M ONEASSEA 100,000 DESCRIPTOR Cr- PROJECT: FIRE STATIONS#7 & #8 FAX: 1-305-575-5290 ..... 0 m"12 ANY OF .TW ANNE cIEW� POI C69 W CANCIRIM 86 01. IM MIAMI FIRE RESCUE SUPPORT UpAl= DATE 71QAeW 7Re MM CMWANY .ILL WWZAYOR TO MAIL SERVICES ATTN : MARK WALLACE 10 DAYS WAM aoTTeL lO TM COMWAM WX=W HAMM TO M UWr. 1151 NW 7TH STREET our FALIOIE 70 MAa suce mune r wmL Dose No CEM AMM OR LIAMISTf MIAMI FL 33136 or ANY Imo ural 7Ne cowANr ns AGO= ae R m Twm AUfNOR® XONEWMAWft CP A .0 'FRAW K INC- 00' 1 fJ 4 08/20/1999 10:36 GRI OF SOUTH FLORIDA + 13055755290 10.557 Terms and Conditions for: Fire Stations #7 and #8 1. ACCEPTANCE OF CONTRACT a) Aca prance of this proposal by Buyer shall be sooapterm of an boo and conditioner rad herein uAndh shall supersede any conftg ig term In any other ax*act dom ment. Any d the Buyer's isms and oardtlons In addition or eltfenent from Ais proposal are objected to and Shap have no afraot Buyers sagnabxo herewith shag be evidenced by Buyer's clg=bjm hareei or by permltting Seller to carnrtenoe work for Project. TIME OF COMMENCEMENT AND COMPLETION a) Buyer N to prepare all work MOB so as b be aaee4rtable for sder under contract, Seller will not be Called upon to start `cork unfit suttici mt areas are ready to lnshn continued work. b) Sellar shad be giverh reasonable time in which to nmke delivery andkr labor to cormwoo and mmpleta the perfonreAOo d tine Contract Seller shat not be responsible for delays or dafahft wtner@ occas(o , h1 any sags" of any kind and extend beyond iter control, including but not firrdted 10: delays Cau9ed by the owner. tafteseen adn In the des(grt�ed wok ares, spedM cod@ mclulmments related to untmeseen condillom general aornrarlor, Archteat.andlar engineers, delays in 111W W" .Ion. strotIegas of parr `materials, dvt disorders, labor d�dies. vendor allocallom ire, floods, accidents and aft of God. Sallarg a9 Ue ed60ed to equitable adjusirnent in the contract amount for addldonal Costa due to imantldPated pro)ecc delays err eooeteratiorhs. 3. PROGRESS PAYMOM a) The perp covaned by each sppk ation for pWrad Bial ba ate calendar month ertdng an the IW day of the WA M Or Mort mcbftatlon and load out of maferlafe. b) The buyer shag make paymarnt wdtibt *& (5) wamdng hays of nWWM of Mqued for POM 1e1nt. . C) Eappri ach catton for payrnerd shad be based upon the sdxAde of vsluee aubmited try me dallier. The Sdiedule of values SW allocate the @Akre conlrad sum among 0% various porbone of wok and be prepared M such formand;,suppotted by suds data to sut mntlate Ice Accuracy as re Vred. This echaduata, unless objected to by the seller, stray be used. sed as a t� for teviehsimg. sellers application for peymanL d) Appioallon foil symerrt steal Indacafe the perCe-&p of., plsdon of each,pordan of the work at the end of litre period osw "d in the appica*m for paymenL The adddlan or subfmcdm of work ass re% eno@d by umv orders will 1 b� Included in eadn I> peyrment d Upon complatim of all puncHM Rents and dathrery of appdcIble MwmndW. final payment shall be dire and parable lip odor Wd*t We (5) worftieg days. 0 No provldon of this aWeernsnt snag serve to veld the Seller's ar ttlet a nt to paymem for properly perforneA Work or aft* smrad mhxkwk ts. g) Iwob" In this agreement sfmd raWra Seder to man pe bw ance If imety payments are not fade b Seller for suIlldbly performed who* or stored mauls. eL ADornONAL CNARGO a) In die evert of uNoreasen coMkions to the exiting roof sMrcttiree the Sellar shall noft the Buyer wPlhtn fd+e.d such damped. The Seller shah be paid addfioral Costs based on a 1lrthe and Iwais 0 bis to repair such cont ons. b) Work called for herein is to be performed OxIng the sellers ragedar hrOW(O hours."AN work pertofnted at QIQ b4ma.taqueet outside of such hours shag be charged for at rates or amounts agreed upon by ahs paroes.at fie _tine o4� is Pud C) In the `-ase of the Seller's fagnse M mesal any regWre rAnt Of the Centrad agrewi*M rib claim of dieBuyer rr back ;harges for services shall be valid unless an agreemant Is signed by he Sellers autrorfxed Agent or Corparaie �Cer. In suds amara Qts B►ry@r shall notify the Seiler of we h defy ^ In errrkng, and adaw the Sellar reasonable time b ccMd any defideercy b@tea i xamirgl any costs cihargeeble b the Seder. d) Tame and Meterlels rales are as follows: Labor Maas Rates Journeyman 5 45.00 parr hour Apprentoe S X00 pan hour Laborertrrainee -, $ 35.00 por riot` MatsAal Cost plus i s% har4he dwas Buyer: Date: Seller: Dete: .08/.20/1999 10:36 GRI SOUTH FLOR I DR 4 13055755290 NO, 5 10�r 00000� Terms and Conditions for fire Stations #7 and #8� S. REGULATORY REQUIREMENTS a) Due to the numerous Inpumt3tons and various malliods of caltzAllng pemWt fees by Ihe diftrent dfics, fawns, bwrdikw, countles, municipalities. at permll: fees and at adated zwvays as might be reclutred ARIE indwded In this puposal. Fach Governing Agency vvill have different requimments and fee stru=vs. *. Common mquivements are; asbestos q'- IMS6411. rwIsUffe surveys. engineer reports, pull Wab, etc. All 0WIS plus a 10% handling and pFucmslng fee will be submiftd wish the W progress payment G. TAXES 3) Price quoted includes all sMllcable- Florida State Sales Tax. 7. ASBESF08 POLICY a) TNs sbftment to only Intended to cla* responsiblPfies of the Seller and not intended b bhng alairm to the HIPJ09 wo" conaldwacn. The Seller would be pleased b asst ft Buyer. with all asbestos related oanoerrts as regulated by Governing b) This prom= is based an the sows ftl the art bft M01(6) d= riot corialn -any asbestos titrg n_v~__1Rtw .The Sailor is not erqpgW in the idlendficallon. abatemel% ancapsuliallop or removal of asbeskm or asba6tm Milli" a M"', WW not be fmow0ble for aBbota Wall~ removal. in the event wMstw,'or matte o mtsi*4 Is dscavr ed, .during the course of the work denwil3ed In proposal, site So#w OW slop mark knffm&at*. Atlft;r speclaltav in ft business of aamp" and bang for anbows containiry Moft material AW be Filled to survay era arm of wncem and qwIlIcally "Illy ft AdPM converne. Q The Bum "I pay Im Sailer 111w ak omm ftwed lo date in reference 10 the, DWWW. The e.Seller upon, recog of Me nid in 432,0 ACRM survey ey abe enfted to addillonal reasonable MPWMHM Tor mitre PMCM all Mq4hM ty CvvwrJng Agencla. Prior to ptoceeft %* any aWNTwd P=M,.*1i8uver am auftfte in Wiling far the Seller to p - m - . I d) "rhe Seger Is not responsible for any claft demands, or damages arlalrog out of the remwal of usbedos *M ft Work. ale WW ft SUM. by accepting Nis proposal. agrees in mleew ft Seller from any such CWmw M de& orI IN, OWMI the 131W. in r rx mi cration of the Saller performing the work In ft conbad hereby agreesIV indernriffy. defend acid -had the * SWIbr y and all Ilabitlly, darrla9es. bases. Jahns, demes; ar lawsuits arising cut of ar r�9 w � Dom. d asbestos oorftnft material at the work ft.' PONDM WATER a) N Is wxWs" by Vie Bt"r that 0 to mat struckn is designed b.. permlt P&dg water and pas*ve dmkWe is fW addeved as defied by 2w NadoW ROMV Contractors Assoclatim 00tCAL the Seller vA not be I*W resilibram* .Ponding Is a wd Shk I WVjded b WM" Wfaca ow is tneomp" cleansed. . Poo" Dralf"M Is a **vp condwon Xw aadriorw _Mf i W drainage *0 4 age of the roof zMe W"In 46 h=M RW a ?"to. if Won WFIPWft #0 S ponds, ft, of Pf*d wm Byer MW conhd wlt ft Seiler as outlined In SaMon 4 to pefform, me work. it Is MON understood by ft Buyerdvat a Pcrxft Cordbon is notintkallve of a defoaft system, and that PcmWm Drainage Is a design goal, and not Wwwp aciftwable- -0. DISPIM RIMMUTM a) AS sums not paid when due shW bew interest at ft ane of I W% per molt or the mwdmum k*W rakpoeLftc: by kw. whichever is law; and all cod of collection. Ncluding aMmmft fee. " be pold by buyer. b) All legal actfixe filed numt be done In ft county of the Sem olka praw1cling services to the Buyer. 0) In 30 cam ftt rew* Irs Ispi - Aorta. the Pmvaft party will be *MOW 13 recow OR -cocts assocWW %ft said ac I including but not knited or alftmeylaJew cairl IW& ~wftmes. IW time, wL 10. GUARANTEE' a) AN *%ft idenOW In ft Scop of Wyk Is "rapMd against ftfinft in wlamh%i for a penad of am year Thom to daft of Ivatilagan, unless Wwwwo specified. The exclusive remedy dW be ftt the Sellar *0 nWhwe or repaIr any part of it: wft *WMis found No be defecilve. Seller will not he nMonslble for woolal, hdftntW. or wnwqtmft daimagm it is apeafthy urAwatW that products not manufilawrad as vial) oe work not pw*vrmd dft* by Saller am am wad only ft Me anent and in the mmm 10 the same are wranted b ON Sellar by Me Sellon; wmlwz and #= only b ft- I ' I Seller is able ID enbca xjM ww". in entorcIng such warranty ft Is wworstood ft Seller &W ftwlig,o no pb5 1 ID Initiate WWftn unim the Buyer tffdwW= to pay all owls and apwws "nkM twello, kiducling but not WWW is Allornefs few and IndemnVies tw Seller against any lablilln to the Sellers vendors wift out of such 11111ijacn. Buyer: Date, Seller: Date: .34 08/23/99 HON 15:44 FAX FRANK H.FURHAN 11001 FROO11L'E71 FRANK H . FL7RMAN, INC. FRANK H. FURMAN #A091425 P. O. BOX 1927 POMPANO BEACH, FL 33061 VAURW DECKTIGHT ROOFING SERVICES INC 6680 N W 17 AVE FT LAUDERDALE FL 33309 DAIR plAl OWTVI 08/23/99 THO CEIfnFWATE V3 ISSUED AS A FAAT ZH vT- w ONLY ANO CONFERS NO WQHTS UPON THE HOLDER THIS C EATTICATE DOES NOT AUIM . I ALTER THE COVIIiRAGE AFFORDED BY THE FOLIC COMPANIES AFFORDING COVERAGE COMPANY A TRANSPORTATION INS CO COMPANY B TRANSCONTINENTAL INS CC COMPARY c TRANSPORTATION INS CO coMPANY D THIS 1S TO CERTIFY THAT THE POLICIES OF 91SURANCE. LISTED BELOW HAVE BEEN ISSUED W THL msumhu mftMr-n,wesW% FUH TM POL=Y F01W WDICIKTED, NOTWITHSTANDING ANY REQUOK3NNT. TERM OR CDNUMN OF ANY CONTRACT OR OAR DOCUMENT WITH PAESPECT TO. WHICH,THI$ . BY THE PoLcm DES11BEn MERm IS, $TJRIECr To Am THE maws. CER71SCOLTE MAY BE ISSUED OR MAY. PERTAW,T# Tw3URMlCB AFFonoEDCY EXCLT00M AND 00N=0NS OF SUCH POUMM UWTS SHMN MY HAVE BEEN REDUCED BY PAID CLAIMS. co TYPE OF v9mwwj ca PC v RuaTa�I UATZ� DAM tams LTa C BURALLUMMUTY X COMM010M GOGMAL UABBnY CLAM MAO[; IX OOCUFI OVAM" a CONTPAVIDWS PROT C144619818 5/01/99 5/01/00 6T]dm&ABLImr-xm-- s2, 000,000 Pmmums • compooP Am s2 000, 000 M PERGDNAL Ts Aw rswRr 51,000:600. TAH OCCUART= FM OANAW Wq am Tw) 81,000,000 s 50,000 �o�uen. s 5, 000 AUTooaCMAUAaLTIY X ANY AUTO ALL OWN® AUTOS SCHEMLM AUTOG Y NIR® AUTOS X NO%QVM® AUTOS - - 0144619804 5/01/99 5/01/00 COMSHM sS14= uBr 'a 1,000,000 BODLY NAM ow P q 3 s BDOLY MUURY ow PBOPFRTY DANAM s GANUUM uAHuff AM AM AUM OWY . rA ACCDW OTHER THlW Auto OIDY EACH A=Drr E ,� : =�' . AGrgEsm s ommuAe m X-1 UMEFOUA FUM 1073798641 I 5/01/99 5/01 00 EAGK S1,000,000 I mwam-m.151,000,000 Moro�sco�xnoNAw . 0144619799 5/01/99 5 01 00. % TT>.IYTaurs T3I •;......... -��; EMPLOYMLipauY aCAWAccWfl i 100,000 Tim PROPTTTETORI „aa, s. Dl6EbZr;43OLCY LUT s 500,000 PARINEFISMEWUINE OTiiCF1iS ARE F]EXOL a DesEASE4EA ENWLDYW s 100,000 aT/EA Deocswnwu or- PROJECT: fPROJECT: FIRE STATIONS #7 & #8 FAX: 1-305-575-5290 MIAMI FIRE RESCUE SUPPORT SERVICES ATTN: MARK WALLACE 1151 NW 7TH STREET MIAMI FL 33136 6=11B ANY OF TTIE ABOVE MCNEW PCUCM = emmoNUUM B®rom Tw ZZMATOM DATE TI W TMT; MUM COMPANY NAL EMU= To YAM 10 DAT! WWI I TO Im CETITMIT:ATE "CL am MUM TO THE U:rr. BUr FMMM TO MM SMX NUM OWL MWOM NO ORIOATION OR IIANUTY OF ANY KW UPON T1TB COWW Y, 11s ACBs M DR RESRsasaTrATTYEs. AVINDrAM NPFJMIrATIYE _ CF -A...... "mac X. KWAW M 0 0� 134 08/10/99 TUE 10:1'1 FAX 0 004/005 Proposal and Contract MURTON ROOFING CORPORATION 7860 NW 67 Street, Miami, Florida 33166 Telephone: (305)592-5385 Fax: (305)592-6721 OWNER'S NAME: Miami Dade Fire. Dept JOB NAME: Fire Station #0 ADDRESS: JOB ADDRESS:.: Beacon Blvd., Miami CITY/STATE: OWNER'S REP.: Mr. Mark Wallace TAX FOLIO NUMBER: Murton Roofing Corporation, a Florida licensed contractor. (Florida License No. CC CO2W3) proposes to the'owner to, perform in a workmanlike manner the roofing construction work described below under Specifications for the Owner at the above referenced building. 1 SPECIFICATIONS: Please See Page 2. TOTAL LABOR AND MATERIAL FOR THE ABOVE ............. ........ . . ...$ 84,150.00 2. CONTRACT PRICE: Murton proposed to, perform the work in accordance with the above specifications for the "Cash .Price" sum of Eighty Four Thousand One Hundred Fifty Dollars. If. Contractor incurs any expenses in .collecting money due under this contract, Owner shall reimburse Contractor4or all such expenses, including reasonable attorney's fees. Contractor is entitled to interest, at the rate of 1.5% per month on all amounts not paid when due. 3. TERMS AND CONDITIONS: The terms and conditions set forth herein and on the reverse side are part of this Proposal and Contract. 4. CONTRACTOR'S RIGHT TO RESCIND: Contractor reserves the right to withdraw or revise this Proposal until such time. as Owner communicates his acceptance to Contractor. This proposal may be withdrawn after communication of acceptance where an inadvertent error by Contractor has occurred. This Proposal expires thirty (30) days after the date stated above if not earlier accepted, revised or withdrawn. S. ACCEPTANCE: Acceptance of this Proposal by Owner shall be acceptance of all., terms and conditionsrecited herein. Upon acceptance, this Proposal shall become a binding contract between Contractor and the Owner. This Proposal and the plans, specifications and other documents, if any, referenced in this proposal shall constitute the entire agreement between the parties. Respectfully Submitted, MURTON ROOFING CORPORATION By: Title: Accepted by, By: Title:.. 08/10/99 TUE 10:10 FAX 111002/005 Proposal and Contract MURTON ROOFING CORPORATION 7860 NW 67 Street, Miami, Florida 33166 Telephone: (305)592-5385 Fax: (305)592-6721 OWNER'S NAME: Miami Dade Fire Dept JOB NAME: Fire Station #7 ADDRESS: JOB ADDRESS: Oak Ave, Coconut Grove CITY/STATE: OWNER'S REP.: Mr. Mark Wallace TAX FOLIO PLUMBER: Murton Roofing Corporation, a Florida licensed contractor (Florida License No. CC CO26463) proposes to the Owner to perform in a workmanlike manner the roofing construction work described below under Specimens for the Owner at the above referenced building. 1. SPECIFICATIONS: Please See Page 2. •tRM4r 4*N•A'Y'AMtlA TOTAL LABOR AND MATERIAL FOR THE ABOVE ........................$ 62,990.00 2. CONTRACT PRICE: Murton proposed to perform the work in accordance with the above specifications for the "Cash Price' sum of Sixty Two Thousand Nine Hundred Ninety Dollars. If Contractor incurs any expenses in collecting money due under this contract, Owner shall reimburse Contractor for all such expenses, including reasonable attorney's fees. Contractor Is entitled. to interest at the rate of 1.5% per month on all amounts not paid when due. 3. TERMS AND CONDITIONS: The terms and conditions set forth herein and on the reverse side are part of this Proposal and Contract. 4. CONTRACTOR'S RIGHT TO RESCIND: Contractor reserves the right to withdraw or revise this Proposal until such time as Owner communicates his acceptance to Contractor. This proposal may be withdrawn after communication of acceptance where an inadvertent error by Contractor has occurred. This Proposal expires thirty (30) days after the date stated above if not earlier accepted, revised or withdrawn. S. ACCEPTANCE: Acceptance of this Proposal by Owner shall be acceptance of all terms and conditions recited herein. Upon acceptance, this Proposal shall become a binding contract between Contractor and the Owner. This Proposal and the plans, specifications and other documents, if any, referenced in this proposal shall constitute the entire agreement between the parties. Respectfully Submitted, MURTON ROOFING CORPORATION By: Title: Accepted by, By: Title: 00— 134 08/20/1999 10:36 GRI OF SOUTH FLORIDA 13055755290 NO.557 902 August 20, 19", Mr. M&k Wolosz 1151 NW 72 Street Miami, FL. 33136 RE: Fire Stations #7 and #8 Dear Mr. Wolosz, Thank you for inviting Gri to bid on the above referenced project. We propose to furnish all labor, material, and equipment necessary to perform the Mowing work: All work is based upon the Scope of work scut to Gri on August 19; 1999 1. Power vacuum a fisting gravel from roofs and cart away 2. Tear off existing roofing systeaas dawn to dank anti cart away. 3. Install one layer of 2.5" R= 18 polyisocyanurate rigid insulation felly adhered to a primed deck. 4. Install Sarnafii white single ply fully adhered roofing system in, accordance with Saruafil specificapoAs: . 5. Flash all walls, curbs, drains, and pcnetradous through roof in.acaordanm with Sarnafil details and specificapons . 6. Ynstall 'Sarnafa124 gauge White Clad metal at all cave conditions with a continuous clip in . a=rdance with Dade County Code. 7. Install Saraafil teamination bar, at vertical walls as required. GRI954-94249 Fax 954 842-4125 www.roote�.can : . GENERAL ROOFING INDUSTRIES. 951 S. ArWmn Avenue.•Pompano Beech, FL 330$9 Ft Lauderdale Tamps Orlando A &mw#WMwffAV Sarmkw Company � �= 134 08/20/1999 10:36 GRI OF SOUTH FLORIDA -> 13055755290 0 i Page 2 of 4 August 20, 1999 Mr. Wolosz RE: Firestations #7 and #8 8. Install Sarnafiil metal pitch pans and filler at areas necessary. NO.557 903 9. Install pressure treated wood blocking as required at new eave metal in accordance with Dade County Code. 10. Install .032 mill finished aluminum counterflashing at all vertical wall terminations over new termination bars. 11. Furnish Sarnafil 10 year NDL warranty and Gri warranty. 12. Provide all hoisting, permits, and barricades required to support the work. 13. Permit fees are included in proposal. 14. Attached pages 3 and 4 "terms and conditions" shall become a part of this proposal. 15. All rotted deck or other concealed conditions and or replacement are specifically excluded. 16. All mechanical, electrical, plumbing, shingle and file work is to be by owner. 17. Gri is an approved FP&L Vendor. If this project is acceptable to receive an FP&L rebate due to the It=18 insulation value, all credits issued by FP&L will be paid directly to owner by FP&L upon project completion and final FP&L inspection. Total Price (Tax Included) ............................... $150,572.00 GRI 954942.4449 Fax 954 -942.4125 wwwxoofers.com GENERAL ROOFING INDUSTRIES 951 S. Andrews Avenue, Pompano Beach, FL 33069 Ft Lauderdale Tampa Orlando A Cwenerar AooOing Services Company 00- 134 TYPE: Emergency .Purchase REASON: Fire stations 7 and 8 had several leaks with possible. attendant structural damage. The roofs have been patched several times, but age and deterioration mandated complete roof replacements. RECOMMENDATION: It is respectfully recommended that the City Commission, ratify, approve and confirm by a four/fifths , '(4/5th) affirmative vote, the City Manager's finding of an emergency action authorizing roof replacement at Fire Stations 7 in an amount not to exceed $56,000 and Fire Station 8 in an amount not to exceed. $39,000, (which includes'.a contingency fee of $6,375) from Trans Coastal Construction Company for a total amount not to exceed $95,000. Funds are allocated from Account Code Nos. 313018.289301.6.860 ($56,000), funded by Fire Bonds, and . 313302.289401.6.860 ($39;000) funded by the. Fire Assessment. Direc rcha ing Dat AwardRati6Emr