Loading...
HomeMy Public PortalAbout20-9792 Roofing Repair for the Public Works Fleet Management FacilitySponsored by: City Manager RESOLUTION NO. 20-9792 A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF OPA-LOCKA, FLORIDA, AUTHORIZING THE CITY MANAGER TO PIGGYBACK REGION 4 ESC/ NATIONAL INTERGOVERNMENTAL PURCHASING ALLIANCE (NATIONAL IPA) AND RL NATIONAL ROOFING PARTNERS, LLC (D/B/A NATIONAL ROOFING PARTNERS `NRP') NOW OMNIA PARTNERS CONTRACT #180901-FL-015 FOR QUALIFIED PROFESSIONAL SERVICES FOR ROOFING REPAIR RELATING TO THE PUBLIC WORKS FLEET MANAGEMENT FACILITY TO BE PERFORMED BY PROVINCIAL SOUTH, INC. (PSI ROOFING) IN AN AMOUNT NOT TO EXCEED FORTY-ONE THOUSAND, SIX -HUNDRED TWENTY-FIVE DOLLARS AND TWENTY-FIVE CENTS ($41,625.25); PROVIDING FOR INCORPORATION OF RECITALS; PROVIDING FOR AN EFFECTIVE DATE. WHEREAS, the City of Opa-Locka ("City") seeks to perform maintenance work at the Fleet Management Facility of Public Works, located at 12950 NW 42nd Avenue, Opa-Locka, FL 33054; and WHEREAS, National Intergovernmental Purchasing Alliance ("National IPA") (now OMNIA Partners) is "the nation's largest and most experienced cooperative purchasing organization for the public sector". Their purchasing power and suppliers have produced an extensive portfolio of cooperative contracts and partnerships, making OMNIA Partners "the most valued and trusted resource for organizations nationwide"; and WHEREAS, all contracts in National IPA's portfolio are competitively solicited and publicly awarded by a lead agency (government entity/educational institution), using a competitive solicitation process consistent with applicable procurement laws and regulations. Region 4 Education Service Center ("Region 4 ESC"), one of National IPA's lead agencies, was established in 1967 by the State of Texas under Chapter 8 of the Texas Education Code; and Resolution No. 20-9792 WHEREAS, Region 4 Education Service Center/National IPA considered the bid submitted by RL National Roofing Partners, LLC dba National Roofing Partners ("NRP") ("Contractor") on July 26, 2018 in response to its RFP# 18-09; and WHEREAS, the Region 4 Education Service Center has awarded NRP a contract (Contract #R180901) to provide a wide range of roofing products, services and job - order -contracting (JOC). The agreement is available to thousands of government agencies nationwide through OMNIA/ National IPA Partners; and WHEREAS, on September 6, 2018, National IPA awarded NRP a contract for roofing products, services, and job -order -contracting services (attached hereto as Exhibit "A"). The contract became effective March 1, 2019 and will expire on February 28, 2021, with the ability to renew; and WHEREAS, this current proposed project with Contractor NRP, attached hereto as Exhibit "B", will allow the City to remove the existing (14) skylights and curbs, repair the structural decking and repair the roofing system. National Roofing Partners (NRP) and its local partner, PSI Roofing, Inc. have developed the pricing proposal for the Fleet Management Facility- Skylight Removal project; and WHEREAS, pursuant to Section 2-318 (3) of the City's Purchasing Code allows for purchases and acquisitions under contracts of the federal government, the State of Florida or its political subdivisions and also municipal co-operative purchasing organizations and programs. The City Manager has determined that the prices of the original contract are competitive and reasonable; and WHEREAS, the City Commission finds that it is in the best interest of the City to piggyback on the Region 4 Education Service Center/ National IPA contract with RL National Roofing Partners, LLC d/ b/ a National Roofing Partners (NRP), in order to benefit from already negotiated rates and enter into an agreement with local provider Provincial South Inc. (PSI Roofing), to remove the existing (14) skylights and curbs, repair the structural decking and repair the roofing system, in an amount not to exceed Forty One Thousand Six Hundred Twenty Five Dollars and Twenty Five Cents ($41,625.25). NOW, THEREFORE, BE IT DULY RESOLVED BY THE CITY COMMISSION OF THE CITY OF OPA-LOCKA, FLORIDA: Section 1. Adoption of Representations. The above recitals are true and correct and are incorporated into this Resolution by reference. 2 Resolution No. 20-9792 Section 2. Authorization. The City Commission hereby authorizes the City Manager to piggyback the Region 4 ESC/ National Intergovernmental Purchasing Alliance (National IPA) And RL National Roofing Partners, LLC (d/b/a National Roofing Partners (NRP), now Omnia Partners Contract #180901-F1-015 for qualified professional services to be provided by Provincial South Inc. (PSI Roofing), for roofing repair for the Fleet Management Facility of Public Works in an amount not to exceed Forty -One Thousand, Six -Hundred Twenty -Five Dollars And Twenty -Five (S41,625.25) Section 3. Scrivener's Errors. Sections of this Resolution may be renumbered or re - lettered and corrections of typographical errors which do not affect the intent may be authorized by the City Manager, or the City Manager's designee, without need of public hearing, by filing a corrected copy of same with the City Clerk. Section 5. Effective Date. This Resolution shall take effect immediately upon adoption and is subject to the approval of the Governor or his designee. PASSED and ADOPTED this 20th day of August, 2020. EST: 1A„ a Flores, City Clerk Moved by: COMMISSIONER BURKE Seconded by: COMMISSIONER BASS 3 Matthew A. Pigatt, Mayor APPROVED AS TO FORM AND LEGAL SUFFICIENCY: Laii/et rsq rot- Burnadette Norris- eeks, P.A. City Attorney Resolution No. 20-9792 VOTE: 5-0 Commissioner Bass YES Commissioner Burke YES Commissioner Kelley YES Vice -Mayor Davis YES Mayor Pigatt YES 4 City of Opa-Locka Agenda Cover Memo Department Director: Airia Austin Department Director Signature: cji ' . City Manager: John E. Pate CM Signature: 9eie.C-P- Commission Meeting Date: 08/20/2020 Item Type: (EnterX in box) Resolution 0 dinance Other X Fiscal Impact: (EnterX in box) Yes No Ordinance Reading: (Enter X in box) 1st Reading 2nd Reading x $41,625.25 Public Hearing: (Enter X in box) Yes No Yes No x x Funding Source: Account# : 001-39- 541461 (Enter Fund & Dept) Ex: PW- Building Maintenace Advertising Requirement: (Enter X in box) Yes No x Contract/P.O. Required: (Enter X in box) Yes No RFP/RFQ/Bid#: x Strategic Plan Related (Enter X in box) Yes No Strategic Plan Priority Enhance Organizational Bus. & Economic Dev Public Safety Quality of Education Qual. of Life & City Communication Area: • Strategic Plan Obj./Strategy: (list the specific objective/strategy this item will address) x • 0 Image • • Sponsor Name City Manager Department: City Manager Short Title: Roofing Repair for the Fleet Management Facility of Public Works. Staff Summary: This request is to piggyback an existing contract with Region 4 Education Service Center/National IPA, for qualified professional services for roofing repair for the Fleet Management Facility of Public Works. The scope of this project includes removal of the existing 14 skylights and curbs, repair the structural decking and repair the roofing system. Sec. 2-318. Exceptions to competitive procurement requirement. The following are exempt from the requirements of formal competitive procurement: (3) Purchases and acquisitions under contracts of the federal government, the State of Florida or its political subdivisions and also municipal co-operative purchasing organizations and programs. Purchases of supplies or contractual services under the provisions of local, state, and federal purchasing contracts as well as municipal co-operative purchasing organizations and programs shall be exempt from the competitive procurement requirements, provided that the following criteria are all satisfied: a. The terms and conditions of the original contract by federal, state, local government or municipal co-operative purchasing organization or program are satisfactory to the city and such terms and conditions are extended to other governmental bodies. b. The original contract by the federal, state, local government or municipal co-operative purchasing organization or program for supplies purchases or procurement of contractual services is current and in effect at the time of the proposed purchase of supplies or services by the city. c. The City Manager has determined that the prices of the original contract are competitive and reasonable. d. The City Commission must authorize such procurement when the cost of the supplies or contractual services exceeds twenty-five thousand dollars ($25,000.00). Financial Impact Account Description Available Project Remaining Balance 39-541461 Building Repair & Maintenance $52,440.13 $41,625.25 $10,814.88 Proposed Action: Staff recommends approval of this resolution. Attachment: 1. Agenda Cover Memo 2. Proposal from National Roofing Partners (NRP)/PSI Roofing 3. Piggyback existing Award and contract price with Region 4 Education Service Center/National IPA 4. Executive Summary National Roofing Partners 5. Oridinance 2020-07 - Purchasing 6. Proposed Contract Agreement between the City and PSI Roofing, Inc June 29, 2020 Airia Austin City of Opa-Locka 780 Fisherman Street, 4th Floor Miami, FL 33054 Re: Fleet Management Facility- Skylight Removal, 12950 NW 42nd Avenue, Opa Locka, FL 33054 NRP CPN#: 180901-FL-015 Ms. Austin: National Roofing Partners (NRP) and its local partner, PSI Roofing, Inc. have developed the following pricing proposal for the Fleet Management Facility- Skylight Removal project. This pricing proposal was developed in compliance with NRP's contract number 180901 with OMNIA Partners and includes the total cost to remove the existing (14) skylights and curbs, repair the structural decking and repair the roofing system. Attached is the Proposal & Scope of Work and OMNIA Partners Line Item Estimate which defines the work that PSI Roofing, Inc. proposes to complete. Based on this scope of work, pricing to complete the Fleet Management Facility- Skylight Removal project is $41,62525. This pricing is compliant with the OMNIA Partners' unit pricing. All material is guaranteed to be as specified. All work will be completed in a workmanlike manner according to standard roofing practices and in accordance with manufacturers specifications. If this proposal is accepted, please see instructions for purchase order: 1. The purchase order will be with PSI Roofing, Inc. 2. The purchase order should be clearly marked "Per OMNIA Partners Contract #180901-FL-015" 3. E-mail the purchase order and tax-exempt certificate, if applicable, in PDF format to: a. PSI Roofing, Inc. AGleiser@PSI-Roofing.com b. Cc:OMNIAPartners@NationalRoofingPartners.com 4. Once we receive a P.O., a notice to proceed will be issued and work can begin at the member's discretion. If you have any questions or need additional information, please contact our office. Best Regards, Amanda Gleiser PSI Roofing, Inc. 792 NE 45th Street Oakland Park, FL 33334 Enclosures: 1) Line Item Estimate NRP NATIONAL ROOFING PARTNERS June 29, 2020 Project Name: City of Opa Locka- Fleet Management Facility - Skylight Removal Project Address: 12950 NW 42nd Avenue Opa Locka, FL 66035 NRP LINE ITEM PRICE ESTIMATE OMNIA Contract No. 180901 NRP CPN No. 180901-FL-015 Scope of Work 1. Remove 14 skylights and their curbs. 2. Install a 16 ga. 6" x 1-1/2" x 6" Z mount to the 4 sides of the resulting opening. 3. Inlay 22 gauge B Deck and fasten to the Z mount. 4. Infill sufficient polyiso and cover board to a thickness flush to the existing roof. 5. Install one ply of modified base sheet to the cover board and carry the ply 6" beyond the area of repair. 6. Install one ply of modified cap sheet over the previous ply and carry the cap an additional 6" beyond the outside edge of the repair. 7. Haul away all trash and dispose of it at a proper dumping facility. 8. The Owner is to receive a One Year PSI Roofing Superior Guarantee for Workmanship. Detailed Line Item Breakdown Item No. I Description UOM Price Qty Total Water Resistant Roofing - $ - Insulation $ - Roof Tiles and Shingles - $ - Roofing and Roof Restoration - $ - Masonry $ Metal Work - $ - Woodwork - $ Standing Seam Metal Roof System - $ - Roof Specialties and Accessories $ - Roof Services 48a Additional and occasional services Roofing supplies Discount off Retail % of Discount 5% $ 5,217.32 $ 4,956.45 $ 56 Labor Rate for Roofer Per Hour 93.60 350 $ 32,760.00 General Cost Factors - $ - Additional Line Items 19-42 Equipment; fork lift % 25% $ 1,500.00 $ 1,875.00 Dumpster and Portable Toilet - $ - 19-45 Equipment; other % 25% $ 1,705.00 $ 2,131.25 19-46 Multiplier; project safety and fall restriction % 7% $ 41,722.70 $ 2,920.59 Grand Total $ 44,643.29 -Purchase Order will be issued to PSI Roofing, Inc. -Purchase Order should be clearly marked "Per OMNIA Partners Contract #180901-FL-015" -E-mail the Purchase Order and tax-exempt certificate, if applicable, in PDF format to: Amanda Gleiser - Agleiser@PSI-Roofing.com CC: OMNIAPartners@NationalRoofingPartners.com Discount to Member 3,018.04 Proposed Price $ 41,625.25 Roofing Products, Services, and Job -Order -Contracting Services Solicitation No. 18-09 National Roofing Partners 'Superior Service, National Coverage, Single Source" Tab 3 — Company Profile (Appendix F) As an organization, the combined number of sales persons employed by NRP and its partners exceed 150. NRP has a direct sales team of 4 individuals that work with our Partner Sales Representatives across the country. 6. List the number and location of offices, or service centers for all states being offered in solicitation. Additionally, list the names of key contacts at each location with title, address, phone and e-mail address. National Roofing Partners' has sales personnel nationally. The key location and key contacts are provided in Table 3-1. Table 3-1. Number and location of offices or service centers. Number 1 NRP Office/Service Location Address 3790 Schacht St City Fairbanks State AK Interior Alaska Roofing, Inc 2 Consolidated Enterprises 688 E 81st Avenue Anchorage AK 3 'Weatherguard INC On File AK 4 Ben Hill Roofing On File AL 5 Maxwell Roofing & Sheet Metal, Inc. 1226 Putman Dr NW Huntsville AL 6 Harness Roofing On File AL 7 Hayden Building On File AL 8 Thomas Roofing 550 St. Michael Mobile AL 9 Ben Hill Roofing On File AR 10 MidArk Roofing PO Box 983 Mabelvale AR 11 National Roofing Partners On File AR 12 Harness Roofing 415 S. Main Harrison AR 13 Best Contracting On File AZ 14 Diversified 2015 W Mountain View Rd Phoenix AZ 15 Diversified Roofing On File AZ 16 Star Roofing 9201 N. 9th Ave. Phoenix AZ 17 Star Roofing On File AZ 18 Kodiak 1905 Aviation Blvd Lincoln CA 19 Best Contracting Services, Inc. (Union/Nonl 19027 S. Hamilton Ave. Gardena CA 20 OM Roofing. Inc 18000 Studebaker Rd Ste 700 Cerritos CA 21 Divereified Roofing On File CA 22 Summit Roofing Services 705 Industrial Park Drive Manteca CA 23 Douglass Colony 5901 E. 58th Ave. Commerce City CO 24 Greenwood Industries On File CT 25 Hayden Building On File CT 26 Houck & Co On File DE 27 J. Register Company 4265 Eldridge Loop Orange Park FL 28 Advantage Roofing and Restoration 2480 NW 17th Lane, Unit 2 Pompano Beach FL 29 Kelly Roofing (Service Only. See comment) 9930 Channel 30 Drive Bonita Springs FL 30 Ben Hill Roofing On File FL 31 Crowther Roofing 2543 Rock Fill Rd. Fort Myers FL 32 PSI Roofing 792 Northeast 45th St. Oakland Park FL 33 Roofed Right On File FL 34 Diversified Roofing Soluhons 1194 Old Dixie Highway Lake Park FL 35 Springer -Peterson Roofing & Sheet Metal 4410 Main Ave. Lake Land FL 36 Harness Roofing On File FL 37 The Roof Depot On File FL 38 Harrell Roofing 3125 W. Tharp St. Tallahassee FL 39 Ben Hill Roofing 6811 W Bankhead Highway Douglasville GA www.nationalroofingpartners.com Page 3 - 03 State FL State Multiplier 1.04 Number Description of Cost Factors Water Resistant Roofing Unit of Measure Offeror% Bid 1 Pressure cleaning, vertical walls SF $0.15 2 Pressure cleaning, horizontal surfaces SF $0.31 3 Roof scanning to identify wet or substandard room components to be removed SF $0.03 4 Asphalt emulsion coating, waterproofing, brush applied, per coat SF $0.32 5 Rubberized coating waterproofing, brush applied, per coat SF $0.40 6 Vinyl/acrylic resin, dampproofing, brush applied per coat. SF $0.65 7 Non -pigmented synthetic resin, waterproofing, one coat sprayed on SF $0.36 8 Caulking: remove existing, clean and prime joint LF $0.37 9 Caulking, epoxied urethane compound, 2 component, 1/4" x 1/4", in place LF $1.02 10 Caulking, polyurethane, 1 component, 1/4" x 1/4", in place LF $1.09 11 Caulking, polyurethane, 1 component, 1/2" x 1/2", in place LF $2.36 12 Caulking, silicone rubber, 1 component, 1/4" x 1/4", in place LF $0.90 13 Caulking, epoxied urethane compound, 2 component, 1/4" x 1/4", in place LF $1.81 14 Caulking, silicone rubber, 1 component, 3/4" x 3/8", in place LF $1.29 15 Backer rod, polyethylene, 3/8" diameter, installed in prepared opening LF $0.20 16 Backer rod, polyethylene, 1/2" diameter, installed in prepared opening LF $0.32 17 Backer rod, polyethylene, 3/4" diameter, installed in prepared opening LF $0.35 18 Backer rod, polyethylene, 1" diameter, installed in prepared opening LF $0.41 19 Building paper, asphalt felt sheathing paper, 1 ply, 15#, in place SF $0.19 20 Building paper, asphalt felt sheathing paper, 1 ply, 40#, in place SF $0.16 21 Building paper, red rosin paper, 5 square rolls, 4#, in place SF $0.11 22 Vapor retarder adhered, 2 ply inorganic, glass Type 15, applied in Type IV (or appropriate type) asphalt, in place SF $0.43 23 Vapor retarder, 2 ply organic, Type 15 pound, applied in Type IV asphalt (or appropriate type), in place SF $0.42 24 Vapor retarder; 2-ply inorganic, glass, Type IV, applied in cold adhesive to 4' x 8' x 1/4" glass -mat embedded, water resistant gypsum core panel mechanically fastened SF $0.88 Insulation 1 Demolition of roof insulation, per inch of depth SF $0.50 2 Demolition of lightweight cementitious fills, per inch of depth SF $0.27 3 Roof deck insulation, lsocyanurate in 4' x 4' or 4' x 8' sheets with fiberglass facers, 1" thick, R-6.6, applied Type IV asphalt 3a Hot applications SF $0.67 Number Description of Cost Factors Cold applications Unit of Measure SF Offeror's Bid $0.77 3b 4 Roof deck insulation, Isocyanurate in 4' x 4' or 4' x 8' sheets with fiberglass facers, 1 1/2" thick, R-10.0, applied Type IV asphalt ; 4a Hot applications SF $0.79 4b Cold applications SF $0.99 5 Roof deck insulation, Isocyanurate in 4' x 4' or 4' x 8' sheets, 1" thick, R-6.6, mechanically fastened SF $0.79 6 Roof deck insulation, Isocyanurate in 4' x 4' or 4' x 8' sheets with fiberglass facers, 1 1/2" thick, R-10.0, mechanically fastened SF $1.28 7 Roof deck insulation, fiberboard in 4' x 4' sheets, 1/2" thick, R-1.39, applied Type IV asphalt 7a Hot applications SF $0.69 7b Cold applications SF $0.79 8 Roof deck insulation, fiberboard in 4' x 8' sheets, 25/32" thick, R- 2.4, installed hot/cold or mechanically attached coated six sides 8a Hot applications SF $0.59 8b Cold applications SF $0.73 8c Mechanically attached SF $0.65 9 Roof deck insulation, fiberboard in 4' x 4', 1" thick, R-2.78, applied Type IV asphalt (or appropriate as- phalt), coated six sides 9a Hot applications SF $0.57 9b Cold applications SF $0.79 10 Roof deck insulation, fiberboard in 4' x 4' sheets, 1/2" thick, R-1.39, mechanically fastened, coated six sides SF $0.71 11 Roof deck insulation, fiberboard in 4' x 4', 1" thick, R-2.78, mechanically fastened, coated six sides SF $0.60 12 Roof deck insulation, lightweight cellular wire rein- forced concrete fill, R- value depending on thickness, per inch of depth SF $0.54 13 Roof deck insulation, vermiculite at 1/8:12, R-value depending on thickness, per inch of depth SF $2.09 14 Roof deck insulation, vermiculite at 1/4:12, R-value depending on thickness, per inch of depth SF $2.61 15 Roof deck insulation, gypsum panels, 3" thick SF $4.25 16 Roof deck insulation, Isocyanurate (black facer only), tapered, 1/8" per foot slope, Type IV asphalt, per inch of depth SF $1.06 17 Roof deck insulation, Isocyanurate (black facer only), tapered, 1/4" per foot slope, Type IV asphalt, per inch of depth SF $1.21 18 Cold insulation adhesive SF $0.75 19 CDX Gypsum, 1/4" x 4' x 8' 19a Mechanically attached SF $0.80 19b Set into adhesive SF $1.30 20 CDX Gypsum, 1/2" x 4' x 8' 20a Mechanically attached SF $1.03 20b Set into adhesive SF $1.60 21 CDX Gypsum with fiberglass, facer: 1/4" x 4' x 8' 21a Mechanically attached SF $0.51 21b Set into adhesive SF $0.80 22 CDX Gypsum with fiberglass facer: 1/2" x 4' x 8' 22a Mechanically attached SF $0.64 Number Description of Cost Factors Unit of Measure Offeror's Bid 22b Set into adhesive Roof Tiles and Shingles SF $0.91 1 Remove composition shingles and felts to decking SF $0.51 2 Test for asbestos prior to removal SF $0.08 3 Remove clay, concrete, or slate roof tiles to decking SF $0.74 4 Remove wood shingles and felts to decking SF $0.40 5 Shingles, fiberglass, Class A, 25-year strip shingles, slopes 3:12 or greater SF $1.90 6 Shingles, fiberglass, Class A, 30-year, premium lami- nated multilayered SF $2.10 7a Replace clay or concrete roof tiles Each $13.95 7b Replace/repair other shingles Each $7.95 8 Self -adhering ice and water shield membrane for shingles, tiles, metal waterways, penetrations, valleys, ridges, edges, etc. SF $1.80 Roofing and Roof Restoration 1 Remove built-up roof, multi -ply aggregate, non-asbes- tos, 1" thick or less SF $0.83 2 Remove single -ply roof: ballast, and membrane only SF $1.01 3 Remove single -ply roof, membrane partially or fully adhered SF $1.01 4 Remove single -ply roof, membrane mechanically attached SF $1.15 5 Remove copper sheet roofing SF $0.38 6 Base sheet, 3-ply fiberglass, Type IV (or appropriate type) asphalt (17 year roof) SF $1.81 7 Base sheet, 4-ply fiberglass, mechanically attached (17-year roof) SF $1.71 8 Fiberglass cap finishing membrane SF $0.71 9 Base sheet with 2 ply, fiberglass felts, Type IV asphalt (or appropriate type) SF $1.64 10 Base sheet with 3 ply, fiberglass felts, Type IV asphalt (or appropriate type) SF $1.77 11 Base sheet mechanically attached with 4 ply, Type VI fiberglass felts, Type IV (or appropriate type) asphalt SF $1.78 12" Nail base sheet, 3 ply Type VI fiberglass felts, fiber- glass cap, Type IV (or appropriate type) asphalt. SF $1.74 13 Base sheet with 4 ply; 2 polyester and 2 fiberglass felts, Type IV (or appropriate type) asphalt (20 year roof) SF $1.83 14 Built-up roof, base sheet with 3 ply polyester roofing sheet, Type IV (or appropriate type) asphalt (20 year roof) SF $1.60 15 Built-up roof, base sheet with 3 ply Type GS fiber- glass, cold process adhesive (20 year roof) SF $2.74 16 Built-up roof base sheet plus 4 ply Type G2 fiberglass, cold process adhesive (30 year roof) SF $2.75 17 Built-up roof, base sheet, 1 ply Type VI fiberglass, 1 ply modified bitumen sheet, fire rated, Type IV asphalt (15 year roof) SF $3.45 18 Built-up roof, base sheet, 2 ply polyester roofing sheet, 1 ply modified bitumen sheet, fire rated, Type IV asphalt (or appropriate type) (20 year roof) SF $0.55 19 Built-up roof, base sheet, G-2, 33 lb., mechanically attached SF $0.55 20 Built-up roof, base sheet, G-2, 33 lb., Type IV asphalt SF $0.61 Number Description of Cost Factors Built-up roof, premium asphalt, added cost per ply per square foot Unit of Measure SF Offeror's Bid $0.11 21 22 Built-up roof, modified bitumen adhesive, added cost per ply per square foot SF $0.19 23 Built-up roof, surface with cold asphaltic surfacing adhesive and gravel SF $1.48 24 Built-up roof, surface with emulsion and granules SF $0.99 25 Built-up roof, surface with emulsion and aluminum coating SF $1.06 26 Built-up roof, surface with emulsion and white elasto- meric coating SF $1.11 27 Built-up roof, surface with aluminum coating or paint SF $0.88 28 Built-up roofing, surface with high solids white elasto- meric coating SF $2.78 29 Built-up roofing repairs; fibered asphalt mastic, brush grade, with fiberglass mesh. SF $2.72 30 Built-up roofing repairs; pitch -based mastic, with fiberglass mesh SF $2.72 31 Built-up roofing repairs; elastomeric mastic, with fiberglass mesh SF $3.71 32 Built-up roofing restoration, coal tar pitch roofs SF $0.89 33 Built-up roofing restoration, odorless, coal tar pitch or asphalt roofs SF $0.92 34 Single -ply roof, CSPE, 45 mils reinforced, asbestos free, mechanically fastened SF $2.18 35 Single -ply roof, CSPE, 60 mils reinforced, asbestos free, mechanically fastened SF $2.45 36 Single -ply roofing repairs (CSPE, PVC, and EPDM) 36a CSPE SF $2.15 36b PVC SF $2.15 36c EPDM SF $1.91 37 Flashing membrane, 2 ply, Type IV or Type VI fiber- glass SF $1.23 38 Flashing membrane, 1 ply polyester and 1 ply modified bitumen SF $2.47 39 Flashing membrane, 2 ply, polyester SF $1.23 40 Flashing membrane, CSPE SF $1.45 41 Flashing membrane, CSPE with aluminum coating SF $1.73 42 Polyurethane foam roofing SF $3.30 43 Additional Polyurethane foam coating SF $2.21 44 Single -ply roof, EDPM, 45 mils reinforced, mechani- cally fastened SF $2.29 45 Single -ply roof, EDPM, 60 mils fully adhered SF $2.69 46 Built-up roof, base sheet with 3 ply trilaminate ply, cold process adhesive (25 year roof) SF $2.74 47 Built-up roof, surface with premium asphalt, and gravel. SF $0.48 48 Built-up roof, surface with Fire Retardant Aluminum coating or paint, single coat SF $0.88 49 Modified Bitumen roof, base sheet, cap sheet, cold Modified Bitumen Adhesive SF $3.59 50 Built-up roof, 3 ply fiberglass felts, Type IV asphalt SF $2.09 51 Single ply Roof, 45 mils fully adhered with bonding adhesive SF $3.84 52 Single ply roof, TPA Fleece Back, 45 mils fully ad- hered with hot asphalt SF $3.84 53 Single ply roof, 45 mils mechanically attached SF $3.01 Number Description of Cost Factors Unit of Measure Offeror's Bid 54 Base sheet mechanically attached with 3 ply fiber- glass felts, Type 1 - Coal Tar Pitch SF $1.78 55 Base sheet mechanically attached with 3 ply Organic felts, Type 1 - Coal Tar Pitch SF $1.82 56 Built-up roof, 4 ply Fiberglass felts, Type 1 Coal Tar Pitch SF $1.88 57 Build-up roof, 4 ply Organic felts, Type 1 Coal Tar Pitch SF $1.88 58 Built-up roof, surface with hot Coal Tar Pitch and gravel SF $1.58 59 Single ply repairs using 2 coat polyurethane, elasto- meric coating system SF $3.39 60 Single ply repairs at laps or defects using 2 coats elastomeric coating system with reinforcement SF $3.63 61 Single ply roof, TPA fleece back, 60 mils fully adhered with hot asphalt SF $4.54 62 Single ply roof 60 mils fully adhered with bonding adhesive SF $4.54 63 Built-up roof, 1 ply Trilaminate, 1 ply Modified Bitumen Sheet, fire rated Masonry SF $2.01 1 Brick, remove and reset, 1 to 50 sq ft SF $21.79 2 Brick, remove and reset, over 50 sq ft SF $17.61 3 Block, remove and reset SF $18.35 4 Coping stones, remove and reset Each $42.99 5 Brick, block or coping removal Each $17.19 6 Brick, block and brick exterior wall maintenance, repair and application of protective coatings. 6a Selective Demolition of Concrete Block Masonry Units (CMU) with perimeter saw cutting- swingstage 4", 6" and 8" block (high-rise) Each $10.52 6b Selective Demolition of Brick Masonry Units with pe- rimeter saw cutting - swingstage one, two, and three wythe (high-rise) SF $37.75 6c Selective Demolition of Brick Masonry Units with perimeter saw cutting - scaffolding one, two and three wythe (low-rise) SF $26.81 7 Selective Demolition of Mortar Joint with Perimeter Sawcutting - Swingstage (high-rise) SF $4.85 7a Removal of existing mortar (A" wide by %" depth) 7b "Removal of existing mortar ('/," wide by %" depth)" SF $6.08 7c Removal of existing mortar ('/:" wide by 1%" depth) SF $6.68 7d Removal of existing mortar (%" wide by 1%" depth) SF $8.51 8 Selective Demolition of Mortar Joint with Perimeter Sawcutting - Scaffolding (low-rise) 8a Removal of existing mortar ('A" wide by %" depth) SF $3.63 8b "Removal of existing mortar (%" wide by ' " depth)" SF $4.85 8c Removal of existing mortar ('h" wide by 1'/" depth) SF $5.75 8d Removal of existing mortar (%" by 1%' depth) SF $7.59 9 New Pointing Work - Swingstage (high- rise) 9a Furnish and install new mortar (A" wide by %" depth) SF $7.29 9b Furnish and install new mortar (%" wide by %" depth) SF $8.27 9c Furnish and install new mortar (A" wide by 1 A" depth) SF $8.02 9d Furnish and install new mortar (%" wide by 1 %" depth) SF $9.49 Number Description of Cost Factors Unit of Measure Offeror's Bid 10 New Pointing Work - Scaffolding (low- rise) 10a Furnish and install new mortar ('/d" wide by %" depth) SF $5.83 10b Furnish and install new mortar ('/," wide by'/." depth) SF $6.56 10c Furnish and install new mortar (%" wide by 1 '/" depth) SF $6.79 10d Furnish and install new mortar (' " wide by 1'A" depth) SF $7.79 11 Removal of Roof Parapets - Swingstage (high-rise) 11 a Removal of 3 wythe brick parapet wall (24" high) SF $61.51 11b Removal of 3 wythe brick parapet wall (42" high) SF $61.69 11c Removal of 2 wythe brick parapet wall (24" high) SF $51.51 11d Removal of 3 wythe brick parapet wall (42" high) SF $54.15 12 Removal of Roof Parapets - Scaffolding (low-rise) 12a Removal of 3 wythe brick parapet wall (24" high) SF $41.51 12b Removal of 3 wythe brick parapet wall (42" high) SF $42.85 12c Removal of 2 wythe brick parapet wall (24" high) SF $35.01 12d Removal of 3 wythe brick parapet wall (42" high) SF $39.99 13 Reconstruction of Brick Masonry Roof Parapets - Swingstage (high rise) 13a New brick masonry parapet w/stone coping and flash- ings (3 wythe - 24" high) SF $181.51 13b New brick masonry parapet w/stone coping and flash- ings (3 wythe - 42" high) SF $131.01 13c New brick masonry parapet w/stone coping and flash- ings (2 wythe - 24" high) SF $134.99 13d New brick masonry parapet w/stone coping and flash- ings (2 wythe - 42" high) SF $96.01 14 Reconstruction of Brick Masonry Roof Parapets - Scaffolding (low- rise) 14a New brick masonry parapet w/stone coping and flash- ings (3 wythe - 24" high) SF $115.99 14b b) New brick masonry parapet w/stone coping and flashings (3 wythe - 42" high) SF $89.99 14c c) New brick masonry parapet w/stone coping and flashings (2 wythe - 24" high) SF $82.99 14d d) New brick masonry parapet w/stone coping and flashings (2 wythe - 42" high) SF $68.99 15 New Throughwall Flashings - Swingstage (high-rise) 15a Removal of 4 courses 1 wythe brick wall w/Temporary Shoring SF $95.95 15b Removal and replacement of steel lintel SF $47.95 15c Furnish and install new flashings (Bituthane) SF $14.95 15d Furnish and install new flashings (Lead coated copper) SF $26.95 15e Parging and waterproofing of back-up wall SF $20.95 16 New Throughwall Flashings - Scaffolding (low-rise) 16a Removal of 4 courses 1 wythe brick wall w/Temporary Shoring SF $76.95 16b Removal and replacement of steel lintel SF $44.95 16c Furnish and install new flashings (Bituthane) SF $11.95 16d Furnish and install new flashings (Lead coated copper) SF $23.95 16e Parging and waterproofing of back-up wall SF $16.99 17 Brick Masonry/Stone Stabilization SF $20.99 17a Drilling and installation of new friction pins with mortar cap 17b Drilling and installation of new friction pins for lime stone with mortar cap Description of Cost Factors Limestone Removal and Replacement. SF $32.95 Offeror's Bid Unit of Measure Number 18 18a Removal of existing deteriorated architectural lime- stone SF $74.99 18b Furnish and install new limestone replacement. SF $217.99 18c Replacement of stone with lightweight polymer resin to match SF $86.99 18d Minor patching of existing stone to match SF $138.99 19 Terra Cotta Removal and Replacement. SF $74.99 19a Removal of existing deteriorated architectural Terra Cotta 19b Furnish and install new Terra Cotta replacement. SF $241.99 19c Replacement of stone with lightweight polymer resin to match SF $87.05 19d Minor patching of existing stone to match SF $139.95 20 Roof Coping Stones. 20a Removal of existing roof coping stones (16 inches) SF $62.55 20b Removal and parging of existing substrate SF $16.99 20c Furnish and install new lead coated copper flashings SF $23.95 20d Drilling and epoxy grouting stainless steel pins SF $21.95 20e Reinstallation of existing stones with cleaning SF $43.95 20f Furnish and install new coping stones SF $99.95 20g Furnish and install new sealants between coping stones. SF $7.68 20h Cleaning and coating of existing stones. SF $7.98 21 CMU Backup Wall Repair and Waterproofing. 21a Replacement of Deteriorated CMU Back-up SF $50.95 21b Parging of CMU back-up wall SF $12.95 21c Waterproofing of back-up wall SF $6.95 22 Brick Masonry Piers 22a Isolated repair of existing masonry piers (removal and replacement) SF $136.95 22b Reconstruction of isolated areas of pier SF $122.95 22c Construction of new masonry piers. SF $98.95 23 Crack Repair 23a Drill and install new stainless steel pins. Each $21.95 23b Grouting of open cracks SF $14.95 23c Replacement of cracked bricks SF $29.95 24 Concrete Removal 24a Perimeter sawcutting SF $1.49 24b Removal of existing concrete (2" depth). SF $20.95 24c Removal of existing concrete (3.5" depth). SF $26.95 25 New Concrete and Coating 25a Placement of new high strength patching mortar (2" depth) SF $75.95 25b Placement of new high strength patching mortar (3.5" depth). SF $84.95 25c Cleaning and coating of concrete surface. SF $6.99 25d Sidewalk Bridging. SF $7.25 25e 26 Temporary Roof Protection Metal Work SF $1.50 26a Number Remove standard metal decking Description of Cost Factors Install metal decking; 1-1/2" deep, 20 gauge, standard profile SF Unit of Measure SF $1.91 Offeror's Bid $3.98 26b 27 Install steel plate, two sizes SF $3.71 27a 10 Gauge, standard application SF $1.88 27b Extra heavy-duty 1/4th inch SF $1.98 28 Remove metal counterflashing LF $1.78 28a Counterflashing, galvanized, 24 gauge, 6" width LF $3.45 28b Counterflashing, copper, 16 oz., 6" width LF $7.95 29 Remove metal edge, gravel stop, eave strip, or coping LF $1.48 29a Metal edge raised, galvanized steel fascia/eave drip; 6" face, hemmed, continuous cleat, 3" deck flange LF $4.92 29b Gravel stop, galvanized steel, 24 gauge, 6" face LF $5.59 30 Remove metal gutter LF $2.59 30a Gutter, galvanized steel, ASTM 526, with 12.5oz./ square foot galvanized coating, 24 gauge, 5" box or ogee style, joints and end caps shall be soldered LF $14.98 30b Gutter, aluminum, .050" thick 5" box or ogee, painted, Kynar finish LF $18.99 30c Gutter, copper, 16 oz, half round, 5" wide LF $13.95 30d Gutter, copper, 16 oz, half round, 6" wide LF $16.39 31 Remove metal downspouts LF $2.20 31a Downspouts, aluminum, .024" thick, 3" x 4", painted, installed LF $11.98 31b Downspouts, GI, 24 gauge 3" x 4" installed LF $14.98 31c Downspouts, GI, 24 gauge, 4" round, installed LF $14.51 31d Downspouts, copper, 16 oz., 6" round, installed LF $15.69 31e Downspouts, strainer Each $1.45 31f Metal flashing, apron flashing, 9" wide LF $4.01 31g Metal flashing, step flashing Each $6.97 31h Metal splash pan, 16 oz. Each $15.57 31i Metal trim, aluminum, .032" thick, painted SF $2.77 31j Metal storm collar Each $19.95 31k Metal coping, galvanized steel, 24 gauge, standing seam SF $11.95 31 L Metal coping, galvanized steel, 24 gauge, with butt plate SF $11.98 31m Resolder joints in sheet metal LF $1.18 31n Metal edge, aluminum, 0.50 thick 6" face painted SF $14.97 31 n Metal edge, aluminum, free floating fascia system SF $20.49 310 Parapet wall metal SF $9.28 31p Metal edge, anodized finished aluminum, free floating fascia system 8 inches SF $37.15 31q Metal edge, high performance fluorocarbon finished aluminum, free floating fascia system 8 inches SF $16.84 31r Metal edge, anodized finished aluminum, free floating fascia system 6 inches SF $14.95 31s Metal edge, high performance fluorocarbon finished aluminum, free floating fascia system 6 inches SF $13.05 32 New Aluminum Metal Cladding 32a Furnish and install new uninsulated aluminum wall cladding SF $16.09 32b Furnish and install new insulated aluminum wall cladding SF $35.39 32c Furnish and install new insulated aluminum wall clad- ding panels (Architecture SF $47.99 Number Description of Cost Factors Cladding of roof parapet walls with copings. Unit of Measure SF Offeror's Bid $31.99 32d 33 New Exterior Insulation and Finish System (EIFS) 33a New Exterior Insulation and Finish System (EIFS) SF $21.51 33b New Exterior Insulation Finish System (EIFS) w/o insulation SF $13.51 33c New Metal Copings. SF $11.98 34 Surface Preparation 34a Cleaning of existing steel and surface. SF $6.95 34b Coating of existing reinforcement SF $8.95 34c 35 Exterior rated gypsum board sheathing and substrate SF $2.74 Woodwork 35a Demolition of plywood or standard 1" x 6" decking SF $0.39 35b Demolition of standard 2" x 6" tongue and groove decking SF $0.47 35c Plywood decking, CDX, 1/2" thick (or 15/32" optional) SF $0.93 35d Plywood decking, CDX, 5/8" thick SF $1.14 35e Plywood decking, CDX, 3/4" thick SF $1.23 35f Standard 1" x 6" decking, tongue and groove SF $1.43 35g Standard 2" x 6" tongue and groove decking SF $1.88 35h Cants, wood fiber, trapezoidal, 1 1/2" x 5 5/8" LF $0.59 35i Cants, SBX treated wood, 4" x 4" diagonal LF $2.05 35j Nailer, SBX treated wood, 1" x 4" LF $0.88 35k Nailer, SBX treated wood, 2" x 4" LF $1.14 36 Nailer, SBX treated wood 36a 2" x 6" LF $1.91 36b 2" x 8" optional LF $2.03 36c Curbing, SBX treated wood, 2" x 12" LF $3.49 37 Joist, fir 37a 2" x 6" LF $3.45 37b 2" x 8" optional LF $3.79 38 Joist, fir 38a 2" x 10" LF $3.91 38b 39 2" x 12" optional Standing Seam Metal Roof System (SSMRS) Price Each Specification Using Line Items LF $4.63 39a Pre -Engineered SSMRS, products (20- year roof) SF $3.98 39b Subpurlins LF $5.35 39c Roof panel installation SF $2.98 39d Field forming of panels SF $1.79 39e Concealed anchor clips Each $1.49 39f Vapor retarder installation SF $1.22 39g Insulation installation SF $3.74 39h Gutters (SSMRS only) LF $13.98 39i Gutter liners SF $11.62 39j Flashing LF $8.35 39k Expansion joints LF $20.18 40 Finishing touches (no additional cost in contract) 40a Snow retention assemblies LF $1.25 Number Description of Cost Factors Unit of Measure Offeror's Bid 40b 41 Self -adhering ice and water shield membrane for shingles, tiles, metal waterways, penetrations, valleys, ridges, edges, etc. Roof Specialties and Accessories LF Each $1.84 $97.99 41a Remove roof hatch 41b Roof hatch, aluminum, 2'6" x 3'0" Each $523.99 41c Roof hatch, aluminum, larger sizes SF $42.95 41d Remove existing roof drain, except plumbing Each $257.99 41e Install new roof 4" drain, except plumbing Each $1,144.99 41f Install new roof 6" drain, except plumbing Each $1,144.99 41g Reflash existing roof drain Each $157.99 41h Plumbing stack, 4# lead flashing Each $68.99 41i Scupper, sheet steel, 24 gauge ASTM A 526, match existing configuration Each $124.89 41j Remove existing walkway, built-up roofs SF $0.42 41k Walkway, built-up roofs, desert tan fiberglass LF $0.49 41L Walkway, built up roofs, non skid LF $0.49 42 Walkway, single ply roof 42a 30" wide roll goods, tape attached LF $2.59 42b 30" wide roll, hot asphalt attached LF $2.38 42c 30" wide roll, adhesive attached LF $2.98 42d Roof ventilators Each $114.99 42e Roof ladder, steel, bolted to concrete, up to 20 feet, without cage LF $70.95 42f Roof ladder, steel, bolted to concrete, 20 feet and up, with cage; with intermediate landings as required by Code LF $86.95 42g Roof ladder, security ladder guard Each $115.99 42h Termination bar, aluminum, 1/4" x 1" LF $0.98 42i Pitch pocket, 24 gauge, GI, 6" x 6", with storm collar hemmed to outside, soldered corners and seams Each $99.95 42j Pitch pocket, 24 gauge, GI, 8" x 8", with storm collar, hemmed to outside, soldered corners and seams Each $108.95 43 Pitch pocket, resurface top only 43a 8" x 8" Each $4.75 43b 12" x 12" Each $5.75 43c Expansion joint, butyl or neoprene bellows, galvanized flange LF $17.95 43d Expansion joint, CSPE reinforced LF $15.95 43e Repair kit for dry repairs Each $47.95 43f Repair kit for wet repairs Each $47.95 44 Skylights (price each size and lens combination) 44a Standard 3' x 5', 4' x 4', 4' x 8' with single clear lenses SF $11.78 44b Standard 3' x 5', 4' x 4', 4' x 8' with clear double lenses SF $17.48 44c Skylight lens replacement only, clear SF $10.64 44d Skylight lens replacement only, double clear SF $16.69 45 Security/fall bars for skylights 45a 3' x 5' Each $344.99 45b 4' x 4' Each $343.99 45c 4' x 8' Each $501.99 45d Number 46 Special sizes SF $17.99 Description of Cost Factors Roof Services Unit of Measure ' " ` "" " ° , Offeror's Bid . ....... pK,..H 3 46a Asbestos core testing and patch of existing roof surface Each $71.95 46b Core analysis, 14" x 14" and patch of existing roof surface Each $325.00 46c Non destructive roof scan, up to 50,000 sq ft, full service each Each $1,450.00 46d Additional foot over 50,000 sq ft SF $0.02 46e Non destructive roof scan, up to 50,000 sq ft, limited service Each $1,400.00 46f Additional foot over 50,000 sq ft Each $0.02 46g Roof inspection services (visual inspection of roofing service/membrane, flashings, counterfiashings, copings, parapets, trims, hatches, penetrations, curbs, roof -mounted equipment, etc. with a written report of findings and recommendations Day $600.00 46h Field/shop drawings, up to 10,000 sq ft SF $0.03 46i Field/shop drawings, 10,000-50,000 sq ft SF $0.03 46j Field/shop drawings, over 50,000 sq ft SF $0.03 46k Prime contractor's warranty, restoration, less than 10,000 sq ft, minimum charge Per Project $500.00 46L Prime contractor's warranty, restoration, over 10,000 sq ft, minimum charge SF $0.05 46m Prime contractor's warranty, re -roof, total system, 15 year, less than 10,000 sq ft, minimum charge (Stamdard) SF $0.10 46n "Prime contractor's warranty, re -roof, total system, 15 year, less than 10,000 sq ft, minimum charge (includes 2, 5, 7, 10, 15 year inspections)" SF $0.15 46o Prime contractor's warranty, re -roof, total system, 15 year, more than 10,000 sq ft, minimum charge (Standard) SF $0.09 46p "Prime contractor's warranty, re -roof, total system, 15 year, more than 10,000 sq ft, minimum charge (includes 2, 5, 7, 10, 15 year inspections)" SF $0.15 46q Per diem rate per worker per 24 hour period of time Per Day $50.00 46r Prime contractors per diem/costs for asbestos abate- ment planning Day $55.00 46s Asbestos abatement activities, BUR removal and disposal of waste SF $1.50 46t Project site is located 65 or more miles from the con- tractor's/subcontractor's yard/home location. SF $1.45 46u Asbestos site monitoring Day $385.00 47 Annual or semi-annual roof housekeeping -per location 47a Cost once a year per location if less than 20,000 sq. ft. SF $0.12 47b Cost per Sq.ft. per year per location if greater than 20,000 sq.ft. SF $0.08 47c Cost semi-annual per location if less than 20,000 sq. ft SF $0.14 47d Cost per Sq.ft. semi annual per location if greater than 20,000 sq.ft. SF $0.12 47e Roof leak investigation Day $450.00 47f Minor roof repair calls Day $700.00 47g Difficult access or fall restriction; surcharge Each $0.14 47h umber Excessive hauling Description of Cost Factors Work in secured areas or compounds surcharge Each Unit of Measure Each $100.00 Offeror's Bid $0.10 47i 48 Additional and occasional supplies, materials, equip- ment and services % of Discount 0.05 48a Additional and occasional services Roofing supplies Discount off Retail Price List 48b Alternative Methods of Costing - percent of overhead/ markup and profit added to cost % of 0/P 0.25 48c Discounts Offered Off Alternative Costing Methods (cost plus profit and overhead) Less Rate of Discount % of discount 0.05 48d "Multiplier/factor to be applied to the R.S. Means costs." % to be applied See Table 6-1 - Coefficient 49 Deducts and add-ons for in lieu products (Place behind Tab 6) 50 Special Rental Equipment (Priced based on 9.11.2 above) NC 51 Cold and bad weather storage identify extra cost if any Day 52 Hourly Services Rates 53 Structural Analysis/engineering services Per Hour $175.00 54 Architect/design professional services Per Hour $170.00 55 Roofing Consultant Per Hour $125.00 56 57 Labor Rate for Roofer General Cost Factors Per Hour $90.00 57a Mileage rate Per Mile $0.60 57b Performance and payment bond - bonding rate (per- cent of project) Percent $0.02 57c Bonding capacity - total amount of capacity available Dollar Amount Varies by market Additional Line Items Number NRP1 Description of Cost Factors NRP Asset Management Program < 50,000 sq. ft. Unit of Measure Offeror's Bid $1,200.00 Each NRP2 NRP Asset Management Program > 50,000 sq. ft. SF $0.05 NRP3 NRP PM Program < 50,000 sq. ft. Each $2,400.00 NRP4 NRP PM Program > 50,000 sq. ft. SF $0.08 NRPS NRP Warranty Extension / Renewal < 50,000 sq. ft. Each $3,500.00 NRP6 NRP Warranty Extension / Renewal > 50,000 sq. ft. SF $0.12 NRP7.1 Snow Load Management and Removal Hour $90 NRP7.2 Snow Load Management and Removal - After Hours Hour $130 NRP7.3 Snow Load Management and Removal - Holidays Hour $180 NRP7.4 Measurement of snow and assessment - Value Add Each $1,000.00 19-1 Sweep roof surface SF $0.40 19-2 Spud embedded aggregate SF $0.69 19-3 Wet vacuum loose ballast/aggregate SF $0.54 19-4 Vapor barrier; self -adhered SF $2.15 19-5 Ice and water shield SF $2.00 19-6 Roof insulation, HD polyisocyanurate in 4' x 8' or 4' x 4' sheets, 1/2" thick, mechanically fastened SF $0.72 19-7 Roof insulation, installation of new polyisocyanurate insulation 19-7a mechanically attached BF $1.40 19-7b fully adhered BF $1.90 19-8 Single ply roof system; EPDM, 45mi1 19-8a mechanically attached SF $3.31 19-8b fully adhered SF $4.01 19-8c ballasted SF $3.72 19-9 Single ply roof system; EPDM, 60mi1 19-9amechanically attached SF $3.53 19-9b fully adhered SF $4.29 19-19c ballasted SF $3.99 19-10 Single ply roof system; EPDM membrane upcharge, 90mi1 SF $0.50 19-11 Single ply roof system; PVC, 50mi1 19-11a mechanically attached SF $3.01 19-11 b fully adhered SF $3.84 19-12 Single ply roof system; PVC, 60mi1 19-12a mechanically attached SF $3.25 19-12b fully adhered SF $4.10 19-13 Single ply roof system; PVC membrane upcharge, 80mi1 SF $0.50 19-14 Single ply roof system; TPO, 45mi1 19-14a mechanically attached SF $3.01 19-14b fully adhered SF $3.95 19-15 Single ply roof system; TPO, 60mi1 19-15a mechanically attached SF $3.49 19-15b fully adhered SF $4.15 19-16 Single ply roof system; TPO membrane upcharge, fleece back SF $0.25 19-17 Single ply roof system; TPO membrane upcharge, 80mi1 SF $0.50 19-18 Single -ply roof system; protection mat SF $0.30 19-19 Single ply roof; seam tape, 3" wide LF $3.15 19-20 Single ply roof; cover strip tape, 6" wide LF $3.15 19-21 Single ply roof; self -adhered RUSS strip, 6" wide LF $4.50 19-22 Single ply roof system; pipe boot Ep, $35.00 19-23 Single ply roof system; pitch pocket w/pourable sealer Ep, $50.00 19-24 Roof restoration coating; primer coat, 1 coat SF $1.12 19-25 Roof restoration coating; base coat, 1 coat; acrylic elastomeric SF $2.35 19-26 Roof restoration coating; top coat, 1 coat; acrylic elastomeric SF $2.24 19-27 Roof restoration coating; base coat, 1 coat; silicone SF $2.38 19-P8 Roof restoration coating; top coat, 1 coat; silicone SF $2.14 19-P9 Roof restoration coating; base coat, 1 coat; urethane SF $2.75 19-30 Roof restoration coating; top coat, 1 coat; urethane SF $2.38 19-31 Roof restoration coating; top coat, 1 coat; aluminum coating SF $1.24 19-32 Roof restoration coating; full reinforcement; fiberglass or polyester mat SF $0.45 19-33 Roof restoration coating; prep, 3-course repairs; mastic & mesh/fabric SF $4'98 19-34 Manufacturer's warranty, re -roof, 15 year SF $0.28 19-35 Manufacturer's warranty, re -roof, 20 year SF $0.32 19-36 Manufacturer's warranty, re -roof, 30 year SF $0.40 19-37 Manufacturer's warranty, restoration, 10 year SF $0.11 19-38 Manufacturer's warranty, restoration, 15 year SF $0.17 19-39 Manufacturer's warranty, restoration, 20 year SF $0.23 19-40 Interior protection; plastic, tarps, sweeping, vacuuming DAY $1,000.00 19-41 Material;additional freight charges % 2% 19-42 Equipment; fork lift % 25% 19-43 Equipment; crane, truck mounted % 25% 19-44 Equipment; crane, less than 150 ft tall % 25% 19-45 Equipment; other % 25% 19-46 Multiplier, project safety and fall restriction % 7% 19-47 Multiplier, prevailing wage surcharge (labor only) % 30% 19-48 Multiplier, roof areas with large quantity of penetrations or obstructions % 10% 19-49 Multiplier, roof with slope > 4:12 or non-standard architecture % 25% 19-50 Multiplier, total roof area < 5,000 sq ft % 24% 19-51 Multiplier, total roof area < 10,000 sq ft % 18% 19-52 Multiplier, total roof area < 20,000 sq ft % 14% 19-53 Multiplier, roof height > 2 story but < 5 story % 18% 19-54 Multiplier; roof height > 5 story but < 10 story % 20% 19-55 Multiplier, roof height > 10 story % 25% 19-56 Diagnostics <10,000 sq ft (minimum, per roof level) EA $750.00 19-57 Diagnostics 10,001 sq ft to 30,000 sq ft (minimum, per roof level) EA $800.00 19-58 Diagnostics 10,001 sq ft to 30,000 sq ft SF $0.04 19-59 Diagnostics 30,001 sq ft to 49,999 sq ft (minimum, per roof level) EA $1,100.00 19-60 Diagnostics 30,001 sq ft to 49,999 sq ft SF $0.04 19-61 Diagnostics >50,000 sq ft SF $0.04 19-62 1 year RCA Program (non-renewable) SF $0.28 19-63 Items resulting from/after purchase of Diagnostics or RCA Program 19-63a Roof repairs; minimum SF $0.25 19-63b Roof repairs; maximum SF $3.60 19-63c Roof restoration; minimum SF $2.00 19-63d Roof restoration; maximum SF $9,P5 19-63e Roof replacement; minimum SF $4.10 19-63f Roof replacement; maximum SF $25.50 State AL State Multiplier 1.01 AK 1.28 AZ 1.05 AR 1.0 CA 1.24 CO 1.0 CT 1.27 DC 1.24 DE 1.24 FL 1.04 GA 1.14 HI 1.28 ID 1.19 IL 1.19 IN 1.15 IA 1.07 KS 1.12 KY 1.0 LA 1.04 ME 1.27 MD 1.11 MA 1.18 MI 1.0 MN 1.19 MS 1.04 MO 1.17 MT 1.22 NE 1.04 NV 1.09 NH 1.18 NJ 1.27 NM 1.0 NY 1.24 NC 1.01 ND 1.15 OH 1.09 OK 1.04 OR 1.09 PA 1.24 PR 1.27 RI 1.18 SC 1.02 SD 1.15 TN 1.05 TX 0.90 UT 1.17 VA 1.16 VT 1.18 WA 1.24 WV 1.07 WI 1.17 WY 1.21 State Alabama rroposea Regular Hours Coefficient 0.88 rricing (.;oerricient After Hours Coefficient 1.35 (s) State Missouri Reg. Hours Coefficient 1.03 After Hours Coefficient 1.55 Alaska 1.49 2.4 Montana 0.98 1.45 Arizona 0.88 1.15 Nebraska 0.93 1.41 Arkansas 0.8 1.21 Nevada 1.07 1.61 California 1.19 1.8 New Hampshire 1.04 1.57 Colorado 0.93 1.41 New Jersey 1.11 1.65 Connecticut 1.1 1.66 New Mexico 0.89 1.34 Delaware 1.03 1.56 New York 1.28 1.94 District of Co- lumbia 0.93 1.41 North Carolina 0.85 1.25 Florida 0.92 1.39 North Dakota 0.86 1.29 Georgia 0.86 1.27 Ohio 1.07 1.61 Hawaii 1.20 1.80 Oklahoma 0.86 1.25 Idaho 1.18 1.78 Oregon 1.0 1.51 Illinois 1.19 1.53 Pennsylvania 1.13 1.69 Indiana 1.01 1.51 Rhode Island 1.08 1.63 Iowa 0.97 1.45 South Carolina 0.88 1.31 Kansas 0.97 1.45 South Dakota 0.87 1.3 Kentucky 0.97 1.45 Tennessee 0.88 1.27 Louisiana 0.86 1.28 Texas 0.85 1.27 Maine 0.98 1.46 Utah 0.87 1.3 Maryland 0.94 1.42 Vermont 0.93 1.39 Massachusetts 1.19 1.79 Virginia 0.94 1.39 Michigan 1.05 1.58 Washington 1.23 1.85 Minnesota 1.15 1.73 West Virginia 0.95 1.43 Mississippi 0.82 1.25 Wisconsin 1.07 1.61 Wyoming 0.85 1.27 Note: Provide coefficients for the state(s) that you would like to be awarded. Region 4 ESC is looking for proposers that can provide service in multiple states. Provide markup percentage on non -pre- priced items 15% . --A-- ATIONALI PA EXPERIENCED * FOCUSED * TRUSTED Roofing Products, Services, and Job -Order -Contracting Services Executive Summary Lead Agency: Region 4 ESC RFP Issued: June 21, 2018 Response Due Date: July 26, 2018 Solicitation: 18-09 Pre -Proposal Date: July 9, 2018 Proposals Received: 6 Awarded to: RL National Roofing Partners, LLC dba National Roofing Partners 'NRP' Region 4 ESC issued RFP 18-09 on June 21, 2018, to establish a national cooperative contract for roofing products, services, and job -order -contracting services. The solicitation included cooperative purchasing language in Section A.1- Background: Region 4 Education Service Center ("Region 4 ESC" herein "Lead Public Agency") on behalf of itself and all state, local governments, school districts, and higher education institutions in the United States of America, and other government agencies and non-profit organizations (herein "Participating Agencies") solicits proposals from qualified Offerors to enter into a Vendor Contract ("contract") for the goods or services solicited in this proposal. Contracts are approved and awarded by a single governmental entity, Region 4 ESC, and are only available for use and benefit of all entities complying with state procurement laws and regulations (public and private schools, colleges and universities, cities, counties, non -profits, and all governmental entities). These types of contracts are commonly referred to as being "piggybackable." Region 4 ESC's purchasing cooperative was established in 1997 as a means to increase their economic and operational efficiency. The purchasing cooperative has since evolved into a National Cooperative used to assist other government and public entities increase their economical and operational efficiency when procuring goods and services. Notice of the solicitation was sent to potential offerors, as well as advertised in the following: • Region 4 ESC website • National IPA website • USA Today, nationwide • Arizona Business Gazette, AZ • San Bernardino Sun, CA Page 1 of 2 • Honolulu Star -Advertiser, HI • The Advocate — New Orleans, LA • New Jersey Herald, NJ • Times Union, NY • Daily Journal of Commerce, OR " The State, SC " Richmond Times, VA " Houston Community Newspapers, Cy Creek " Seattle Daily Journal of Commerce, WA Mirror, TX " Helena Independent Record, MT " Deseret News, UT On July 26, 2018 proposals were received from the following offerors: " F.H. Paschen, S.N. Nielsen & Associates LLC " Harness Roofing Inc. " RL National Roofing Partners, LLC dba National Roofing Partners'NRP' " RoofConnect Logistics, Inc. dba RoofConnect " RS Commercial Construction, LLC " Weatherproofing Technologies, Inc. The proposals were evaluated by an evaluation committee. Using the evaluation criteria established in the RFP, the committee elected to enter into negotiations with RL National Roofing Partners, LLC dba National Roofing Partners'NRP' and proceeding with contract award upon successful completion of negotiations. Region 4 ESC, National IPA and RL National Roofing Partners, LLC dba National Roofing Partners 'NRP' successfully negotiated a contract, and Region 4 ESC executed the agreement with a contract effective date of August 28, 2018. Contract includes: " Roofing products " Installation, removal, repair, and remediation services " Multiple delivery methods " Paving services available (Not available in all states) " Asset Management Consulting Services Term: Initial two-year agreement from March 1, 2019 through February 28, 2021 with the option to renew for three (3) additional one-year periods through February 28, 2024. Pricing/Discount: Line item pricing on specific roofing products, hourly wages, and an option for JOC delivery through RS Means coefficients. National IPA Web Landing Pages: http://www.nationalipa.org/Vendors/Pages/NationalRoofingPartners.aspx Page 2 of 2 1st Reading/Public Hearing: 2nd Reading/Public Hearing: Adopted: Effective Date: Sponsored By: 03/11/2020 04/08/2020 04/08/2020 04/08/2020 City Manager ORDINANCE NO. 2020-07 AN ORDINANCE OF THE CITY COMMISSION OF THE CITY OF OPA LOCKA, FLORIDA, AMENDING ARTICLE IV, DIVISION I, ENTITLED "PURCHASING" OF THE CITY OF OPA-LOCKA'S CODE OF ORDINANCES, SPECIFICALLY AMENDING SECTION 2-315 TO DELETE THE DEFINITION OF COMMIDITY; TRANSFER CERTAIN LANGUAGE PERTAINING TO EXCLUSIONS FOR CONTRACTUAL SERVICE TO SECTION 2-318 OF THE CITY'S CODE OF ORDINANCES; PROVIDING FOR A DEFINITION OF "SUPPLIES" AND REPLACING THE WORD "COMMODITIES" WITH THE WORD "SUPPLIES" IN SECTION 2-315; PROVIDING FOR A DEFINITION OF REQUEST FOR LETTERS OF INTEREST (RFLI); PROVIDING FOR A DEFINITION FOR REQUEST OR QUALIFICATIONS; AMENDING SECTION 2-316 TO CLARIFY THE AUTHORITY OF THE CITY MANAGER RELATING TO PURCHASES OF SUPPLIES AND CONTRACTUAL SERVICES; AMENDING, REPLACING AND RENUMBERING SECTIONS 2-317, 2-318, 2-319, 2- 320, 2-323 AND 2-324 OF THE CITY'S CODE OF ORDINANCES; RENUMBERING ALL OTHER SECTIONS AS APPROPRIATE; PROVIDING FOR CONFLICT AND REPEALER; PROVIDING FOR SEVERABILITY; PROVIDING FOR INCLUSION IN CODE; PROVIDING FOR AN EIFF,CTIVE DATE. WHEREAS, the City of Opa-locka ("City") desires to amend Article IV of its Code of Ordinances in order to improve the effectiveness of City purchases and clarify authority for the City Manager; and WHEREAS, certain provisions of the City's Code have been determined by the City Commission to be outdated or in need of clarification; and ORDINANCE NO. 2020-07 WHEREAS, the City Commission has determined that the following amendments to the Purchasing Code are in the best interest of the City of Opa-locka. NOW THEREFORE, BE IT ORDAINED BY THE COMMISSION OF THE CITY OF OPA-LOCKA, FLORIDA: Section 1. The recitals to the preamble herein are incorporated by reference. Section 2. The City Commission of the City of Opa-locka, Florida hereby amends Article IV of its Purchasing Code as set forth herein: DIVISION 1. - GENERALLY Sec. 2-314. - Legislative intent. The city commission recognizes that fair and open competition is a basic tenet of public procurement; that such competition reduces the appearance and opportunity for favoritism and inspires public confidence that contracts are awarded equitably and economically; and that documentation of the acts taken and effective monitoring mechanisms are important means of curbing any improprieties and establishing public confidence in the process of which contractual services are procured. It is essential to the effective and ethical procurement of contractual services that there be a system of uniform procedures to be utilized by city agencies in managing and procuring contractual services; that detailed justification of department or division decisions in the procurement of contractual services be maintained; and that adherence by the department or division and the consultant to specific ethical considerations be required. To assure efficient and economical purchasing practices, the city manager shall prepare and submit proposed rules and regulations as necessary for city purchases to the city commission for their consideration-. Such rules shall have the force and effect of law when adopted by a majority of the city commission by separate resolution. Amendments thereto may be made in the same manner. The rules and regulations shall cover administrative procedures and policies to govern the various phases of the city's purchasing practices. Sec. 2-315. - Definitions. The following definitions shall apply to this division: (1) Agency means any of the various city officers, departments, divisions, bureaus, and any other unit of organization, however designated, of the city government. ORDINANCE NO. 2020-07 (2) Artist means an individual or group of individuals who profess and practice a demonstrated creative talent and skill in the area of music, dance, drama, folk art, creative writing, painting, sculpture, photography, graphic arts, craft arts, industrial design, costume design, fashion design, motion pictures, television, radio, or tape and sound recording or in any other related field. (3) printing, equipment, and other personal property purchased, leaas,ed, or otherwise contracted for by the city and its agencies. However, commodities «ch,,sed for « ale xclude,l from this definiti„n a, Contractual service means the rendering by a contractor of its time and effort rather than the furnishing of specific eemmedities supplies. The term applies only to those services rendered by individuals and firms who are independent contractors, and such services may include, but are not limited to, evaluations; consultations; maintenance; accounting; security; management systems; management consulting; educational training programs; research and development studies or reports on the findings of consultants engaged thereunder; and professional, technical, and social services. b. "Contractual service" does not include: 1. Artistic services. .2 nea mi„ ., r 1ect„r s br, inaividuals 3. Auditing services. 4. Legal services including paralegals, expert witnesses including appraisal cervices, and court reporters. c. The acquisition of services from other governmental agencies and the performance of services in house, other than those perfermcd by an employee „41,ori od sitien ..herein the rate e f „ r fort a perfermnr,cen of n e »a M>L HYL>lV»L. L.0 VVV1L1Vll, Y�lI4 ae et ,,.a 1-h .ate of fe alent •th ed itio ✓�.> v <>.a..✓ >.L V<.J >LVL t..l�l.l..l.t.l {.I L4 >AlC shell net 1,e subject tot e r 4h of s division JrLctiir (54) (a) Extension means an increase in the time allowed for the contract period due to circumstances which, without fault of either party, make performance impracticable or impossible, or which prevent a new contract from being executed, with a proportional increase in the total dollar amount, which increase is to be based on the method of rate previously established in the contract. (65) Invitation to bid (ITB) means a written solicitation for sealed competitive bids with the title, date, and hour of the public bid opening designated and specifically defining the commodity supplies, group of commodities supplies, or services for which bids are sought. It includes instructions prescribing all conditions for bidding and shall be distributed to all prospective bidders ORDINANCE NO. 2020-07 simultaneously. The invitation to bid is used when the agency is capable of specifically defining the scope of work for which a contractual service is required or when the agency is capable of establishing precise specifications defining the actual commodity supplies or group of commodities supplies required. (76) Qualified bidder or qualified offeror means a person who has the capability in all respects to perform fully the contract requirements and has the integrity and reliability which will assure good faith performance. (87) Renewal means contracting with the same contractor for an additional contract period after the initial contract period, only if pursuant to contract terms specifically providing for such renewal. (9g) Request for letter of interest (RFLI) means a formal invitation from the city to submit an offer. It identifies in general terms the work required and directs respondents to provide a letter regarding their interest in working with City on a project. Respondents provide a statement of experience and qualifications of key personnel. Costs are not part of the response. Responses are evaluated by an evaluation committee. If there are a large number of respondents, a short list of three to five most qualified respondents are identified. Interviews are conducted by the evaluation committee and are ranked. This ranking is presented to the city commission with a request for the city manager to be authorized to negotiate and execute a contract which then is then brought back to the city commission for final approval. (109) Request for proposals (RFP) means a written solicitation for sealed proposals with the title, date, and hour of the public opening designated. The request for proposals is used when the agency is incapable of specifically defining the scope of work for which the commodity supplies, group of commodities supplies, or contractual service is required and when the agency is requesting that a qualified offeror propose a commodity supplies, group of commodities supplies, or contractual service to meet the specifications of the solicitation document. A request for proposals includes, but is not limited to, general information, applicable laws and rules, functional or general specifications, statement of work, proposal instructions and evaluation criteria. Requests for proposals shall state the relative importance of price and any other evaluation criteria. (MO) Request for qualifications (RFQ) is a formal invitation to vendors to submit a statement of qualifications. This differs from a RFP in that it places greater emphasis on the qualification of the bidder and his/her track record rather than how well the bidder responds to detailed project specifications and requirements. The RFQ identifies the desired minimum qualifications of the firm, a scope of work statement, any project requirements and states the relative importance of selection criteria that will be used in compiling the short ORDINANCE NO. 2020-07 list of prospective bidders for further consideration. Responses are evaluated by an evaluation committee. If there are a large number of bidders, a short list of three to five most qualified bidders are identified. Interviews are conducted by the evaluation committee and are ranked. This ranking is presented to the city commission with a request for the city manager to be authorized to negotiate and execute a contract which then is then brought back to the city commission for final approval. (124-1) Responsive bidder or responsive offeror means a person or firm who has submitted a bid which conforms in all material respects to the invitation to bid or request for proposals. (1314) Supplies: All personal property, including but not limited to, supplies, goods, equipment, material, and printed goods, purchased, leased, or otherwise contracted for by the city. Sec. 2-316. - Administrative policies; powers, duties and functions of city manager. The city manager shall develop such administrative policies as necessary for the city purchases to assure efficient and economical purchasing practices. He/She shall have the following powers, duties and functions: (1) (a) To canvass all sources of supply supplies, establish and maintain a vendor list, and contract for the purchase, lease, or acquisition in any manner, including purchase by installment sales or lease -purchase contracts which may provide for the payment of interest on unpaid portions of the purchase price, of all odities-supplies required by the city government or any of its agencies under competitive bidding or by contractual negotiation. Any contract providing for deferred payments and the payment of interest shall be subject to specific rules adopted by the city manager. (b) The city manager may remove from the vendor list any source of supplies or services which fails more than once to fulfill any of its duties specified in a contract with the city. He/She may reinstate any such source of supplies or services when he/she is satisfied that further instances of default will not occur. (2) To plan and coordinate purchases in volume and to negotiate and execute purchasing agreements and contracts under which the city manager shall require city agencies to purchase budgeted eemmedi ies supplies. (a) Provided, however, that city agencies may, pursuant to Section 287.042(2) Florid.. Stat tes re a e fro..,. n state p rch sing n .,t ntr ct a d i avircca--vtia-ca�c , such purchases shall be exempt from the competitive bid requirements applying to their purchases. (b) Provided, however, that city agencies may, pursuant to Section 210.1 Metropolitan Dade County Code, purchase from a county purchasing ORDINANCE NO. 2020-07 agreement or contract and such purchases shall be exempt from the competitive bid requirements applying to their purchases. (3) To establish a system of coordinated, uniform procurement policies, procedures, and practices to be used by agencies in acquiring contractual services which shall include, but are not limited to: (a) Development of a list of interested vendors to be maintained by classes of contractual services. This list shall not be used to prequalify vendors or to exclude any interested vendor from bidding. All vendors listed in a particular class shall be mailed, by the agency, at the address provided to the city by the vendor, a notice of the invitation for bid or request for prepesals-ITB, RFP, RFQ or RFLI at least twenty-eight (28) days prior to the date set for submittal of bids or proposals. �^e of invi,at en to bi,a sl ai be mailed at least tell (10) days prier to the date set for submittal of bids. (b) Development of procedures for the releasing of an request for proposals ITB, RFP, RFQ or RFLI which shall include, but not be limited to, notice in a local newspaper of general circulation twenty-eight (28) days prior to the date set for submittal of bids or proposals. (c) Development of procedures for the receipt of responses; and. (d) Development of procedures to be used by an agency in deciding to contract, including, but not limited to, identifying and assessing in writing project needs and requirements, availability of agency employees, budgetary constraints or availability, facility equipment availability, current and projected agency work load capabilities, and the ability of any other city agency to perform the services. (e) Development of procedures to be used by an agency in maintaining a contract file for each contract which shall include, but not be limited to, all pertinent information relating to the contract during the preparatory stages, a copy of the ' ITB, RFP, RFQ or RFLI, documentation relating to the bid process, opening of bids, evaluation and tabulation of bids, and determination and notice of award of contract. (4) To prescribe the methods of securing bids or negotiating and awarding eemmedity supplies contracts, unless otherwise provided by law. (5) To prescribe specific eemmedities supplies and quantities to be purchased locally. (6) To govern the purchase by any agency of any commodity supplies; to establish standards and specifications for any eeedi supplies; and to set the maximum fair prices that shall be paid for any supplies. ORDINANCE NO. 2020-07 (7) To establish definitions and classes of contractual services. The authority of the city manager under this section shall not be construed to impair or interfere with the determination by city commission of their need for, or their use of, services including particular specifications. (-8-)—Negotiationnd n f a1 bids fo c1.a et te ec awent y five thousand dollars ($25,000.00). To purchase supplies, equipment or services in the amounts not exceeding twenty five thousand dollars ($25,000.00), by (98) Except as otherwise provided herein, to adopt rules necessary to carry out the purposes of this section, including the authority to delegate to any city agency any and all the responsibility for supervision thereof. Such purchasing of commodities supplies and procurement of contractual services by city agencies shall be in strict accordance with the rules and procedures prescribed by the city manager and this law. (9) including, but not limited to, Federal CSA, Florida Sheriffs' Association, Dade County Cooperative Purchasing Croup, and any other governmental entity within the State of Florida, for purchasing purposes for the city when it is determined to be in the best interest of the city either in the savings of time for delivery of essential materials or a reduction in the dollar amount spent by the city for such purposes Award contracts for the purchase of supplies and contractual services as provided below: a. Any contract for supplies and contractual services not exceeding one thousand dollars ($1,000.00) may be made in accordance with the small purchase procedures. Supplies purchases shall not be artificially divided so as to constitute a purchase under this section. b. Purchases of supplies and contractual services when the estimated value is between one thousand dollars and one cent ($1,000.01) and two thousand, five hundred dollars ($2,500.00) may be made upon receipt of two (2) documented telephone quotes. Purchase shall be made from the most responsive and responsible quoter. c. Purchases of supplies and contractual services when the estimated value is between two thousand, five hundred dollars and one cent ($2,500.01) and seven thousand, five hundred dollars ($7,500.00) may be made upon receipt of not less than three (3) documented telephone quotes. In order to ORDINANCE NO. 2020-07 determine a fair and reasonable price, additional quotes may be solicited. Purchase shall be made from the most responsive and responsible quoter. d. Purchases of supplies and contractual services when the estimated value is between seven thousand, five hundred dollars and one cent ($7,500.01) and twenty-five thousand dollars ($25,000.00) may be made upon receipt of not less than three (3) written quotes. In order to determine a fair and reasonable price, additional quotes may be solicited. Purchase shall be made from the most responsive and responsible quoter. e. Purchases of supplies and contractual services when the estimated value is greater than twenty-five thousand dollars ($25,000.00) will be acquired through formal bidding procedures unless exempted as defined in Section 2-318. All purchases of supplies and contractual services must be approved the city commission before the purchase is made. (10) Renew contracts below twenty-five thousand dollars ($25,000.00) for supplies and contractual services provided that the following criteria are all satisfied. a. The terms and conditions of the original contract expressly provide for the city's right to renew the contract at the same prices as originally awarded by the city commission or within price adjustment clause parameters as defined in the solicitation documents or agreement. b. A market survey and/or contract quality review has been conducted to determine if renewal of the contract is in the best interest of the city. For supplies and contractual services originally procured through the request for proposals or letter of interest processes, a market survey shall be performed only if it is determined that, due to a significant change in the industry or profession providing the services, an evaluation of current market conditions would be effective. c. An evaluation of the performance of the contractor under the preceding contract term has determined, in writing, that such performance meets established criteria regarding service, responsiveness and quality levels. (11) Delegate purchasing authority to procure supplies and contractual services relating to the maintenance and repair of city equipment in an amount not to exceed one thousand dollars ($1,000.00) to city staff in accordance with established purchasing procedures. In the case of an emergency situation declared by either the federal government, state government, or city ORDINANCE NO. 2020-07 commission, delegated purchasing authority may be increased to an amount not to exceed seven thousand five hundred dollars ($7,500.00). (12) Sell, trade or otherwise dispose of surplus and obsolete property belonging to the city either by sale, barter or exchange, by sealed bid, public auction, cannibalization, trade in, or other means of disposal as may be appropriate and in the best interests of the city. Disposal of surplus or obsolete property for sums in excess of twenty thousand dollars ($20,000.00) per item, shall be made only after approval by the city commission. (13) The city manager shall have no authority to purchase, lease or sell real property without prior city commission authorization and approval. Sec. 2-317. Formal competitive procurement required. All initial awards of contract for supplies and contractual services when the estimated total cost thereof shall exceed twenty-five thousand dollars ($25,000.00) shall be awarded by the city commission through the process of competitive sealed bidding, competitive request for proposals and qualifications, or request for Letters of Interest, except as otherwise provided herein. Sec. 2-318. Exceptions to competitive procurement requirement. The following are exempt from the requirements of formal competitive procurement: (1) Sole source procurement. a. All specifications shall be drafted so as to promote overall economy for the purposes intended, to encourage competition in satisfying the city's need and shall not be unduly restrictive. Brand name specifications are restrictive of competition and shall only be used as specifically provided in this article. b. A contract may be awarded without competition when the city manager makes a written determination, after conducting a good faith review of available sources, that there is only one (1) source for the required supplies or contractual service. The city manager shall conduct negotiations as appropriate to price, delivery and terms. A record of sole source procurement shall be maintained as a public record and shall list each contractors name, amount and type of each contract, and the identification number of each contract file. ORDINANCE NO. 2020-07 c. All sole source procurements, where the cost of the supplies or contractual services exceeds twenty-five thousand dollars ($25,000.00), shall be authorized by the city commission. (2) Emergency procurements. The city manager may make emergency procurements of supplies or contractual services where the cost exceeds twenty-five thousand dollars ($25,000.00) when there exists a clear and present threat to public health, property, welfare, safety or other substantial loss to the city, provided, however, that such emergency procurements shall be made with such competition as is practicable under the circumstances. A written determination of the basis for the emergency and for the selection of the particular contractor shall be included in the contract file. As soon as practicable, a record of the emergency procurement shall be made and shall set forth the contractor's name, the amount and type of the contract, a listing of the supplies or contractual service procured under this contract, and the number of the purchase order, if any. The city commission must be notified, after the fact, of such procurements in excess of twenty-five thousand dollars ($25,000.00) at the next scheduled commission meeting. In any event any increase over the original amount of an emergency procurement reported to the city commission exceeding ten (10) percent must be reported to the city commission to be noted for the record. (3) Purchases and acquisitions under contracts of the federal government, the State of Florida or its political subdivisions and also municipal co-operative purchasing organizations and programs. Purchases of supplies or contractual services under the provisions of local, state, and federal purchasing contracts as well as municipal co-operative purchasing organizations and programs shall be exempt from the competitive procurement requirements, provided that the following criteria are all satisfied: a. The terms and conditions of the original contract by federal, state, local government or municipal co-operative purchasing organization or program are satisfactory to the city and such terms and conditions are extended to other governmental bodies. b. The original contract by the federal, state, local government or municipal co-operative purchasing organization or program for supplies purchases or procurement of contractual services is current and in effect at the time of the proposed purchase of supplies or services by the city. c. The city manager has determined that the prices of the original contract are competitive and reasonable. ORDINANCE NO. 2020-07 d. The city commission must authorize such procurement when the cost of the supplies or contractual services exceeds twenty-five thousand dollars ($25,000.00). (4) Exempt contractual services not subject to the competitive procurement requirement are defined as: a. Services involving special skill, ability, training, or expertise, which in their nature are unique, original or creative. b. Legal services including paralegals, expert witnesses, appraisal services, investigative services and court reporters. c. Actuarial services. d. Auditing services. e. Academic program reviews or lectures or seminars by individuals. f. Health services involving examination, diagnosis, treatment, prevention, medical consultation or administration. g. Artistic services which are original and creative in character and skill in a recognized field of artistic endeavor such as music, dance, drama, painting, and sculpture, photography, culinary arts, fashion design and the like provided however, that contracts for artistic instructors, coaches, teachers, aides, and assistants are deemed contractual services subject to the requirements of competitive procurement. h. Performing artists and entertainers hired to provide entertainment for the benefit of the citizens of Oakland Park and the general public at any city facility. i. Maintenance service of equipment. When considered to be in the best interest of the city and recommended by the using department and the services to be performed are by the equipment manufacturer, manufacturer's service representative, a distributor of the manufacturer's equipment or when at least three (3) responsible services have been evaluated, the services may be procured without bid. j. Advertising. k. Utilities including but not limited to electric, water and telephone. 1. Goods and services provided by other government entities or not -for -profit - organizations. ORDINANCE NO. 2020-07 m. Copyrighted materials (books, videotapes, etc.) except computer software. n. Food, clothing and other promotional items purchased for resale or distribution to the public. o. The foregoing enumeration of services deemed to be exempt from the competitive procurement requirements is not intended to be an exhaustive or exclusive list. The city manager or his designee may determine if a contractual service must be procured through the competitive procurement process, if not expressly indicated above. Sec. 2-319. Contracts for professional services. All contracts for professional services as that term is defined in the Consultants Competitive Negotiations Act, Florida Statutes 287.055 (1991), as amended from time to time, shall be awarded in accordance with the procedures set forth in that Act and any city purchasing procedures adopted in furtherance of that Act. Selection and negotiation committees shall be created to evaluate the qualifications and performance capabilities of offerors responding to the solicitation for professional services, and to competitively negotiate contracts therefore, in accordance with the requirements of the Consultants Competitive Negotiations Act. The city manager shall have the authority to appoint the members of the selection and negotiation committees for each procurement of professional services made pursuant to the Consultants Competitive Negotiations Act. Sec. 2 317. Purchase of insurance. I .�hil eta odity ..th l hall be <, cha ed b<. feilo g 4he �11J..1.,.1...: , :. l.11.. 1.._.� .,......11 mV�lll�, "' by Florida law. (Ord. No. 90 7, §§ 1, 2, 7 25 90} Sec. 2 318. Contracts for acquisition or purchase of commodities. a r,<, nt t .tract fo t.V 11 LL11V1.11111.0 Jl[Ull 11VL VC services or incidental to the services performed thereunder. Any contract providing for ities, except that service contracts may provide (Ord. No. 90 7, §§ 1, 2, 7 25 90) ORDINANCE NO. 2020-07 ( ) Is4 cha of editie be ale ..1�e t c cha t1.e of , TUT excess of five thousand dollars (S5,000.00) unless made upon competitive bids received except: {1) If the city manager shall maintain that an emergency exists in regard to the city manager shall file with the city commission a statement under oath certifying the conditions and circumstances. In the case of the emergency to the city commission. r-hasi- - - -ts- i-- _--- - - by t e city pted frog, petiti„e bid „tom {3) Commodities available only from a single source may be excepted from the bid -requirements upon t e filing-by-t-lecity- Lags ef-a-«eat n-ef eenditiens and circumstances with the city commission, if subsequent thereto, the city commission authorizes the exception by majority vote of the eemmissien (4) When it is in the best interest of the city, the city manager or his designated be done only under conditions most favorable to the public interest and upon {5) When the city manager determines in writing that the solicitation for may be procured by requests for proposals. For commodities in excess of seventy five thousand dollars ($75,000.00), the determination shall be submitted the requirements set forth in the request for proposals, discussions may be conducted with qualified offerors. The city commission shall assist in the discussion upon request from the city manager. Qualified offerors shall be accorded fair and equal treatment with respect to any opportunity for ,. , , to the s„bmtta1 c to cified in -the ILIJI UVJSVLL KSLIT SG. Y SJLVST VS VSV VV�JUrJ proposal is determined to be the most advantageous to the city, taking into consideration price and the other evaluation criteria set forth in the request for lar-epes,ls The basis a ..hic1, the ar,a ; a e for ec ities of seventy five thousand dollars ($75,000.00) shall be submitted in writing to the ORDINANCE NO. 2020-07 (b) If no competitive bids or proposals for commodity purchases aye received, the city manager or his designated repccscittativc may negotiate on the best terms and conditions. (c) Upon issuance of any invitation to bid or request for proposals, the city manager shall forward to the city commission one (1) copy of each invitation to bid or ($5,000.00). The city manager shall also furnish a copy of all competitive bids or proposal tabulations. The city commission shall review the biel tabulations and Sec. 2 320. Procurement of contractual services. (a) For the purposes of this sectieff, the term "city contractual service term contract" contractual service during a prescribed period of time or by a specific date. The specified period of time or date completes such contract. This section is intended to establish procedures for direct negotiations and contracting for those municipal shall include a detailed description of the services sought, the date for submittal of bids, and all contractual terms and conditions applicable to the procurement of limited to, price, to be used in determining acceptability of the bid. If the agency The bid shall include the price for each year for which the contract may be renewed. quoted by the bidder. No criteria may be used in determining acceptability of the bid that was not set forth in the invitation to bid. The contract shall be awarded bidder who submits the lowest and best bid. This bid must be determined in writing to meet the requirements and criteria set forth in the invitation to bid. proposals. A request for proposals which includes a statement of the cervices contractual services, including the criteria, which shall include, but need not be issued. If the agency contemplates renewal of the contract, it shall be so stated in the request for proposals. The proposals shall include the price for each year for which then n ract rr. y be r wed T.valu tion of proposnls shall include conc+idera ion of the total cost for each year as quoted by the proposer. To assure full understanding ORDINANCE NO. 2020-07 conducted with qualified offerors. The offerors shall be accorded fair and equal trcatment prior to the submittalte cified ^ the r est for p ^ls with shall be made to the responsible offeror whose preposal is determined in writing to be the most advantageous to the city, taking it #e consideration the price and the other criteria set forth in the request for proposals. The contract file shall contain the basis a ..hic1, tt,e are w a,ae (d) When the price of contractual services is less than three thousand five hundred dollars ($3,500.00), an agency shall not be required to use the competitive �„7.,res set forth i „bsect:ons (b) ana (c) However t1.e sh ll not divid Y+i va,a.a.a aaa a.v , the procurement of contractual services se as to avoid the requirements of (e)- A contract for' contrac seryi 1 e a ,ariled=withou -eempe it en if it -is determined in writing that such service ; however, if such contract is for as -amount grmter than five thousand dollars ($5,000.00), the agency shall secure prior approval from the city commission. (f) A contract for contractual services may be awarded without competition if county, state or feder..� law p ribes with, whom 41,.E n .st c ntraet o iG t1.e rate of v aaa aa. va aa,ua.a aca au -ram (g) If only one (1) response to an invitation to bid or request for proposals is received, to subsection (c). (h) If no response to an invitation to bid or request for proposals is received, the agency may proceed with the procurement of contractual services pursuant to subsection (c). (i) If the city manager determines in writing that an immediate danger to the public health, safety, welfare, or other substantial loss to the city, requires emergency necessitated by the immediate danger without competition. However, such emergency procurements shall be made with such competition as is practicable under the circumstances. The agency shall furnish copies of the written determination, certified under oath, and any other documents relating to the (j) Extension of a contract for contractual services shall be in writing for a period not to exceed six (6) months and shall be subject to the same terms and conditions set forth in the initial contract. The extension may, however, provide for an increase in the initial contract. There shall be only one (1) extension of a con'-r et un ess the failure to meet the criteria set forth in the contract for completion of the contract is due to events beyond the contractor's control. ORDINANCE NO. 2020-07 (k) Renewal of a contract for contractual services shall be in writing and shall be subject to the same terms and conditions set forth in the initial contract. The cost of proposals. Renewals arc to be done en a yearly basis, and contracts shall not be ) - -- each - n-actual se- • i-e-- een--act, tee agenc shall des_gnate an emp_o e shall be r Bible for e�.forei g .,«Lerman, of a Lai Lam. LSVaI LlU <.VaLLlCRL aS the contract terms and conditions, serve -as , aison with the -contractor ill (m) Each agency shall designate one (1) employee who, in addition to his existing file and financial information on all contractual services contracts and who shall (n) A selection team of at lust three (3) employees who have experience and knowledge i., t e ., .,,1 nts for wh c1. ntFast al a�a i., .. a....b�. �.. La ice. see-seught-shell be appeinted bythe to t e-snenof .,tractors f ^ ntracts of m a t an n+., five tho„sanc a nary ($75 000 nrn �.,aLLa��Lva��o,-�^ , (o) No person who receives a contract which has not been procured pursuant to subsection (b) or subsection (c) to perform a fusibility study of the potential implementation of a subsequent contract, participating in the drafting of an invitation for bid,er-request-fer-prepesalser-develeping-a-pregrein-fer-future implementation, shall be eligible to contract with the agency for any other contracts dealing with that specific subject matter; nor shall any firm in which such person as h.,terest e eligible to « c, ntrac+ a o b1, (p) Each agency shall establish a review and appreval-process for all contractual , ncial, and legal review and approval. (q) Nothing in this section shall affect the validity or effect of any contract in existence e thdofp ngef th• rd; a i u ice,e sate� Sec. 3 320.1. Acquisition of professional architectural, engineering, landscape architectural, or land surveying services; adoption of state law. There is hereby adopted by reference to the same extent as if printed herein, the provisions of Florida Statutes, Section 287.055, ndea fro time t^ time, know., the "Consultants' Competitive Negotiations Act." ORDINANCE NO. 2020-07 Sec. 2-320.2- Cone of silence. (a) Purpose. A cone of silence shall be applicable to all city staff, the mayor and city commission and its staff, the city attorney and his/her staff, the city clerk and his/her staff regarding any communication relating to requests for proposal (RFP), requests for qualification (RFQ), invitations to bid (ITB), request for letters of interest (RFLI), or any other advertised solicitations for the provision of goods and services, professional services, and public works or improvements for amounts greater than $25,000.00, unless otherwise exempted in this section. (b) Definition. The term "cone of silence" means a prohibition on: (1) Any communication regarding a particular RFP, RFQ, ITB, RFLI, or any other advertised solicitation between a potential proposer, offeror, respondent, bidder, lobbyist or consultant and the city's staff including, but not limited to the city manager and his/her staff; (2) Any communication regarding a particular RFP, RFQ, RFLI, ITB or any other advertised solicitation between a potential proposer, offeror, respondent, bidder, lobbyist, or consultant and any member of the selection/evaluation committee therefore; Any communication regarding a particular RFP, RFQ, RFLI, ITB or any other advertised solicitation between a potential proposer, offeror, respondent, bidder, lobbyist, or consultant and the mayor and city commission and their respective staff, the city attorney and his/her respective staff, the city manager and his/her respective staff. (c) Exemptions. Notwithstanding the foregoing, the cone of silence shall not apply to: (1) Communications between a potential proposer, offeror, respondent, bidder, consultant and city purchasing staff, prior to bid opening date or receipt of proposals, provided the communication is limited strictly to matters of process or procedure already contained in the corresponding solicitation document; (2) Duly noticed pre-bid/proposal conferences and site inspections; (3) Duly noticed site visits to determine the competency of bidders/ proposers regarding a particular solicitation during the time period between the opening of bids/receipt of proposals and the time the city manager presents his/her written recommendation to city commission; (4) Emergency procurements; (5) Communications with the city attorney; (6) Sole source procurements; (3) (7) Those purchases that are exempted from competitive requirements in accordance with section 2-319 and section 2-320; ORDINANCE NO. 2020-07 (8) (9) Bid waivers; Oral presentations before selection/evaluation committees and communications occurring during duly noticed meetings of selection/evaluation committees; (10) Public presentations made to the city commission and communications occurring during any duly noticed public meeting; (11) Communications in connection with the collection of industry comments or the performance of market research regarding a particular RFP, RFQ, RFLI, ITB or any other advertised solicitation by the purchasing staff; (12) Contract negotiations that occur after an award; and (13) Any communication regarding a particular RFP, RFQ, RFLI, ITB or any other advertised solicitation between the city manager and his/ her staff, and the mayor and city commission and their staff. (d) Procedure. (1) Imposition. A cone of silence shall be imposed upon each RFP, RFQ, RFLI, ITB or any other advertised solicitation when the solicitation is advertised in a newspaper of general circulation. At the time of imposition of the cone of silence, the city manager or his/her designee shall issue a notice thereof to the affected department, the city clerk, the city attorney, mayor and city commission and shall include in any advertised solicitation a statement disclosing that the solicitation is subject to the cone of silence. (2) Termination; city council awarding authority. Except as otherwise provided herein, the cone of silence shall terminate at the date and time of the city commission meeting where the award will be made; provided, however, that if the city commission defers the matter to a future date, the cone of silence shall be reimposed until such time as the matter is brought back before the city council for further deliberation. In the event the city council decides to reject all bids, then the cone of silence shall be lifted. (3) City manager awarding authority. Except as otherwise provided herein, the cone of silence shall terminate at the time the issuing department issues a written recommendation to the city manager; provided, however, that if the city manager refers the recommendation back for further review, the cone of silence shall be reinstated until such time as the city manager issues a recommendation for award pending the bid protest period. (e) Penalties. Violation of the cone of silence by a particular bidder or proposer shall render the award to said bidder or proposer voidable by the city commission. A violation of this section by a particular bidder, proposer, offeror, respondent, lobbyist or consultant shall subject said bidder, proposer, offeror, respondent, lobbyist or consultant to five hundred dollars ($500.00) fine per violation and debarment. ORDINANCE NO. 2020-07 Sec. 2-321. - Contract document. (a) Every procurement of contractual services shall be evidenced by a written agreement embodying all provisions and conditions of the procurement of such services, which provisions and conditions shall include but not be limited to: (1) A provision that bills for fees or other compensation for services or expenses be submitted in detail sufficient for a proper pre_audit and post:audit thereof. (2) A provision that bills for any travel expenses shall be submitted in accordance with Section 112.061 of the Florida Statutes. A city agency may establish rates lower than the maximum provided in Section 112.061, Florida Statutes. A provision allowing unilateral cancellation by the agency for refusal by the contractor to allow public access to all documents, papers, letters, or other material subject to the provisions of Florida State Statutes, Chapter 119 and made or received by the contractor in conjunction with the contract. (4) A provision dividing the contract into units of deliverables, which shall include, but not be limited to, reports, findings, and drafts, that must be received and accepted in writing by the contract manager prior to payment. A provision specifying the criteria and the final date by which such criteria must be met for completion of the contract. (6) Where applicable, a provision specifying that the contract may be renewed on a yearly basis for a maximum of two (2) years after the initial contract specifying, the terms under which the cost may change as determined in the invitation to bid or request for proposals; and specifying that renewals shall be contingent upon satisfactory performance evaluations by the agency and subject to the availability of fund. (3) (5) (b) The written agreement shall be signed by the city manager and the contractor prior to the rendering of any contractual service, except in the case of a valid emergency as certified by the city manager. Sec. 2-322. - Sale of city property worth two hundred fifty dollars or less. The city manager shall be authorized to sell any city property certified by him/her to be obsolete and unusable without securing competitive bid if it appears that the obsolete and unusable property shall be of less value than two hundred fifty dollars ($250.00). Sec. 2-322.1. - Execution of contracts by city manager. ORDINANCE NO. 2020-07 The city manager shall execute and sign all contracts awarded by the governing body and authorized pursuant to law. The signature of the city manager shall be attested by the city clerk. In the absence of the city manager, the assistant city manager may execute and sign all contracts which shall be attested by the city clerk. department repairs. (a) Conditions. The city manager shall be authorized to expend from funds budgeted and , equipment city water or sewer system becomes damaged, requires immediate repair, or requires correction, expansion, supplementation, additional parts, equipment or appurtenances related thereto, provided: or interference with the health, safety or welfare of the citizens of the city. Dade County or the State of Florida. (2) That upon authorizing the expenditures authorized herein, the city manager shall at the next regularly scheduled commission meeting, submit to the city commission for its examination the need and necessity for the said expenditure, the amount and extent, granted herein and thereafter proceed to appropriate additional monies, authorize contractual services and do such other acts as may be necessary and proper in the circumstances, st.. (b) Conditions. The city manager shall be authorized to expend from funds budgeted and authorized for said purpose all neccicary monies for materials, labor, supplies, equipment 4t,ousan elellars ($6 nnn nrn without s .,l a petiti*e bides i,, the nt nt ; as ivu.,ux ccr uvxxuz .� i , requires correction, expansion, supplementation, additional parts, equipment or (c) Waiver. When the conditions of subsection (a) have been met, the provisions of sections 2 317 through 2 322 shall be deemed waived and the city manager is authorized to proceed in accordance with the terms and provisions set forth herein. ORDINANCE NO. 2020-07 the comm; .. by otion of .,ti.,uing plicatio,, order t„ plish tL.e Sec. 2-323. - Minority vendor procurement program. It is in the best interest of the city that minority vendor procurement program for qualified vendors be established to enable the city to fully utilize the skills and services of such minority vendors in acquiring goods and services by the city. Sec. 2-324. - Protest procedures. The following shall govern any protest made by a participant in any competitive process utilized for the selection of a person or entity in regard to any response to a city requests for proposal (RFP)/ invitations to bid (ITB)/ request for letters of interest (RFLI) and/or requests for qualification (RFQ): (1) Protest of any city recommendation for an award in response to a request for proposals shall be filed with the city clerk and mailed by the protesting party to all responders to the bid proposal within seventy-two (72) hours of the city's recommendation for an award or the city's actual award, whichever comes first. Such protest shall be in writing, shall state the particular grounds on which it is based, and shall include all pertinent documents and evidence. The protest letter to the city clerk shall include proof of mailing/receipt to other responders to the bid and shall be accompanied by a cashier's check in the amount of five hundred dollars ($500.00) representing the filing fee, plus a cost bond in the amount of two thousand five hundred dollars ($2,500.00) to reimburse the city for all administrative costs associated with the appeal process. The two thousand five hundred dollars ($2,500.00) bond shall be returned to the protester if the protester prevails in the hearing before the hearing examiner/special master. If the protester does not prevail the city shall keep the bond. Any grounds not stated shall be deemed waived. (2) Protests shall be referred by the city clerk to the city manager who shall select a hearing examiner or special master who shall hold a hearing and submit written findings and recommendations within fifteen (15) days of the filing of the protest. The hearing examiner shall consider the written protests, supporting documents in evidence, the city's recommendations and supporting documentation and all evidence presented at the hearing. Such finding and recommendation shall be filed with the city clerk. (3) Hearing examiners/ special masters shall be members of the Florida Bar. (4) The hearing examiner/special master's findings shall be final. Appeals of a decision by the hearing examiner shall be to the county circuit court. The prevailing party in the appeal may be entitled to recover any and all attorneys' fees and costs incurred in the appeal. Failure to follow the protest procedures set forth herein shall automatically nullify any protest or claim brought by an aggrieved bidder, offeror or contractor. (5) ORDINANCE NO. 2020-07 Section 4. Severability. If any provision of this Ordinance or the application thereof to any person or circumstance is held invalid, such invalidity shall not affect other provisions or applications of this Ordinance that can be given effect without the invalid provision or application, and to this end the provisions of this Ordinance are declared to be severable. Section 5. Conflict & Repealer. All ordinances and parts of ordinances in conflict with this ordinance are hereby repealed. Section 6. Inclusion in Code. It is the intention of the City Commission of the City of Opa-locka that the provisions of this Ordinance shall, at some time in the future, become and be made a part of the General Code of Ordinances of the City of Opa-locka and that the sections of this Ordinance may be renumbered or re -lettered and the word "Ordinance" may be changed to "Chapter," "Section," "Article" or such other appropriate word or phrase, the use of which shall accomplish the intentions herein expressed. Section 7. Effective Date. This Ordinance shall take effect immediately upon its adoption on second reading. PASSED AND ADOPTED this 8th day of April, 2020. ORDINANCE NO. 2020-07 Matthew . Pigatt, Mayor ATTEST: J nna Flores, City Clerk APPROVED AS TO FORM AND LEGAL SFICIENCY: B n- e No is -Weeks, P.A. City Attorney Moved by: VICE MAYOR DAVIS Seconded by: COMMISSIONER BURKE VOTE: 5-0 Commissioner Bass YES Commissioner Burke YES Commissioner Kelley YES Vice -Mayor Davis YES Mayor Pigatt YES City of Opa-locka Agenda Cover Memo Department Director: Robert Anathan Department Director Signature: 2 c0,—. City Manager: John Pate CM Signature: a&e:,....4-wo-e-e,,_'?..o,-.1-v---L.°'r—Se Ordinance Other Commission Meeting Date: Mar 11, 2020 Item Type: (EnterX in box) Resolution X Fiscal Impact: (Enter X in box) N/A Yes No Ordinance Reading: (Enter X in box) 1st Reading 2nd Reading X Public Hearing: (Enter X in box) Yes No Yes No X X Funding Source: Account#/ : General Fund (Enter Fund & Dept) Ex: 16-512490 Advertising Requirement: (Enter X in box) Yes No X Contract/P.O. Required: (Enter X in box) Yes No RFP/RFQ/Bid#: X Strategic Plan Related (Enter X in box) Yes No Strategic Plan Priority Enhance Organizational Bus. & Economic Dev Public Safety Quality of Education Qual. of Life & City Image Communication Area: so Strategic Plan Obj./Strategy: (list the specific objective/strategy this item will address) Increased purchasing operations effectiveness X NI isi MI NI I■ Sponsor Name City Manager Department: City Manager's Office City Manager Short Title: Purchasing Ordinance Amendment Staff Summary: The current ordinance is unnecessarily overly restrictive and also creates confusion through contradicting itself. Current Section 2-316 (8) indicates "To purchase supplies, equipment or services in amounts not exceeding twenty-five thousand dollars ($25,000) [can be done] by negotiations and informal bids". However, in contrast, Section 2-319 indicates that most purchases of commodities (supplies) require competitive bidding over $5,000 and Section 2-320 indicates that procurement of most contractual services requires competitive bidding over $3,500. These limits impose unrealistically burdensome purchasing constraints on the City and are a fraction of the limits used by most municipalities. The current ordinance also indicated that selection panels would be empaneled for procurements in excess of $75,000, three times greater than the $25,000 threshold used by most municipalities. To improve the effectiveness of the purchasing ordinance, the major change is found in new Section 2-316 (9). This section indicates that as the dollar amount of procurement increases from $1 to $25,000, there are increasing quote requirements ranging from a single telephone quote at the low end to three written quotes for procurements from $7,500 to $25,000. As is currently the case, the City Manager is the final approving authority for procurement up to $25,000 with any procurement above this threshold requiring formal competitive bidding procedures and City Commission approval. This brings the City into conformance with normal municipal practices and eliminates the overly restrictive and contradictory requirements in the current ordinance. Also, the new language is presented in an orderly manner and consequently some of the same information present in the current ordinance is struck out since it becomes redundant with the same language appearing in a revised section. For example, Section 2-316 (2) (a) & (b), exemption from competitive bidding requirements when piggybacking on State or County contracts, has been deleted since it is now redundant with a new more comprehensive list of circumstances which exempt the requirement for competitive bidding (New Section 2-318), Former Sections 2-317 to 2-320.1 and Section 2-323 have been deleted since the contents of these sections have either been clarified, made more efficient or have been otherwise addressed in the proposed amendment Proposed Action: It is recommended that the proposed purchasing ordinance amendment be adopted to enhance the purchasing process. Attachment: 1. Recommended proposed purchasing ordinance amendment in the delete (strike -out) and addition format. 2. Recommended proposed purchasing ordinance amendment in the final format. CONTRACT AGREEMENT BETWEEN CITY OF OPA- LOCKA AND PROVINCIAL SOUTH, INC. (PSI ROOFING) FOR ROOFING REPAIR SERVICES TO THE FLEET MANAGEMENT FACILITY Page 1of18 AGREEMENT THIS IS AN AGREEMENT dated the Day of , 2020, between: CITY OF OPA-LOCKA, a Florida municipal corporation, hereinafter "CITY," and PROVINCIAL SOUTH, INC. (PSI ROOFING) A licensed Company, authorized to do business in the State of Florida, hereinafter "CONTRACTOR". WITNESSETH: In consideration of the mutual terms and condition, promises, covenants, and payments hereinafter set forth, CITY and CONTRACTOR agree as follows: ARTICLE 1 PREAMBLE In order to establish the background, context and form of reference for this Agreement and to generally express the objectives, and intentions, of the respective parties herein, the following statements, representations and explanations shall be accepted as predicates for the undertakings and commitments included within the provisions which follow and may be relied upon by the parties as essential elements of the mutual considerations upon which this Agreement is based. 1.1 On August 12, 2020, the CITY authorized the proper CITY officials to enter into an agreement with CONTRACTOR to render the services more particularly described herein below. Page 2 of 18 ARTICLE 2 SCOPE OF WORK 2.1 The CONTRACTOR shall furnish all of the materials, equipment, tools, supplies, and labor necessary to perform all of the work described for roofing repairs at the fleet management facility proposal dated 6/29/20 (attached hereto as Exhibit "A") and in accordance with the September 6, 2018, National IPA awarded NRP, a contract for roofing products, services, and job -order -contracting services submitted for roofing repair services as shown in (Attached Exhibit "B"). 2.2 CONTRACTOR hereby represents to CITY, with full knowledge that CITY is relying upon these representations when entering into this Agreement with CONTRACTOR, that CONTRACTOR has the professional expertise, experience and manpower to perform the services to be provided by CONTRACTOR pursuant to the terms of this Agreement. 2.3 CONTRACTOR assumes professional and technical responsibility for performance of its services to be provided hereunder in accordance with recognized professional standards for specified services. If within One (1) year following completion of its services, such services fail to meet the aforesaid standards, and the CITY promptly advises CONTRACTOR, CONTRACTOR agrees to re -perform such deficient services without charge to the CITY. ARTICLE 3 TIME FOR COMPLETION AND LIQUIDATED DAMAGES 3.1 The CONTRACTOR shall commence work to be performed under this Agreement upon full execution of Contract. CONTRACTOR shall complete all work in a timely manner substantially by sixty days (60) after full execution of contract date, and final completion will be thirty days (30) after substantial completion date. Should there be any delay in issuance of permit by the jurisdictional authorities completion time will be adjusted accordingly. 3.2 Anything to the contrary notwithstanding, minor adjustment to the timetable for completion approved by CITY in advance, in writing, will not constitute a delay by CONTRACTOR. Furthermore, a delay due to an Act of God, fire, lockout, strike or labor dispute, riot or civil commotion, act of public enemy or other cause beyond the control of CONTRACTOR shall extend this Agreement for a period equal to such delay and during this period such delay shall not constitute a delay by CONTRACTOR for which liquidated damages are due. 3.3 Contractor's failure to perform the work specified in Exhibit "A" shall result in Contractor being required to pay liquidated damages in the Amount of One Thousand Dollars and Zero Cents ($1,000.00) per day for each unexcused day after the completion date set forth in Section 3.1 above. Page 3 of 18 ARTICLE 4 CONTRACT SUM 4.1 The CITY hereby agrees to pay CONTRACTOR for the faithful performance of this Agreement, $41,625.25 for work to be completed in accordance with the "Proposal" submitted by CONTRACTOR. Itemized prices for work completed by the CONTRACTOR shall be as reflected in the proposal submitted, a copy of which is attached hereto and made a part hereof as Exhibit "A", with no change in the price shown. A total contract price hereto is referred to as Contract Sum and shall be forty one thousand six hundred twenty five dollars and twenty five cents. 4.2 Notwithstanding any other provision of this contract, the CONTRACTOR shall guarantee all portions of the Project against poor workmanship and faulty materials for a period of one (1) year after final completion certificate and retainage payment, and shall correct within fourteen business days (14) any defects which may appear during this period upon notification by CTTY. This provision shall in no way affect the manufacturing warranty for repair or replacement. 4.3 The making and acceptance of the final payment shall constitute a waiver of all claims by CONTRACTOR except those previously made and still unsettled. ARTICLE 5 PROGRESS PAYMENTS 5.1 Based upon Applications for Payment submitted by the Contractor to the Owner in the Standard American Institute of Architects' Forms (AIA) G701, G702, and G703, and upon Project Applications and Certificates for Payment issued by the Owner, the Owner shall make progress payments on account of the Contract Sum to the Contractor as provided below and elsewhere in the Contract Documents. 5.2 The period covered by each Application for Payment shall be one calendar month ending on the last day of the month, or as follows: 5.2.1. The City is under a declared State of Financial Emergency pursuant to Section 218.503, Florida Statutes. As a result, the parties to this Agreement acknowledge that all invoices presented for payment shall be reviewed and approved by the State of Florida prior to payment and that the City is therefore unable to comply with the Florida Local Government Prompt Payment Act. 5.2.2. Each Application for Payment shall be based upon the Schedule of Values submitted by the Contractor in accordance with the Contract Documents. The Schedule of Values shall allocate the entire Contract Sum among the various portions of the Work and be prepared in such form and supported by such data to substantiate its accuracy as the Owner may require. This schedule, unless objected to by the Owner, shall be used as a basis for reviewing the Contractor's Page 4 of 18 Applications for Payment. 5.2.3. Applications for Payment shall indicate the percentage of completion of each portion of the Work as of the end of the period covered by the Application for Payment. 5.2.4. Subject to the provisions of the Contract Documents, the amount of each progress payment shall be computed as follows: 5.2.4.1 Take that portion of the Contract Sum properly allocable to completed Work as determined by multiplying the percentage completion of each portion of the Work by the share of the total Contract Sum allocated to that portion of the Work in the Schedule of Values, less retainage of Ten percent (10%). Pending fmal determination of cost to the Owner of changes in the Work, amounts not in dispute may be included in applications for Payment. The amount of credit to be allowed by the Contractor to the Owner for a deletion or change which results in a net decrease in the Contract Sum shall be actual net cost as confirmed by the Construction Manager. When both additions and credits covering related Work or substitutions are involved in a change the allowance for overhead and profit shall be figured on the basis of net increase, if any, with respect to that change. 5.2.4.2 Add that portion of the Contract Sum properly allocable to materials and equipment delivered and material suitably stored at the site for subsequent incorporation in the completed construction or, if approved in advance by the Owner, material suitably stored off the site at a location agreed upon in writing, less retainage of ten percent (10%). 5.2.4.3 Subtract the aggregate of previous payments made by the Owner; and subtract amounts, if any, for which the Construction Manager has withheld or nullified a Certificate for Payment. 5.3 Each Application for Payment submitted by the Contractor to the Owner shall include Partial Release of lien from his company and each subcontractor for labor, equipment, services or materials described in the Application for Payment. 5.4 The progress payment amount determined in accordance with the above shall be further modified under the following circumstances: 5.4.1 Add, upon Substantial Completion of the Work, a sum sufficient to increase the total payments to Ninety percent (90%) of the Contract Sum, less such amounts as the Construction Manager recommends and the Owner determines for incomplete Work and unsettled claims; and Page 5 of 18 5.5 Reduction or limitation of retainage, if any, shall be as follows: None Page 6 of 18 ARTICLE 6 FINAL PAYMENT 6.1 Final Payment, constituting the entire unpaid balance of the Contract Sum, shall be made by the Owner to the Contractor when: (a) The Contract has been fully performed by the Contractor upon the Contractor's fulfilled responsibility to correct nonconforming Work and to satisfy other requirements, if any, which necessarily survive final payment, and (b) The Contractor has furnished the City with Final Release of Lien from his own company and from each subcontractor for labor, equipment, services or materials described in the Final Application for Payment, and (c) A final Project Certificate for Payment has been issued by the City upon the Architect/Engineer of records final completion Certificate, and (d) The Contractor has met all provisions of the reporting requirements of grants if the project is funded by grant money; such fmal payment shall be made by the Owner not more than 20 days after the issuance of the fmal Project Certificate for Payment. ARTICLE 7 CONTRACTOR'S LIABILITY INSURANCE 7.1 The CONTRACTOR shall not commence work under this contract until it has obtained all insurance required under this Article and such insurance has been approved by the CITY nor shall the CONTRACTOR allow any Subcontractor, if applicable, to commence work on a sub- contract until all similar such insurance required of the subcontractor has been obtained and approved. 7.2 Certificates of insurance, reflecting evidence of the required insurance, shall be filed with the City prior to the commencement of the work. These Certificates shall contain a provision that coverage afforded under these policies will not be canceled until at least thirty days (30) prior written notice has been given to the CITY. Policies shall be issued by companies authorized to do business under the laws of the State of Florida. 7.3 Financial Ratings must be no less than "A" in the latest edition of "Bests Key Rating Guide", published by A.M. Best Guide. 7.4 Insurance shall be in force until all work required to be performed under the terms of the Contract is satisfactorily completed as set forth in the Architect/Engineer of Records' Final Completion Certificate and the Certificate of Occupancy (C.O.) as evidenced by the formal acceptance by the CITY. In the event the insurance certificate provided indicates that the insurance shall terminate and lapse during the period of this contract, then in that event, the CON TRACTOR shall furnish, at least three (3) days prior to the expiration of the date of such insurance, a renewed certificate of insurance as proof that equal and like coverage for the balance of the period of the contract and extension there under is in effect. The Page 7 of 18 CONTRACTOR shall not continue to work pursuant to this contract unless all required insurance remains in full force and effect. 7.5 Contractor's Insurance Coverage shall include General Liability, Automobile Liability, Professional Liability and Worker's Compensation and Employer's Liability: (a) Workers' Compensation Insurance — as required by law; (b) Employer's Liability Insurance - as required by law; (c) Automobile Liability Insurance — the minimum limit of coverage shall be $1,000,000 per occurrence, combined single limit for Bodily Injury Liability and Property Damage Liability (d) Personal Injury in the minimum amounts of $1,000,000 for combined Bodily Injury and Property Damage. (e) Professional Liability Insurance: minimum coverage shall be $1,000,000.00 with deductible or self -insured retention (SIR) indicated. 7.6 The CONTRACTOR shall hold the CITY, its agents, and employees, harmless on account of claims for damages to persons, property or premises arising out of the operations to complete this Agreement and name the CITY as additional insured under their policy. 7.7 The CITY reserves the right to require any other insurance coverage it deems necessary depending upon the exposures, following discussion and confirmation of the same with the Contractor. ARTICLE 8 PROTECTION OF PROPERTY 8.1 At all times during the performance of this Contract, the CONTRACTOR shall protect the CITY's property and properties adjoining the Project site from all damage whatsoever. ARTICLE 9 CONTRACTOR'S INDEMNIFICATION 9.1 The CONTRACTOR agrees to release the CITY from and against any and all liability and responsibility in connection with the above mentioned matters and with the work being performed by Contractor. The CONTRACTOR further agrees not to sue or seek any money or damages from CITY in connection with the above mentioned matters. 9.2 The CON TRACTOR agrees to indemnify and hold harmless the CITY, its trustees, elected and appointed officers, agents, servants and employees, from and against any and all claims, demands, or causes of action of whatsoever kind or nature, and the resulting losses, costs, Page 8 of 18 expenses, reasonable attorneys' fees, liabilities, damages, orders, judgments, or decrees, sustained by the CITY or any third party arising out of, or by reason of, or resulting from the CONTRACTOR's negligent acts, errors, or omissions. 9.3 If a court of competent jurisdiction holds the City liable for certain tortious acts of its agents, officers, or employees, such liability shall be limited to the extent and limit provided in 768.28, Florida Statutes. This provision shall not be construed as a waiver of any right or defense that the City may possess. The City specifically reserves all rights as against any and all claims that may be brought. ARTICLE 10 INDEPENDENT CONTRACTOR 10.1 This Agreement does not create an employee/employer relationship between the parties. It is the intent of the parties that the CONTRACTOR is an independent contractor under this Agreement and not the CTTY's employee for any purposes, including but not limited to, the application of the Fair Labor Standards Act minimum wage and overtime payments, Federal Insurance Contribution Act, the Social Security Act, the Federal Unemployment Tax Act, the provisions of the Internal Revenue Code, the State Workers Compensation Act, and the State unemployment insurance law and similar laws. The CONTRACTOR shall retain sole and absolute discretion in the judgment of the manner and means of carrying out the CONTRACTOR's activities and responsibilities hereunder provided. This Agreement shall not be construed as creating any joint employment relationship between the CONTRACTOR and the CITY and the CITY will not be liable for any obligation incurred by CONTRACTOR, including but not limited to unpaid minimum wages and/or overtime premiums. ARTICLE 11 CONTRACT BOND Page 9 of 18 ARTICLE 12 CHANGES TO SCOPE OF WORK AND ADDITIONAL WORK 12.1 CITY or CONTRACTOR may request changes that would increase decrease or otherwise modify the Scope of Services/Basic Services to be provided under this Agreement as described in Article 2 of this Agreement. Such changes or additional services must be in accordance with the provisions of the Code of Ordinances of the CITY and must be contained in a written amendment, executed by the parties hereto, with the same formality and with equality and dignity prior to any deviation from the terms of this Agreement, including the initiation of any additional or extra work. Each amendment shall at a minimum include the following information on each project: DATE PROJECT NAME PROJECT COST CHANGES DESCRIPTION ESTIMATED COST FOR ADDITION OR CHANGE TO PROJECT CONTRACT ESTIMATED PROJECT COMPLETION DATE ARCHITECT/ENGINEER OF RECORD'S APPROVAL 12.2 In no event will the CONTRACTOR be compensated for, nor will the City request for any work which has not been described in a separate written agreement executed by the parties hereto. ARTICLE 13 TERM AND TERMINATION 13.1 This Agreement may be terminated by either party for cause, or the CITY for convenience, upon thirty (30) days written notice by the CITY to CON TRACTOR in which event the CON TRACTOR shall be paid its compensation for services performed to termination date. In the event that the CONTRACTOR abandons this Agreement or causes it to be terminated, he shall indemnify the CITY against any loss pertaining to this termination up to a maximum of the full contracted fee amount. All finished or unfinished documents, data, studies, plans, surveys, and reports prepared by CONTRACTOR shall become the property of CITY and shall be delivered by CON TRACTOR to CITY. 13.2 This Agreement shall take effect as of the date of execution as shown herein below and continue for such time as is contemplated by the Agreement. Page 10 of 18 ARTICLE 14 CONTRACT DOCUMENTS 14.1 CONTRACTOR and CITY hereby agree that the following Contract Documents, made a part of this Agreement, as if written herein word for word: This Agreement; Proposals as set forth in Exhibit "A" and City's Resolution in Exhibit "B". ARTICLE 15 MISCELLANEOUS 15.1 Legal Representation: It is acknowledged that each party to this Agreement had the opportunity to be represented by counsel in the preparation of this Agreement and, accordingly, the rule that a contract shall be interpreted strictly against the party preparing same shall not apply due to the joint contribution of both parties. 15.2 Assignments: This Agreement, or any interest herein, shall not be assigned, transferred or otherwise encumbered, under any circumstances, by CONTRACTOR without the prior written consent of CITY. For purposes of this Agreement, any change of ownership of CONTRACTOR shall constitute an assignment which requires CITY approval. However, this Agreement shall run to the CITY and its successors and assigns. 15.3 Records: CONTRACTOR shall keep the as -built drawings, the shop -drawings, books and records and require any and all subcontractors to keep books and records as may be necessary in order to record complete and correct entries as to personnel hours charged to this engagement, and any expenses for which CONTRACTOR expects to be reimbursed, if applicable. Such books and records will be available at all reasonable times for examination and audit by CITY and shall be kept for a period of three (3) years after the completion of all work to be performed pursuant to this Agreement, or for such longer period as is required by law. Incomplete or incorrect entries in such books and records will be grounds for disallowance by CITY of any fees or expenses based upon such entries. Page 11 of 18 15.4 Ownership of Documents: Reports, surveys, plans, calculations, shop -drawings studies and other data provided in connection with this Agreement are and shall remain the property of City. 15.5 No Contingent Fees: CONTRACTOR warrants that it has not employed or retained any company or person, other than a bona fide employee working solely for the CONTRACTOR, to solicit or secure this Agreement, and that it has not paid or agreed to pay any person, company, corporation, individual or firm, other than a bona fide employee working solely for CONTRACTOR, any fee, commission, percentage, gift, or other consideration contingent upon or resulting from the award or making of this Agreement. For the breach or violation of this provision, the CITY shall have the right to terminate the Agreement without liability at its discretion, to deduct from the contract price, or otherwise recover the full amount of such fee, commission, percentage, gift or consideration. 15.6 Notice: Whenever any party desires to give notice unto any other party, it must be given by written notice, sent by registered United States mail, with return receipt requested, addressed to the party for whom it is intended and the remaining party, at the places last specified, and the places for giving of notice shall remain such until they shall have been changed by written notice in compliance with the provisions of this section. For the present, the CONTRACTOR and the CITY designate the following as the respective places for giving of notice: CITY: COPY TO: COPY TO: John E. Pate, City Manager 780 Fisherman Street, 4tn Floor Opa-locka, Florida 33054 Burnadette Norris -Weeks, City Attorney 401 NW 7th Avenue Fort Lauderdale, Florida 33311 Airia Austin, CIP Director 780 Fisherman Street, 4th Floor Opa-locka, Florida 33054 CONTRACTOR: Provincial South Inc. (PSI Roofing) Darrick GOCKERELL President 792 NE 45TH ST OAKLAND PARK, FL 33334 Page 12 of 18 15.7 Binding Authority: Each person signing this Agreement on behalf of either party individually warrants that he or she has full legal power to execute this Agreement on behalf of the party for whom he or she is signing, and to bind and obligate such party with respect to all provisions contained in this Agreement. 15.8 Exhibits: Each Exhibit referred to in this Agreement forms an essential part of this Agreement. The exhibits if not physically attached should be treated as part of this Agreement and are incorporated herein by reference. 15.9 Headings: Headings herein are for convenience of reference only and shall not be considered on any interpretation of this Agreement. 15.10 Severability: If any provision of this Agreement or application thereof to any person or situation shall, to any extent, be held invalid or unenforceable, the remainder of this Agreement, and the application of such provisions to persons or situations other than those as to which it shall have been held invalid or unenforceable shall not be affected thereby, and shall continue in full force and effect, and be enforced to the fullest extent permitted by law. 15.11 Governing Law: This Agreement shall be governed by the laws of the State of Florida with venue lying in Miami -Dade County, Florida. 15.12 Disputes: Any claim, objection, or dispute arising out of the terms of this Agreement shall be litigated in the Eleventh Judicial Circuit Court in and for Miami -Dade County. 15.13 Attorneys Fees: To the extent authorized by law, in the event that either party brings suit for enforcement of this Agreement, the prevailing party shall be entitled to attorney's fees and court costs in addition to any other remedy afforded by law. 15.14 Extent of Agreement: This Agreement, together with all contract documents, and all exhibits hereto or to the contract documents, represents the entire and integrated agreement between the CITY and the CONTRACTOR and supersedes all prior negotiations, representations or agreements, either written or oral. Page 13 of 18 15.15 Waiver: Failure of the CITY to insist upon strict performance of any provision or condition of this Agreement, or to execute any right there in contained, shall not be construed as a waiver or relinquishment for the future of any such provision, condition, or right, but the same shall remain in full force and effect. 15.16 Equal Opportunity Employment: CONTRACTOR agrees that it will not discriminate against any employee or applicant for employment for work under this Agreement because of race, color, religion, sex, age, national origin, or disability and will take affirmative steps to ensure that applicants are employed and employees are treated, during employment, without regard to race, color, religion, sex, age, national origin or disability. This provision shall include, but not be limited to, the following: employment upgrading, demotion or transfer; recruitment advertising, layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeships. ARTICLE 16 NOTICE TO PROCEED The CONTRACTOR shall commence work within five (5) working days from the date of the Notice to Proceed (NTP) following the issuance of approved permit by jurisdictional authorities, whichever comes earlier. No work shall begin without NTP. Residents must be given at least 48 hour -notice to commence construction at the site. Page 14 of 18 IN WITNESS OF THE FOREGOING, the parties have set their hands and seals the day and year first written above. CITY OF OPA-LOCKA ATTEST: BY: Joanna Flores, CMC John E. Pate City Clerk City Manager APPROVED AS TO FORM: Burnadette Norris -Weeks, City Attorney PSI ROOFING, INC ATTEST: Authorized Representative (Name) (Signature) WITNESSES: (Name) (Signature) (Name) (Signature) Page 15 of 18 STATE OF FLORIDA COUNTY OF MIAMI-DADE BEFORE ME, an officer duly authorized by law to administer oaths and take acknowledgments, personally appeared as of , a Florida corporation, and acknowledged executed the foregoing Agreement as the proper official of for the use and purposes mentioned in it and affixed the official seal of the corporation, and that the instrument is the act and deed of that corporation. IN WITNESS OF THE FOREGOING, I have set my hand and official seal at in the State and County aforesaid on this day of , 2020. NOTARY PUBLIC My Commission Expires: Page 16 of 18 See attached document for Exhibit "A" PROPOSAL: dated 06/29/2020 $41,625.25 Roofing Repair Services to the Fleet Management Facility Page 17 of 18 See attached document for Exhibit "B" CITY'S RESOLUTION No. 20- Page 18 of 18