Loading...
R12-036 1 2 RESOLUTION NO. R12 -036 3 4 A RESOLUTION OF THE CITY COMMISSION OF THE CITY 5 OF BOYNTON BEACH, FLORIDA, APPROVING THE "PIGGY - b BACK" OF A CITY OF COBB COUNTY, GEORGIA CONTRACT 7 NO. #09 -5408 WITH GARLAND / DBS, LLC., FOR ROOFING MATERIALS AND SERVICES FOR FIVE (5) UTILITIES P BUILDINGS; AUTHORIZING THE MAYOR AND CITY CLERK 113 TO EXECUTE A CONTRACT IN THE AMOUNT OF $251,974 II PLUS APPROVAL OF A 10% CONTINGENCY OF $25,197.40 FOR A TOTAL BUDGET APPROPRIATION IN THE AMOUNT 13 OF $277,171.40; AND PROVIDING AN EFFECTIVE DATE. 16 WHEREAS, City staff has confirmed that US Communities and Cobb County, 1 t7 Georgia have complied with Public Contract Bid requirements which equal or exceed the 18 City of Boynton Beach's requirements; and 1 WHEREAS, upon recommendation of staff, it is the City's desire to "piggy- back" a $p Cobb County, Georgia Contract #09 -5408 and authorizes the Mayor and City Clerk to sign 2h a Contract with Garland / DBS, LLC., for roofing materials and services for the five (5) 2'2 Utility Buildings. 5 NOW, THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF 1 1 p# THE CITY OF BOYNTON BEACH, FLORIDA, THAT: Section 1. The foregoing "Whereas" clauses are hereby ratified and confirmed $� as being true and correct and are hereby made a specific part of this Resolution upon 1 2b adoption. Section 2. The City Commission of the City of Boynton Beach, Florida, hereby 20 approves the "piggy-back" of a Cobb County, Georgia Contract #09 -5408 and authorizes pP " p�ggY " ty� g 1 1 3 1 10 the Mayor and City Clerk to sign a Contract with Garland /DBS, LLC., for roofing materials ii i t Document in Windows Internet Explorer 1 materials and services for the five Utility Buildings in the amount of $251,974 plus 2 approval of a 10% contingency of $25,197.40 for a total budget appropriation in the $ amount of $277,171.40, a copy of the Contract is attached hereto as Exhibit "A ". 4 Section 3. That this Resolution shall become effective immediately. 5 PASSED AND ADOPTED this 17 day of April X012 $ t CITY OF BOYNTON BEACH, FLORIDA $ 10; Mayo • •d ' L. Hay 11. - 7 12 I , 1 V' e May• — Wi ,liam Orlove 1 e• = 10; •mmJssitner - Ma cCray 1$j / 1, Commissioner - vin o z'man ----------- \-1 21 Commissioner — Marlene Ross 2 I ATTEST: 25 -I1 2: . r et M. Prainito, MMC 27 ity Clerk 2 2 I 0 1 - Y (34k` 3c 31 •.o. Seal)• I ;' v , Y , I I ■ I Document in Windows Internet Explorer it f� I I EXHIBIT A AGREEMENT BETWEEN COBB COUNTY, GEORGIA AND GARLAND/DBS, INC. Page 4 Document in Windows Internet Explorer �: COBB COUNTY PURCHASING DEPARTMENT Mark Kohntopp . - 1772 County Services Parkway interim Purchasing Director Marietta, Georgia 30008 4012 phone: (770) 528 -8427. fax: (770) 528 -1154 U.S. Communities 2033 North Main Street, Suite 700 Walnut Creek, CA 94596 Scott Wilson/David Kidd, Gentlemen: Cobb County has received a request from Garland/DBS, Inc. for a price adjustment to the Master Agreement awarded to Garland/DBS, Inc. by Cobb County, GA for Roofing Supplies and Related Products and Services Contract under the U.S. Communities Governmental Purchasing Program. Based on the increased prices for raw materials, especially crude oil over the past several years, the pricing adjustment is justified and accepted by Cobb County, Georgia. Garland/DBS, Inc's 2011 price book is accepted as the basis for material pricing under Master Agreement 09- 5408." Respectfully, -,% ` 7/ Mark D. Kohntopp, C.P. . Interim Purchasing Director Equal Opportunity Employer Cobb County...Expect the Best! www. cobbcounry org !Reference No. ,'Q 3c J Scanned Date: MASTER AGREEMENT (CONTRACT) PAGE 1 OF 1 DATE: November 30, 2009 MASTER AGREEMENT OWNER: COBB COUNTY BOARD OF COMMISSIONERS 100 CHEROKEE STREET MARIETTA, GEORGIA 30060 CONTRACTOR: V NAME: THE GARLAND COMPANY, INC.-GARLAND / DBS, LLC ADDRESS: 3800 E A S I 91 STREET, CLEVELAND, OHIO 44105 WORK: ROOFING SUPPLIES AND RELATED PRODUCTS AND SERVICES: The undersigned parties understand and agree to comply with and be bound by the entire contents of Sealed Bid #09 -5408: ROOFING SUPPLIES AND RELATED PRODUCTS AND SERVICES' PROJECT MANUAL (aka, the Contractor's Bld Proposal submitted June 4, 2009) which is incorporated here in by reference Contractor understands and agrees that the bonds and insurance required by the Project Manual are to be kept current at all times through the length of each term and for 90 Days following completion of each term Bonds and insurance must be renewed and presented to the owner at the time of each renewal term if Owner chooses to renew. Bonds and insurance shall be wntlen by a firm acceptable to the Owner as specified in the Project Manual. TERM: November 24, 2009 to November 23, 2012, with full renewal options per the Project Manual Owner shall exercise renewal options by issuance and delivery to Contractor of a written notice to renew thls Agreement PROJECT. ROOFING SUPPLIES AND RELATED PRODUCTS AND SERVICES in accordance with the Project Manual PRICE: Prices as stated for all schedules included in the Project Manual. BILLING: All original invoices shall be submitted directly to the Cobb County Finance Department. Invoices shall bill only for Work completed during the period covered by the invoice and shall clearly identify such work in accordance with invoicing guidelines in the Project Manual IN WITNESS WHEREOF, this Agreem . ecuted by Owner and accepted by Contractor to be effective as of the date first above writt =;' '.. oIa.; ' • Cobb County Board of Commissioner . * t ariand / DBS, LLC 100 Cherokee Street • ast 91 Street Marietta, Ga 30060 `.t leveland, ! i 44 :5 toXiiti2 4'v 4 ---`-?,PC0144/ trjrAP" e / °# ■# 4.1 Samuel S. Olens, Chairm.n Davtd • t ie '� Date 1) e-.• g , C.)1 Date: in) lL 4 l /0 Federal Tax ID Number: 27- 0288466 ci RPROVED AS M � COUNTY ATTORNEY'S OFFICE -63- APPROVED PF11 %HHNt 01V1( 01 NIA BOARI)OI C ONf.'►1r;s.Si(5^+FRS /` ... SECOND AME ! T TO MAS E ;. A REEMENT This Second Amendment to Master Agreement (the "Second Amendment ") is made as of ;"S, ' /7 i �r - , 2010, by and between Cobb County, Georgia ( "Cobb County ") and Garland/DBS, Inc., a Delaware corporation ( "Contractor"). RECITALS WHEREAS, Cobb County and Contractor entered into that certain Master Agreement dated as of November 24, 2009 (the "Master Agreement "); and WHEREAS, Cobb County and Contractor wish to enter into this Second Amendment for the purpose of addressing compliance by Contractor with the Federal ✓ Emergency Management Agency's Uniform Administrative Requirements for Grants and Cooperative Agreements to State and Local Governments. NOW, THEREFORE, the parties hereto, for the consideration, promises and mutual covenants set forth herein and in the Master Agreement agree as follows. SECTION 1. Compliance. Contractor in providing services under the Master Agreement shall comply with and it shall require those to which it sells products and V services to comply with the terns and conditions set forth in Exhibit A attached hereto that is titled "FEMA Standard Terms and Conditions Addendum for Contracts and Grants ", which is adopted by reference and incorporated into the Master Agreement as though fully set forth therein. SECTION 2. Master Agreement Remains in Full Force. The Master Agreement, except as amended by this Second Amendment remains in full force and effect. IN WITNESS WHEREOF, the parties hereto have executed this Second Amendment to be effective on the day and year first written above. GARLAND /DBS C., a Delaware c ),Ftitior B y f f Name: ( 1k -c te: f 1 a'+ f?.).. Title: l?TrF` r � e��TAL 1 COBB COUNTY, OEOROIA By Name: d9 .u Title: p .�� r,� �.r s;�� rF`c yr Approved as to form: B /_._ /(;77e0 .cv -7/ rrv Name: 1.. ,6 G , OAAJ4, Title: f/ sis /4, t ✓u j /14" �� y 2 EXHIBIT A FEMA STANDARD TERMS AND CONDITIONS ADDENDUM FOR CONTRACTS AND GRANTS If any purchase made under the Masten Agreement is funded in whole or in part by Federal Emergency Management Agency ( "FEMA ") grants, Contractor shall comply with all federal laws and regulations applicable to the receipt of FEMA grants, including, but not limited to the contractual procedures set forth in Title 44 of the Code of Federal Regulations, Part 13 ( "44 CFR 13 "). In addition, Contractor agrees to the following specific provisions: I. Pursuant to 44 CFR 13.36(i)(1), Cobb County is entitled to exercise all administrative, contractual, or other remedies permitted by law to enforce Contractot's compliance with the terns of this Master Agreement, including but not limited to those remedies set forth at 44 CFR 13.43. 2. Pursuant to 44 CFR 13.36(i)(2), Cobb County may terminate the Master Agreement for cause or convenience in accordance with the procedures set forth in the Master Agreement and those provided by 44 CFR 13.44. 3. Pursuant to 44 CFR 13.36(i)(3)- (6)(12), and (13), Contractor shall comply with the following federal taws: a. Executive Order 11246 of September 24, 1965, entitled "Equal Employment Oppottunity," as amended by Executive Order 11375 of October 13, 1967, and as supplemented in Department of Labor ( "DOL ") regulations (41 CFR Ch. 60); b. Copeland "Anti- Kickback" Act (18 U.S.C. 874), as supplemented in DOL regulations (29 CFR Part 3); c. Davis -Bacon Act (40 U.S.C. 276a- 276a -7) as supplemented by DOL regulations (29 CFR Part 5); d. Section 103 and 107 of the Contract Work Fours and Safety Standards Act (40 U.S.C. 327 -330) as supplemented by DOL regulations (29 CFR Part 5); e. Section 306 of the Clean Air Act (42 U.S.C. 1857(10, section 508 of the Clean Water Act (33 U.S.C. 1368), Executive Order 11738, and Environtnental Protection Agency regulations (40 CFR part 15); and f. Mandatory standards and policies relating to energy efficiency which are contained in the state energy conservation play issued m compliance with the Energy Policy and Conservation Act (Pub. L. 94 -163, 89 Stat. 871). 1 4, Pursuant to 44 CFR 13,36(i)(7), Contractor shall comply with FEMA requirements and regulations pertaining to reporting, including but not limited to those set forth at 44 CFR 40 and 41. 5 Pursuant to 44 CFR 13.36(i)(8), Contractor agrees to the following provisions regarding patents: a. All rights to inventions and /or discoveries that arise or are developed, in the course of or under this Agreement, shall belong to the Cobb County and be disposed of in accordance with Cobb County policy. Cobb County, at its own discretion, may file for patents in connection with all rights to any such inventions and /or discoveries. 6. Pursuant to 44 CFR 13.36(i)(9), Contractor agrees to the following provisions, regarding copyrights: a. If this Agreement iesults in any copyrightable material or inventions, m accordance with 44 CFR 13.34, FEMA reserves a royalty - free, nonexclusive, and in evocable license to reproduce, publish or otherwise use, for Federal Government purposes: (1) The copyright in any work developed under a grant or contract; and (2) Any rights of copyright to which a grantee or a contactor purchases ownership with grant support. 7. Pursuant to 44 CFR 13.36(1)(10), Contractor shall maintain any books, documents, papers, and recoils of the Contractor which are directly pertinent to this Master Agreement. At any time during normal business hours and as often as Cobb County deems necessary, Contractor shall permit Cobb County, FEMA, the Comptroller General of United States, or any of their duly authorized representatives to inspect and photocopy such records for the purpose of making audit, examination, excerpts, and transcriptions. 8. Pursuant to 44 CFR 13.36(i)(11), Contractor shall retain all required records for three years after FEMA or Cobb County makes final payments and all other pending matters are closed. In addition, Contractor shall comply with record retention requirements set forth in 44 CFR 13.42. 2 FIRST AMENDMENT TO MASTER AGREEMENT This Fast Amendment to Master Agreement (the "Amendment ") is made as of March 17 2010, by and between Cobb County, Georgia ( "Cobb County ") and GarlandIDBS, Inc., a Delaware corporation (the "Company "). RECITALS WHEREAS, Cobb County and the Company entered into a Master Agreement dated as of November 24, 2009 (the "Master Agreement "); and WHEREAS, Cobb County and the Company wish to enter into this Amendment for the purpose of addressing compliance with the federal American Recovery and Reinvestment Act of 2009, Pub.L. 111 -5 (the "Recovery Act ") by the Company NOW, THEREFORE, the parties hereto, for the consideration, promises and mutual covenants set forth herein and in the Master Agreement agree as follows. AGREEMENT SECTION I. Compliance. The Company in providing services under the Agreement shall comply with and shall require those to which it sells products and services to comply with the terns and conditions set forth in Exhibit A hereto that is titled "ARRA Standard Terns and Conditions Addendum for Contracts and Grants" '/ which is adopted by reference and Incorporated into the Master Agreement as though fully set forth therein. In Exhibit A, the Company is called the "Contractor /Grantee ". SECTION 2. Agreement Remains in Full Forcc. The Master Agreement, except as amended by this Amendment remains in full force and effect. IN WITNESS WHEREOF, the parties hereto have executed this Amendment to be effective on the day and year first written above. Cobb County Board of Commissioners APPROVED AS TO FORM: , County Atto e'y's Office / Garland /DBS, Inc. y 9. .rr► ,aLI Name: �/ ' a _11, r►f; 5 Kc,... Title. PR a z.1G,'t 1 EXHIBIT A ARRA STANDARD TERMS AND CONDITIONS ADDENDUM FOR CONTRACTS AND GRANTS If a contract or grunt involves the use of fiends, from the federal American Recovery and Reinvestment Act of 2009, Pub. L. 111 -5 ( "Recovery Act ' ), the following tennis and conditions apply. As used in this Section, "Contractor /Grantee" means the contractor or grantee receiving Recovery Act funds from Cobh County, Georgia ("Cobb County') wider this agreement. I. The Contractor /Grantee specifically agrees to comply with each of the terms and conditions contained herein, 2 Contractor /Grantee understands and acknowledges that the federal stimulus funding process is still evolving and that new requirements for Recovery Act compliance may stilt be forthcoming from ,federal government, State of Georgia, and Cobb County . Accordingly, Contractor /Grantee specifically agrees I /uit both it and suhcoritractors /svhgrantees will comply with all such requirements during the contract period AVAILABILITY OF FUNDING Contractor /Grantee agrees that programs supported with temporary Wei al funds made available from the Recovery Act may not be continued with Cobb County financed appropriations once the temporary federal funds are expended. BUY AMERICA REQUIREMENT Contractor /Grantee agrees that pursuant to Section 1605 of Title XV of the Recovery Act, neither Contractor /Grantee nor its subcontractors /subgrantees will use Recovery Act funds for a project for the constriction, maintenance, or repair of a public building or public work unless all of the iron, steel and manufactured goods used in the projcct are produced in the United States in a manner consistent with United States obligations under international agreements. This requirement shall be applied unless the use of alternative materials has been approved by a federal agency pursuant to Section 1605. CONFLICTING REQUIREMENTS Contractor /Grantee agrees that, to the extent Recovery Act requirements conflict with Cobb County requirements, the Recovery Act requirements shall control. FALSE CLAIMS ACT Contractor /Grantee agrees that it shall promptly refer to an appropriate federal inspector general any credible evidence that a principal, employee, agent, subgrantee, subcontractor or other person has submitted a claim under the federal False Claims Act, as amended, 31 U.S.C. § §3729 -3733, or has committed a criminal or civil violation of laws pertaining to fraud, conflict of interest, bribery, gratuity, or similar misconduct Involving those funds. ARRA STANDARD TERMS AND CONDITIONS ADDENDUM FOR CONTRACTS AND GRANTS ENFORCEABILITY Con tractor /Grantee agrees that if Contractor /Grantee or one of its subcontractors /subgrantees fails to comply with al! applicable federal and state requirements governing the use of Recovery Act funds, Cobb County may withhold or suspend, in whole or in part, funds awarded under the program, or recover misspent funds following an audit. This provision is in addition to all other remedies available to the Cobb County under all applicable state and federal laws. INSPECTION OF RECORDS Contractor /Grantee agrees that it shall permit the United States Comptroller General or his representative or the appropriate inspector general appointed under section 3 or 8G of Cie federal Inspector General Act of 1978, as amended, 5 U.S App. § §3 and 8(g), or his representative to: (1) examine any records that directly pertain to, and involve transactions relating to, this contract, and (2) interview any officer or employee of Contractor /Grantee or any or its suucontractors /subgrantees regarding the activities funded with funds appropriated or otherwise made available by the Recovery Act. JOB POSTING REQUIREMENTS Section 1512 of the Recovery Act requires states receiving stimulus funds to report on jobs created and retained as a result of the stimulus funds. Contractors /Grantees who receive Recovery Act funded contracts are required to post jobs created and retained as a result of stimulus funds on the State of Georgia's appropriate wcbsitc. PROHIBITION ON USE OF RECOVERY ACT FUNDS Contractor /Grantee agrees that none of fiends made available under this Conti act may be used for any casino or other gambling establishment, aquarium, zoo, golf course, swimming pools, or similar projects. REPORTING REQUIREMENTS Pursuant to Section 1512 of Title XV of the Recovery Act, entities receiving Recovery Act funds must submit a report to the federal government no later than ten (10) calendar days after the end or each calendar quarter. This report must contain the information outlined below. Accordingly, Contractor /Grantee agrees to provide the County with the following information in a timely manner: a The total amount of Recovery Act funds received by Contractor /Grantee during the Reporting Period; b The amount of Recovery Act funds that were expended or obligated during the Reporting Period; 2 ARRA STANDARD TERMS AND CONDITIONS ADDENDUM FOR CONTRACTS AND GRANTS c. A detailed list of all projects or actiNittes for which Recovery Act fiends were expended or obligated, including: i. the name of the project or activity; u. a description of the project or activity; iii. an evaluation of the completion status of the project or activity; and iv an estimate of the number of lobs created and the number of jobs retained by the project or activity; d For any subcontracts or subgi ants equal to or greater than $25,000: i. The name of the entity receiving the subaward, ii. The amount of the subaward; iii. The transaction type, iv The North American industry Classification System (NAILS) code or Catalog of Federal Domestic Assistance (CFDA) number; v Piogram source; vi. An award title descriptive of the purpose of each funding action, VII. The location of the entity receiving the subaward; vita. The primary location of the subaward, including the city, state, congressional district and country; ix. A unique identifier of thc entity receiving thc sub- award and the parent entity of Contractor /Grantee, should the entity be owned by another; x. The names and total compensation of the five most highly compensated officers of the company if it received 1) 80% or more of its annual gross ievenues in Federal awards; and 2) $25M or more in annual gross revenue from Federal awards. c. For any subcontracts or subgrants of less than $25,000 or to individuals, the information required may be reported in the aggregate and requii es the certification of an authorized officer of Contractor /Grantee that the information contained in the report is accurate. f Any other information reasonably requested by the County or required by state or federal Jaw or regulation. Standard data elements and federal instructions for use in complying with reporting requirements under Section 1512 of the Recovery Act, arc pending review by the federal government, and were published in the Federal Register, 74 Federal Register, 14824 (April 1, 2009), and arc to be provided online at www, Federal Rep orting.gov. SEGRI,CATION OF FUNDS Contractor /Grantee agrees that it shall segregate obligations and expenditures of Recovery Act funds from other funding. No part of funds made available under the Recovciy Act may he coniinglcd with any other funds or used for a puiposc other than that of making payments for costs specifically allowable under the Recovery Act. 3 ARRA STANDARD TERMS AND CONDITIONS ADDENDUM FOR CONTRACTS AND GRANTS SUBCONTRACTOR REQUIREMENTS Contractor /Grantee agrees that it shall include these standard terns and conditions, including this requirement, in any of its subcontracts or subgrants in connection with projects funded in whole of in part with funds available under the Recovery Act. WAGE REQUIREMENTS Contractor /Grantee agrees that, in accordance with Section 1606 of 'rifle XV1 or the Recovery Act, both it and its subcontiactors shall fully comply with this section in that, notwithstanding any other provision of law, and in a manner consistent with the other provisions of the Recovery Act, all laborers and mechanics employed by contractors and subcontractors on projects funded in \vholc or in part with funds available under the Recovery Act shalt be paid wages at rates not less than those prevailing on piojects of a character similar in the locality, as determined by the United States Secretary of Labor in accordance with Subchapter TV of Chapter 31 of Title 40 of the United States Code. WHISTLEBLOWER PROTECTION Contractor /Grantee agrees that both it and its subcontractors /subgrantees shall comply with Section 1553 of the Recovery Act, which prohibits all non- federal Contractor /Grantees of Recovery Act funds, including Cobb County, and all contractors and grantees of Cobb County, from discharging, demoting or otherwise discriminating against an employee for disclosures by the employee that the employee reasonably believes arc evidence of (1) gloss mismanagement of a contract or grant relating to Recovery Act funds; (2) a gross waste of Recovery Act fonds; (3) a substantial and specific clanger to public health or safety related to the implementation of use of Recovery Act funds; (4) an abuse of authority related to implementation or use of Recovery Act funds; or (5) a violation of law, rule, or regulation related to an agency contract (including the competition for or negotiation of a contract) or grant, awarded or issued relating to Recovery Act finds. In addition, Contractor/Grantee agrees that it and its subcontractors /subgrantees shall post notice of the rights and remedies available to employees under Section 1553 of Title XV of the Recovery Act 4 CONTRACT AMENDMENT FY 10 -01 Term of Current Contract: 11/24/09 - 11/23/12 Date of Amendment: 2/24/10 Owner: Cobb County Board of Commissioners, Cobb County, Georgia Contractor The Garland Company, Inc / Garland/DBS, LLC Project: Roofing Supplies and Related Services - Sealed Bid 09 -5408 This action amends the current contract referenced above. It is valid when signed by both the owner and the contractor. The signature of the Contractor indicates his agreement herewith Item #1: To change the name of the contractor from Garland/DBS, LLC to Garland/DBS, Inc. ACCEPTED - The above is satisfactory and is hereby accepted. All work to be performed under same terms and conditions as specified in original contract unless before or herein modified. OWNER CONTRACTOR Cobb County Board of Commissioners Garland/DBS, Inc. 100 Cherokee Street 3800 East 91 Street Marietta, Georgia 30060 Cleveland, Ohio 44105 Signed: /.17Z !� Signed: /A4AMP, Rick Brun T�� M. `I of Title: Purchasing Director Title: President Date: 3 — o 3 -- -)C Date: OC) / �� % ) ( a s ° -' . t�"�'„?r ' txr -n � ; . -i i r' '* -, _� '�' 4 as Sit X 7"" - `tae h �„ � ' .' e i.�' r ,e 's i t S . s: i. ... *7r*r t r Y °c4 - 7 L fa �YC F w ✓'a t t L Vm't '¢ ` „ v 3 �c �' �S s_u ' 1, H".+ ' ._ : - , i�C._, _ .:: • ...<L14.: :: `- 1 ' n n n r` n r- r. N. co co co tzi N o o II i to U. N u) N N N N y W .: _ , fill ' , ..: ... `.' '' - _ _ W a C.) W = N • N O 0 C. C7 0 Z s t 0 ■ CC C 0 re x 2 g v = 4 �- 0 P. O u. o 0 1 , .x sue ,L3 . '' 7 @ '0 O 0 `� O r O m m O O m a CL 0 Q 2 O .i o 2 ( 8 0 0. 0 a a a r F 2 . .2 ' in r co co 0 m c co co in a a 0 cn . b a o 0 0 CO CO p� a� C C C C C C C C t0 4:$ A a C C C C C C C C 7 7 3 v� f%] O 0 0 O 0 0 0 O U1 N W W is W W re, W N W c o W .4_-, W N W in W W C W a a a a a a a a a a -§ �N g �� � ., �� 2. • Xa as M - 6. t; W 7„ W y W W Way W y I— LIJ I— LLI W m W 9 1? N N tL' <a et NQ' NCC N � co et N N 2' N g N = O ),- m N taco )'• m N m N CO V) N C CO O N m N m 0 m 05. f to 6 N (0 t, N N _._ .._.. -.. N N CV N c.; c., N C -4 K ` aa iV he s :.,T k(' r � 4 r _ 2. r , 1.---. "t,"7: � ^ e .- r �, r xx `F t tea. ' ^ N o. W,, A N N t ry `7 N co 1N r r .- 9 9 9 o LL i LL 1i. Y. U. IL LL IL IL tL u. to to to to co N N to N to N - N 0 o C 0) c c 0 0 _. 2-- 0 O O C V 7 CZ et t ' w 6 i w w ro c co 0 al a - c m m m a m m WI ac m rD m m _ t E E c c cn > O O O v v t L 0 To w° 9 m n ) co to 2 c c J w f _ O J . ^ ^ O O 0 C C O c c c > 0 a Q v o a a a 0 W W W ` t - •W -- Q{ 0 .' a 11 in a. U - 6 U - !J -_ LA In ta igi O 8 to cn co £� fi o IL 0 0 0 0 o'E - °' . 6 3* .o C 2 CM C C C m c is . - -- m > O $ O D 0 O O E _- - O _ - ? g - u i m °r R ct vs di a, a d, do ° t ° p 0 to u. c o $ C7 o 2 (7 0 ° a ` 0 0 c £ 113 8 `a F v v 1 1 m § t § 1 Z-oa-:- .- Z _ z z m Z r to O2 G 2 ° - O ` � a Oco O6 5 ry 8 -- g � $ 8 g 8g ID ao Fr at = aw . °° - m. cc 0Z an IX m� O 1 ,¢ 0 an d O Z a ON O 0, o ` oQ c 0 c O c c ° Z?.-. Z3 ' Z2. Z o Z o R O fug a O as ' O� v O3 2 d O N Wm WuO Wm w6c wLc w P23 F.8 F 1• 7 C QQ Q C N C C Cl C1 a T W- pixy. 5 T p F tr ~ tr a ct N l Q 7 y 5 Q O �" Q ' 2.. a 0 �` N T • m C _ > - ° m- p to Q7 {a co c (a c. c3 coo __ m § m � 8 m � E t 2 ti E ci 6 a S' z 25 a Q F a :' a :° E. co 8 m r E oa o oaz o s o re - g � .y a til m' Lm Q wm.= wmL w mm a _ W F 5; 0 2 °n' FQ� 1-a I= I— 0 1-. ¢ O N °' ` - Q O ti2 O F- - 64! 0OI = g c o 008 Ov0 5 � N Iii N O Q N W` 8 V `. 8 O W u1 a 0) O to -5 -c v) 6 'c t/� -0, k crl >. z "' cc : a a , cc cc r- a — cc OC .- m � . - fY ? O � z 0 � Z O O ? s to � 4 to tt N N N N N N co N -,ru a � ^'t '.u_ . -..x, . "' .... ''''t x a 2 '3rd- -.,„y2. ' 's - •n A, '44 � '"�" �- �: � � �'�� t + L • r yc . � � r "' � ' � s s.: "k n, u ^. ' s �% � ?±^ x� a i«,t�.ti...� _ . .. . ........ W o f O D co W .- g 9 7- O 0 o v m 'n v .4- 9 0 N N V) U) V) (1) C CO O (1) N t ) 1- g - .i? m or _ w ¢ t N c p 1- - c . 1- co 8 8 . _ > a a ''3 E w c c cs s c c co < _ W W CT a j j j > co co 0 E E v> o> _ m °' o O > > a ect m c c LL w w o "' m w c o v o Z 3 0 c C C._ C T3 O m ,, m c 4 To O� O 2 c c c c c re o m m 2 m 2 i _m m a co d 3 i y y v O V , m m L E E _ tn� w N o v d a P O oT C , . c u. L c. p LL LL S m a O > w, c O c 3 2 to m p� o c c ma c , _ rn w z z 1 8. �a . - O O� z n z a O - � O 3 - 0= Q= t- c z L c cFT � � c �o Q ro � a � Q E a E 0 -- 0 � i u �i c � 0 c 0 g' O U O 8 O O O O Q 0, Z pa O z Z c Z ►_�� ..f, t -5 � a 'Q^ off ao I= w E WF -. E Ovu O-0 o °"0 c O LL o v = =c i- m 6-13 m W ¢ ilex W $ W t) a. ) a. m a l a m 6 < c �m �m m O ( .- OP? O L . O € .� n ro 0 N I- q ,7 0 y F- N f - O N F- N }- 2 N f- N 1- Q E 4 z `d Z o zi t Z o E Z et t Z i p = z Q ; z z z W OT L OT it Q O T m QT QT r t -; F- d p f.. m a F- m 1 = m h- to F— m r� F- m 1= 0 r ¢ P ¢ g g LL g� gm� gm g m ' g g-8 g9 g� m ° w � �'SY � g i N OY ' Od ='5 M 5 O` u 8 N 08 NE NEo, NE2 N 2 N E NE NE N 03 p) T N co C"1 07 N N ("'1 C7 - C7 V •zh d' 4 a V �i' V' a k Ei TS a L � � �' �?' ^ m .ara - .�- �'`v � r 'Zssi .a o n ' # + ? ^ 'x:i ,�4�, �,� 1,:-1-7....;' YL� y f /, SG' ^. v.t i. . . i` . � Y .t� "M ` ` 3+ �' " �a. - . `» " ,am - a j_ x'� tr� g ra:Y • L - t cc N v o co o a vi u . W N N N f CD S �t�' � } ' �i m � c d a c i � c d C V 2(l, , E C � { j � . 0 sz O� yT d .'- D� —� m— y y a J ,p C Q CO -5 > AI I O N Q 5 (0 m. i C a-2-> ' -- ,, ,,, + d N _C v, y > m w C • q7 c < y W m c Q t f L 3- i $ E m o 15 E v c 0 G 2 c o� c = e m �4r q L is CO cg � a m o? O N R. . � m •- lL Clot _; - - - u' to Zy W LL. t9 [o LL. �' i •c it Q g „ -Si ' C7 - • . T CT t O Y }. CJ' a O ID 5. c �aC7 U = to a p � 0 a" ,t m . in iO m i W t a3o w 0 c 5 v § a 3 mM' S c-f 2 . m a a wFe z o a cl 5 IX .c U +� 3 m .. : . S . 7 .C tl 3 — t SO U .G C.? t N U . 0 !C] a m m " m v ca °, £ •e m t1s O V m •a o m v m in 0 o z z C o o v g • ' z U. cc 0 u d to CO w co W z C7 z Z Z Z a Q ' UJ al 1 0 0 W Ce 4. a Q. ° a a Q U o o us 0 w% U. o ce w 0 0 w (Y - p q 0 o _ _.._ o �! - — o 0 C' h3 N N N Ca °4o u7 Cal t0 f0 `' .` x ,„� w. ? ti� x r u 3 'S Ana A t.-~ i. : r;' z-• end ++3 '''.+ a ... _ ....b::.."4 2 .. i.., r^" .... . rw.a._ 3 . .. I.-- { c0 C ,- p N Gr 0 (/) Ca R U 0 N U. �` w 7Y N N CSI Zs 51 S N C N N m C fr '' m Q 0 Q7 17 t ' 4 p t � Q „�, p C C LT -F, Q. f0 W �� d S E D A C �� W md. `t3r b' u v -03 E f ti m sr a G ` 2 I- r- o a V E F es - c6 v. 2 ' O 0 C� O [S1 O , p N 0`R• _gy mp 2 ,., N g= c. - °C] p co q a 5- 7. F.: a Is c N Z G a sorLas_ m '' g p, O C ��� O n dIY 2I ti. ". to c v X +S d'�S g 1� 7 0 t! N C co Z in Z' t� `r M Z N ri W c W N O v N ._ _ , t9 .. a ce W p O g �C O W 1.... ,..... al .3 ,,,, . ,, . ry sl .. ,,..,. _ p., . :: .: ,... co v a i w ....., W 4, "� a - g LL Z i d n Z r Q P z 3 a Ce U v LL o O _- 4 W 0 CZ ,. m Ti • co pi.tg 4 et cv o 4 y a • o • C u � v � p Or`= p u W • Q re 0 r . 0- O IL W al CC - a W - i' - N ri ;„ N N CV Z fA Z V7 Z fn Z N Z (A Z N o r aCOO to 0 1 N cY ; V t0 ui co t0 CD c F - 1 !T s u ) ' j N N N N N N i 2i m I C CD R E a CA Q; oc +: $ o in d �n O . • 2 o E a Z m m a - ,, o ` O c C7 p 4 Q me c Q iw �a = c x 1- y c4 - t:o 2 � � fY ° CO v X O O 0 rn i ,-§ ._ �� �� e g 3 NN G • m v? .3 s E 5 ca � O w • u. i l ID 0 g Z m Z N Q.8 0 m u) O'' 0 % 0.6 m D N a o c 0 w ` 8 o f wm 8 c F z c:, e N EN O V OV w J Z w , �° . ° to Q _ u an w �, 11 E A a a,0 m 10,3 y B g O a = 11 m E G U m t 2 ' S * EAT $ 4 E), m J CC , co • w 0.0 Q ^ 0. 8 O O 8 m � m a N c c c v Q 0 a c *- cj u7 c x m u n 40. ° u.. U 0 0 0 Q = '° c u..t0 v QLL 0 o EZ O ac _ m N O w l- E t o 8 a? m o � «> F. a bp, E F E ® G E o p — o m ■ O V ° Q 'E ° Q c d o a � z w F _ o I- m m 3 ` ' O° O a) 0 M § c 0 m � 3 F - -y N e d o 0 z Z� 00 r� a a 0 �. a.) i CD CD _' 0 020- 0 a �p ,- C) U • t O O Fj Q O c a) O y • t F'w' H— 0 re °� ! o Eof 8 a. UPS 07 �. L9 0 # a3 IX o w . ci 8 � .- wa1 maW wmau - Mtn. k o 1 to ,_ C•N M ..- e- C 4 CV N M To 5 t TO 5 To' g co -9 fl) . 5 . g tlj S I ci, CO 13 to a) c •c I a) .c 8. .5 2 ., , . „, g 1 2 to LI cu 2 0 ea . 8 - 3 2 w 1-3 it (13 2 Z (/) Z to Z CO Z (0 Z (0 Z (0 ■ • ' , o to a) to To m) co 4 1 ' .... M u. u. U. I u. u. w ,Ilbe CO CO CO i V) to to :2 s ."' ‘.:•5 m o el c r a. w o .... a) g c o co t to 03 s k = t 01 W ar E W > co c -c a) >, co U w o lo -c IX ¢ o E 1 c co .e. c V) o t C (0 D . _ . c o) 2 -..5. 4( -o co olt -c a) oc) • __ __ cb - o 1:3 .0 En '5 a) co c D .= ... O n (0 ...c a) re Cr) C a) S tr) c 5 2 .c in 4 . ...., CN cS c cn O - 0 c 2 03 = g c _ 0 ce al 0 D -o 0 To5 o °. E - o - c c 4: LL. g t .s c _ _ f M >, 2 ° )12 ,.•ac ill E -c) 11J tn I M ca I— o .c tc 0 - D ).• to a . . >. CI) 0 I L co co n ct , . .,, tfl cg co 0 0 co n. - >- c e , ▪ c - u) 31, r o w .= 1 : - ( i ) 0 W 0 t 'S (3 0 W u) u) v z 0 8 co • § 1 •IC tx z 5 P e ul E U) co U ii -i 2 2 et co) F -- 03 CO *8 CO G . .•■ w VE u) i, c >s i -,-,„ rt a w c z 2 Ce u, ul F, > — 4 Ce co) c'T) o x — en i re c f ) ca w M 7- > ee 0 II - . 11.1 ... al v o In 0 ..?,,, gx•c Tdc ets> o z 6 z t 1 z (Y) 2 Z —. a- Z ' 76 Z c _ 0 5 FE 2 5 o . 5 6 vi 5 03 > 5 co 0 m 'di uf j ai WW— W� i i c g w a) w o a) LAJ k o us CeZed _CLZo.. ce z Lu etzk- W ceza_ ce 2 u.i V U) co .,_ ,_ s- s- v- co oS co co cd oi .... .- s- .,..: .(.. --. 5,T ,',"..,'1-.-- "- -- r-........,. - -.. 4 4%,-- .,' -• • t • ''.`- --z `-'="'- &-- ..4., ' ,' •,,. -....,_.,........, . ,,, „ .-„, • ,,... , ., , - , -, ., -. , , --,),.) .., r . , 4 4 . „ -, .z.i,--.- *;--- , • .- !.."7. .*=. - ,• .... -Ir. - -=.- -it - ...., 7r...1.. Ve ... t '''' TV* '•'"" . • '..., e , r,,,,,,,... '',.-+, A.,•,,, ■Itk.:„ ' 14. C ilt;;;114- . I...f "'-- rie' ' ,, '1 1.' : '4 i.il s' :E, ' .. r ,' --.7.--,0te -... -i.-.,,.. 4Tz reo,„„ ,-..'..7 '''. --' A - ire'lk 4' = 4 : .-4 . , t' iT,....-..."1...1 -, -'1.17,..t i _ :•'g .. - ,.;".,,,,,:- ,7. := 7- '`p,.: 7 4....m.'n 4 "..,---1 4 , .....," ,.„0., ...... -,„'..... ...-4.".:e1.1c' -_, ,-.' .-.i *.i ,--, -_....,:gy.;!--„h., ..•-.... - - , AL. , 1 4.)E :,:„..., I.-.:k- s.,...4,„: ILL-........,..-.....1..-.,-- ... c, co wi 6 co ,- ,- ,- C13 01 CO to 0 0 a) "0 Ir a) 2 u) RI . al ...•.- _c — - Z u/ / A g - u„ . Cl_cacc 0 'a Zi 2 Artio X -- ci 0 z dcactr) coo,:5 1 , co 1;3 ii , a CO - 8 E 2 ti T O " . ° c >. ' 7 co co .,,, --, - E c co ..a. ' 0 - a . >, D. ... _., .... — to . ..1 Ln 0 Ill I ci) - 2 ^ §.E . w Emit •ItooccD'Emo in 0 - < Z cO • 4 2 < 0 .4 •,... o 0 03 0 I .4 < Ce 2 1 — 15 0 no e_ u. Ln u_ t-- at ci_ u_ in LI: 1 — ,., z a o o -1 ce iz cn 8 0 L- c. , 0 , Lc. o a . - o co - 0 - ..1 -,..- ...L., z 0 M- E 0 . - 1 a. 0 1 - r. . 1 G 'A ... z c 7 Si 0 8 I— ,— CA a to = Z 8 Z Z Z I-. - tv u 1 m .._ - 0 E 0 0 8 € - 0 t u. Q LL. - -a ' T 1 -, :.,, ey , 0 o 0 i -- — 0 0 0 gi ri- M 41 ) _,a E Z z z a . , . x E -±- CO cn i 11. IL LL., 0. CO ....,-. 7 : ) : 8 cL. .- a) e ..- ,._ ..- r 01 ....., C71 Zc, ,4 N CSI 'F"». '� ..z-. - T T , . %. ; " Y k k "2-....:1:14,1:;74-*,,,:-.., y S ... p T c - g ,-,..g,'''',- � M r x , 3� r w ; } ., z.- 7 n . ' u f"' �• + ^ a }4 a ..&.04....14 s .. :i.-r � 7 _ . rt rLti. Itfi + :!'. . ,i. � - ;..� � .. .E� . = - DIY ag e e a e o at 3e O 0 { + in i tV Tr la .r .. c c c m o E 0 N .c c V Ct V I V r m E' 2 1 cn n Q { p X U LL LL" LL �' Z' 0 V LL Q fl _ � 1 � u. C 0 C c Ix t S O a c3 8 y r 'O Q Q re a in � �� N LL c e y c a W LLQ c2' u. AZ a ��'' w Nr a IC a 2& o Z V1 � N N 0 V! t Y .. VI o r N 0 m 8 E N o E ME E u •- z fi o ' qq z o z E a z i 0 Q 8� ca C� Q V CS �E F=„5z �5 15 Fr s l a s .. a o , a _ on cn 0 � w LL W W 4; A al. tt J -a, ..I fa IL o te co 6. J H r j M,„ = h C I C N V a J 0 Tv a' Z e( KS n 1�6 w W w m ti L N L =11 to C H Q5 x'L' m�N CI x to 0 c c r ix3a° � w I I) W L W 0 o W m c W e W i . i p g o Q m o h w o F w o F a P E F- aq F- a s � y E � I mo 0 w c � Cry £ E V1 pp N ■ pp C N C � '� C 0) O C S2t y t '. m N O g O o 111 LX C W W W W Wee - N Nc Ncg Nc Nc Nco N hm ' co m c w 0 m_ CO m_ V) m_ W CO z7 �+ L �- _ _ { a W LL L+- O O $E 1 E 8 d = O 01 ' o re c W 4 E x W Q O W re 13. Q p W Q O W a O W Q f W Q i W Q = a- $ m o+ o. M a m L. a a ms o.2 E a m E a m F a a c p ` a= H a _ I= a - F o, H. a s 1= n o. H a o �_. 3 ,�a �7 J= J .fl J$ J$ s J E E >> c m = o o >> o > - 0 n o o o o o' Z> Q >> maw 0 X X 2 2 Z 2 X X 2 2 X 2 2 X W 2 X W 2 2 o (� N C4 N N N N N ( N N co N N N PRICING FORM FOR ROOFING PRODUCTS AND SERVICES Sheet Metal Accessories Covered Under these Pricing Tables: -Drip Edge - Gravel Stop - Gutters, Straps, Hangers & Fasteners - Coping - Surface Mounted Counter Flashing - Reglet Mounted Counter Flashing -Skirt Flashing - Expansion Joints - Miscellaneous Metal Fabricated Details F year Coated Steely Size , Gauge 20 Ga I 22 Ga 24 Ga 26 Ga 6" $7.39 $6.981 $6.79 $6.73 8" $8.20 _ 0.391 $7.32 10" $8.96; $8.28 r7:96 $7.86 12" $9.761 $8.95 $8.56' - , , ; $8.45 14" $10.571 $9.61 $9.16 _ $9.03 16" $11.33! $10.24; $9.72 $9.58 18" $12.13 $10.91 $10.32 20" $12.941 $11.58' ' , $10.93 $10.74 22" $13.69 612.20 $11.49 ', $11.29 24 "' $14.5D , $12.8 , $12.09 $11.87 `26' ' ;$15,31 IINEZE ' ' $12,69 - $12.45 28't I ;$16.06, $14.17 $1326 $13.00 30" ' , .$16,87' $14.83 $13.86 $13.58 32" _ ` - .$17.67' $15.50 $14.46 $14.16 34" $18.43 $16.13 815.03 $14.71 $19.24 616.80 815.63 815.29 38" ' , 620.04 $17.46, $16.23 $15.87 40" $20.80, $18.09 $16.79 $16.42 42" $21.61 $18.76 $17.39 $17.00 44" $22.37 $19.39 $17.96 617.55 46" $23.17 $20.05 $18.561; $18.13 48" ( 823.981 $20.72 $19.16 $18.71 Price Per Bend $2.2311 $1.86 $1.86; $1.86 Page 46 of 55 5 adrY1 P C ' CONTRACT FOR MATERIALS AND SERVICES FOR THE ROOF REPLACEMENT AT THE ART CENTER i ma's This Agreement is made as of this day of 2011 by d between GARLAND/DBS, INC., a foreign Corporation authorized to do b iness in the State of Florida, with offices at 3800 East 91 Street, Cleveland, OH 44105 ( "GARLAND "), and THE CITY OF BOYNTON BEACH, a Florida municipal corporation, with an address at 100 East Boynton Beach Boulevard, Boynton Beach, FL 33435 (the "City"). RECITALS WHEREAS, the existing flat-deck membrane roof of the Art Center is almost 20 years old with seams of the membrane material that are deteriorating, allowing for water penetration; and WHEREAS, at the June 21, 2011 City Commission meeting, the Commission approved piggy - backing an Agreement between Garland/DBS, Inc., and Cobb County, Georgia Bid No. 09 -5408 adjusted for market pricing in South Florida; and WHEREAS, GARLAND, submitted a proposal dated April 26, 2011 to the City to provide roofing material and services in Proposal #US- FL- 2011 -052 in the amount of $79,935 at prices based on Cobb County Georgia Master Agreement Bid No. 09 -5408 adjusted for market pricing in South Florida; and NOW THEREFORE, in consideration of the mutual covenants contained herein, and for other valuable consideration received, the receipt and sufficiency of which are hereby acknowledged, the parties agree as follows: AGREEMENT Section 1. The foregoing recitals are true and correct and are hereby incorporated in this Agreement. Section 2, The City and GARLAND agree that GARLAND shall provide materials and services for the Boynton Beach Art Center Roof Replacement in the amount of $79,935 at prices based on Cobb County Georgia Master Agreement Bid No. 09 -5408 adjusted for market pricing in South Florida, a copy of which is attached hereto as Exhibit "A ", except as hereinafter provided: A. All references to Cobb County, Georgia shall be deemed as references to the City of Boynton Beach. B. All Notices to the City shall be sent to: City: Lori LaVerriere, Interim City Manager City of Boynton Beach 100 East Boynton Beach Boulevard Boynton Beach, Florida 33435 Telephone: (561) 742 -6010 / Facsimile: (561) 742 -6090 Page 1 CA DOCUME- l\ hdobron1LOCALS- MempinotcsEA312DYPiggybsck - Garland - DBS (re-roof art centc).doo Copy : James A. Cherof, City Attorney Goren, Cherof, Doody & Ezrol, PA. 3099 East Commercial Boulevard, Suite 200 Fort Lauderdale, FL 33308 Telephone: (954) 771 -4500 Facsimile: (954) 771 -4923 C. The proposal from GARLAND dated April 26, 2011, is attached hereto Exhibit `B" D. The venue for actions arising out of this Contract shall be Palm Beach County, Florida. Section 3. In the event that the Cobb County, Georgia Master Agreement is amended, or terminated, GARLAND shall notify the City within ten (10) days. In the event the Cobb County, Georgia Master Agreement is amended or terminated prior to its expiration, this Contract shall remain in full force and effect, and not be deemed amended or terminated, until specifically amended or terminated by the parties hereto. Section 4. GARLAND agrees that in the event it enters into a Contract for the same (or substantially similar) scope of services with another local government in Florida which contAins a term or condition, including fees, charges or costs, which the City determines to be more favorable than the terms in this Contract, the parties shall enter into an Addendum to provide those terms to the City. Section 5. The insurance required shall require that the Certificate of Insurance name the City of Boynton Beach as an additional insured. Section 6. In all other aspects, the terms and conditions of the Cobb County, Georgia Master Agreement are hereby ratified and shall remain in full force and effect under this Contract, as provided by their terms. IN WITNESS OF THE FOREGOING, the parties have set their hands and seals the ;.. - ,ar first written above. '\: ` ° s-�, CITY OF BOYNTON BEACH, FLORIDA 4� ' r By �'�se Rodriguez, Mayor .. �•- r ' . 'to, MMC, City Clerk Ad' APPRO ■ A' ► t FORM: James A. Cherof, C • Attorney Page 2 CA DDCUME- 1V hdobaonV. oCALS-11TtxnpinotasEA3121:1Ptggyback - Garland - DM (ro-roof art cantrr).doc GARLAND/DBS, Inc. WITNESSES: /� �,,� .4-------' �'/M BY: Ze* Lt.-V �� Print Name: Amp* fT. I���� _. Title: i tvzs ib". Crd ATTEST: SECRETARY Page 3 C:I DGCUME- 11hdobsonVACALS- 11Temp1notosEA3I2IY Piggyback • Gsdsnd - DBS (re -roof at ccnter).doc EXHIBIT B PROPOSAL FROM GARLAND DATED March 12, 2012 Page 5 Document in Windows Internet Explorer Garland/DBS, Inc. 3800 East 91 Street Cleveland, OH 44105 J B S Phone: (800) 762 -8225 Fax: (216) 883- 2055 since 1895 ROOFING MATERIAL AND SERVICES PROPOSAL Boynton Beach Water Treatment Plant Date Submitted: 3/12/12 USC Proposal #: 25 -FL- 120103 MICPA #09 -5408 Purchase Request / Delivery Order Language: Garland /DBS, Inc. Please Note: The following proposal is being provided according to the pricing established under the Master Intergovernmental Cooperative Purchasing Agreement (MICPA) with Cobb County, GA and U.S. Communities. This proposal should be viewed as the maximum price an agency will be charged under the agreement. Garland /DBS, Inc. has procured local contractors in an effort to provide an even lower market adjusted price for the project. Base Bid #1: Scope of Work: East Gallery Building, Chorine Building, Administration Building Modified Bitumen, and 1M Install as per NOA No.: 11- 0621.19 Page 43 Systeml 1. Remove existing modified roof completely down to deck and remove wall flashing and rotten deck to re- evaluate internal damage. Remove existing and dump at state approved waste management facility. Repair any cracks in deck. 2. Build up the north, south and east sides of bldg with wood blocking with 4 " wide board creating a raised drip edge. 3. Remove all edge metal and install new ANSI -SPRI approved Garland raised edge metal. 4. Install % tapered insulation over Insul -Lock adhesive to specification. Slope insulation from the west side of building sloping down to east side to the back of building. 5. Install gutter and drain on eastside of building. 6. Install tapered crickets as needed to achieve proper drainage. 7. Torch StressPly IV base sheet onto insulation layer. 8. Torch StressPly IV Plus UV Mineral cap sheet onto base sheet. 9. Broadcast granules surfacing throughout bleedout. 10. Provide Manufacturers 30 year warranty. 11. Provide contractors 5 Year Warranty. Dss REV 12/08 1 GarlandIDBS, Inc. _ a ° ,.,.. =-- - — 3800 East 91 Street --� Cleveland, OH 44105 B Phone: (800) 762 -8225 since 1895 Fax: (216) 883 -2055 Line Item Pricing Breakdown Item # Item Description Unit Quantity Extended Price Price ADMIN FLAT, EAST GAL, CHLORINE BLDG 2 18 SYSTEM TYPE $1.87 6,200 SF $11,594 BUR W/ Insulation and Mineral Surfacing - Concrete Deck 1M: 2.14 SYSTEM TYPE $1,87 1,700 SF $3,179 BUR W/ Insulation and Gravel Surfacing - Concrete Deck RECOVERY BOARD TYPE 1/2" Treated Gypsum Insulation Board with 4.18 Glass -Mat (e.g. DensDeck / Securock / Equal) $1 69 7,900 SF $13,351 Installed Over an Existing Roof Adhered with Insulation Adhesive Roof Deck and Insulation Option: CONCRETE ROOF DECK - COLD PROCESS APPLICATION 6.20.01 Adhere Polyisocyanurate in Insulation Adhesive $4 27 7,900 SF $33,733 /Adhere High Density Asphalt Coated Wood Fiber with Insulation Adhesive to Provide an Average R -Value of 20 In Compliance FM 1 -90 Requirements INSULATION SLOPE OPTION Provide a 1/4" Tapered Polyisocyanurate 4.32 Insulation System while Maintaining the $5.82 7,900 SF $45,978 Average R -Value Including Tapered Crickets; Adhered with Insulation Adhesive ROOF CONFIGURATION 1 PIy of Torch Base, Mineral Surfaced Torch Cap Sheet, Torch Applied System: ASTM D 6162 SBS Fiberglass/Polyester 12.11.01 Reinforced Modified Bituminous Sheet Material $8.79 7,900 SF $69,441 Type III - 300 lbflin tensile Torch Applied Membrane Over an SBS, Fiberglass Reinforced Torch Base Sheet - 80 lbf /in tensile Torch Applied Base Sheet (ASTM D 5147) Torch Applied Flashings - Minlmum 1 PIy of Torch Base and Torch Mineral Cap Sheet; Torch Applied: BASE PLY: SBS Modified Polyester /Fiberglass 21.21.01 Reinforced Base Torch Applied Flashing PIy - $16.20 3,177 SF $51,467 80 Ibf /Inch tensile (ASTM D 5147); TOP PLY: ASTM D 6162 SBS Fiberglass /Polyester Reinforced Modified Bituminous Sheet Material Type III - 300 Ibf/in Tensile Torch Applied Membrane Sub -Total Prior To Multipliers $228,743 PWM Prevailing Wage Rate Multiplier 1.0 $0.00 Roofer Prevailing Wage Rate in Palm Beach DES REV 12/08 2 Garland/DBS, Inc. 3800 East 91 Street S Cleveland, OH 44105 D B Phone: (800) 762 -8225 since 189 Fax: (216) 883 -2055 County, FL = $16.18 MULTIPLIER - ROOF SIZE IS GREATER THAN 5K SF. LESS THAN 10K SF Multiplier Applied when Roof Size is Less than 23.19 10,000 SF, but Greater than 5,000 SF Fixed 30% 68,653 Costs Equipment, Mobilization, Demobilization, Disposal, & Set -Up Labor are Not Completely Absorbed Across Roof Area Sub -Total With Multipliers $297,396 METAL STRETCH -OUT Metal Stretch -Out: Metal Edge 24 ga prefinished 8" with (3) bends $12.97 211 LF $2,737 $7.39 x (3) bends © $1.86 Metal Stretch -Out: Coping 24 ga galvanized 18" with (4) bends $17.76 420 LF $7,459 $10 32 x (4) bends 0) $1.86 Metal Stretch -Out: Counter Flashing 24 ga prefinished 12" with (4) bends $16.00 152 LF $2,432 $8.56 x (4) bends IQ $1.86 Sub -Total With Multipliers $12,628 Prevailing Wage Rate Multiplier PWM Sheet Metal Prevailing Wage Rate in Palm -48% ($6,061) Beach County, FL = $13.59 Sub -Total After Multipliers $6,667 Combined Total $303,963 Scope of Work: Administration Building Metal Install as per NOA.: 11- 0223.12 1. Install safety around entrances and properly load and store materials. 2. Tool out and install new caulking as needed. 3. Remove all rust with wirebrush, sanding or brushing. 4. Power -wash roof with Simple Green algaecide and allow to dry for 24 hours. 5. Strip in all seams, flashings, interior gutter and repairs with 1.5 Gallons of White Knight Urethane Coating and install Ulti -Mat Reinforcement. 6. Install 1 Coat of High Quality White Knight Urethane Coating at 1 Gal/ Sq. over entire roof with reinforcement. 7. Allow to dry 48 hours and inspect for areas needing touch up and repairs. 8. Install final coat of White Knight at additional 1 Gal./ Sq. 9. Provide 10 Year Manufacturer Warranty. 10. Provide 2 Year Contractor Warranty. Scope of Work: Building 3M 1. Remove existing commercial tiles and roofing system down to the fascia. 2. Remove rotten wood and replace with new decking per code. 3. Seal ventilation units as per specified detail. DES REV 12/08 3 GarlandIDBS, Inc. 3800 East 91 Street Cleveland, OH 44105 D B S _ _ . Phone: (800) 762 -8225 since 1 8 8 5 Fax: (216) 883 -2055 4. Nail a base sheet. 5. Waterproof with membrane and mastics. 6. Install self - adhering Cl/ Garland underlayment as per NOA. 7. Re- install Commercial Tiles in adhesives per code. 8. Provide customer a 2 year warranty on repairs. Line Item Pricing Breakdown Item # Item Description Unit quantity Extended Price Price ADMINISTRATION BUILDING: ELASTOMERIC URETHANE COATING FOR METAL ROOF Power Wash & Clean with TSP; Use Portable Blowers to Clear Roof of Moisture, Prime, then 17 21 Install Base Coat / Top Coat as Specified with $5 88 6,000 SF $35,280 Reinforced Seams of Polyester or Fiberglass - Urethane Coating w/ Reinforced Seams (Urethane 2 Gallons per Sqr); Seams Need 2 1/2" Gallons per Sqr w/ Reinforcement and Rust Inhibitive Primer (Primer 1/2" Gallon to 1 Gallon per Sqr) REPLACING BARREL CLAY /CEMENT TILE ROOF SYSTEM - 18 14 New Barrel Clay /Cement Tile Roof System with $16 39 300 SF $4,917 Base Sheet as an Underlayment; Install Setf- Adhering Underlayment on All Eaves, Peaks & Valleys Sub -Total Prior To Multipliers $40,197 Prevailing Wage Rate Multiplier PWM Roofer Prevailing Wage Rate in Palm Beach 1.0 County, FL = $16.18 MULTIPLIER - ROOF SIZE IS GREATER THAN 5K SF. LESS THAN 10K SF Multiplier Applied when Roof Size is Less than 23 19 10,000 SF, but Greater than 5,000 SF Fixed 30% $12,059 Costs: Equipment, Mobilization, Demobilization, Disposal, & Set -Up Labor are Not Completely Absorbed Across Roof Area Sub -Total Of Metal Area: $62,266 Sub -Total Of Base Bid $303,963 Total for Protect $356,219 Scope of Work: West Gallery, Lime, North Pump, Install as per NOA No.: 11- 0621.19 Page 43 System1 DSS REV 12/08 4 Garland /DBS, Inc. 3800 East 91 Street Cleveland, OH 44105 D B S Phone: (800) 762 -8225 s n o e 1 8 9 s Fax: (216) 883 -2055 9. Remove existing modified roof completely down to deck and remove wall flashing and rotten deck to re- evaluate internal damage. Remove existing and dump at state approved waste management facility. Repair any cracks in deck. 10. Build up the north, south and east sides of bldg with wood blocking with 4" wide board creating a raised drip edge. 11. Remove all edge metal and install new ANSI -SPRI approved Garland raised edge metal. 12. Install % tapered insulation over Insul -Lock adhesive to specification. Slope insulation from the west side of building sloping down to east side to the back of building. 13. Install gutter and drain on eastside of building. 14. Install tapered crickets as needed to achieve proper drainage. 15.Torch StressPly IV base sheet onto insulation layer. 16.Torch StressPly IV Plus UV Mineral cap sheet onto base sheet. 17. Broadcast granules surfacing throughout bleedout. 18. Provide Manufacturers 30 year warranty. 19. Provide contractors 5 Year Warranty. Line Item Pricing Breakdown item # Item Description Unit Quantity Extended Price Price WEST GALLERY, LIME, and N. PUMP 2 18 SYSTEM TYPE $1 87 13,100 SF $24,497 BUR W/ Insulation and Mineral Surfacing - Concrete Deck RECOVERY BOARD TYPE 1/2" Treated Gypsum Insulation Board with 4.18 Glass -Mat (e.g. DensDeck / Securock / Equal) $1.69 13,100 SF $22,139 installed Over an Existing Roof Adhered with Insulation Adhesive Roof Deck and Insulation Option: CONCRETE ROOF DECK - COLD PROCESS APPLICATION 6 20 01 Adhere Polyisocyanurate in Insulation Adhesive $4.27 13,100 SF $55,937 / Adhere High Density Asphalt Coated Wood Fiber with Insulation Adhesive to Provide an I Average R -Value of 20 In Compliance FM 1 -90 Requirements INSULATION SLOPE OPTION Provide a 1/4" Tapered Polyisocyanurate 4.32 Insulation System while Maintaining the $5.82 6,200 SF $36,084 Average R -Value Including Tapered Crickets; Adhered with Insulation Adhesive ROOF CONFIGURATION 1 Ply of Torch Base, Mineral Surfaced Torch 12.11 01 I Cap Sheet, Torch Applied System: $8.79 13,100 SF $115,149 ASTM D 6162 SBS Fiberglass/Polyester Reinforced Modified Bituminous Sheet Material DBS REV. 12/08 5 Garland /DBS, Inc. _ 3800 East 91 Street Cleveland, OH 44105 1 B S Phone: (800) 762 -8225 s c a 1 s Fax: (216) 883 -2055 Type III - 300 Ibf /in tensile Torch Applied Membrane Over an SBS, Fiberglass Reinforced Torch Base Sheet - 80 Ibf /in tensile Torch Applied Base Sheet (ASTM D 5147) Torch Applied Fleshings - Minimum 1 Ply of Torch Base and Torch Mineral Cap Sheet; Torch Applied: BASE PLY: SBS Modified Polyester /Fiberglass Reinforced Base Torch Applied Flashing Ply - $16.20 1,798 SF $29,128 80 Ibffinch tensile (ASTM D 5147); TOP PLY: ASTM D 6162 SBS Fiberglass/Polyester Reinforced Modified Bituminous Sheet Material Type 111 - 300 Ibf /In Tensile Torch Applied Membrane Sub -Total Prior To Multipliers $282,934 Prevailing Wage Rate Multiplier PWM Roofer Prevailing Wage Rate in Palm Beach 1 0 $0.00 County, FL = $16.18 MULTIPLIER - ROOF SIZE IS GREATER THAN 5K SF. LESS THAN 10K SF Multiplier Applied when Roof Size is Less than 23.19 10,000 SF, but Greater than 5,000 SF Fixed 30% 68,653 Costs: Equipment, Mobilization, Demobilization, Disposal, & Set -Up Labor are Not Completely Absorbed Across Roof Area Sub -Total With Multipliers $351,587 METAL STRETCH -OUT Metal Stretch -Out: Metal Edge 24 ga prefinished 8 with (3) bends $13.54 927 LF $12,552 $7.96 x (3) bends al $1.86 Sub -Total With Multipliers $12,552 Prevailing Wage Rate Multiplier PWM Sheet Metal Prevailing Wage Rate in Palm -48% ($6,025) Beach County, FL = $13.59 Sub -Total After Multipliers $6,527 Combined Total $358,114 Base Bid: Garland /DBS - Proposed Local Market Price to Complete Project: $356,219 Proposed Local Market Price to Complete the Base Bid: $251,974 Alternates: Garland /DBS - Proposed Local Market Price to Complete Project: $358,114 Proposed Local Market Price to Complete Alt #2, #3, #4: $268,287 Alternate #1 Interior of 3M building: $ 7,204 Alternate #5 Tie Down for Nine Mechanical Units: $ 9,607 DBS REV 12/08 6 Garland/DBS, Inc. 3800 East 91 Street Cleveland, OH 44105 D B S Phone: (800) 762 - 8225 since 1 895 Fax: (216) 883 -2055 Base Bid Breakdown of Costs: Labor and Non Garland: $121,794 Profit: $ 7,308 Overhead: $ 9,744 General Conditions: $ 3,120 Sub -Total $141,965 Garland Materials: $100,618 Discount 1 %: ($ 1,006) Freight: $ 6,600 Sub - Total: $248,177 Bonds: $ 1,564 Insurance: $ 2,234 Total: $251,974 Alternate #2, #3, and #4 Breakdown of Costs: Labor and Non Garland: $142,809 Profit: $ 8,569 Overhead: $ 11,425 General Conditions: $ 3,120 Sub -Total $165,922 Garland Materials: $ 94,020 Discount 1 %: ($ 940) Freight: $ 5,242 Sub - Total: $264,244 Bonds: $ 1,665 Insurance: $ 2,378 Total: $268,287 Alternate #1 Breakdown of Costs: Labor and Non Garland: $ 5,600 Profit: $ 336 Overhead: $ 448 General Conditions: $ 710 Sub -Total $ 7,094 Bonds: $ 46 Insurance: $ 64 Total: $ 7,204 Alternate #5 Breakdown of Costs: Labor and Non Garland: $ 5,600 Profit: $ 484 Overhead: $ 645 General Conditions: $ 287 Sub -Total $ 9,475 Bonds: $ 46 DBS REV 12108 7 Garland /DBS, Inc. - = -- 3800 East 9l et Street Cleveland, OH 44105 D B S Phone: (800) 762 -8225 since 1 S e s Fax: (216) 883 -2055 Insurance: $ 85 Total: $ 9,607 The maximum amount you would pay under the MICPA for the Base Bid is $356,219. For Alternates, #2, #3 and #4 is $358,114. Based upon local market pricing, we propose to complete Base BId #1 for $251,974 and Alternate #1 - $7,204, and Alternate #2 — $101,578, Alternate #3 - $52,590, Alternate #4 - $114,119, and Alternate #5 - $9,607. Potential issues that could arise during the construction phase of the project will be addressed via unit pricing for additional work beyond the scope of the specifications. If you have any questions regarding this budget/estimate, please do not hesitate to call me directly at (216) 430 -3689. Respectfully submitted, &i roe Bryan Taylor Project Manager Garland /DBS, Inc. (216) 430 -3689 Phone (216) 883 -2055 Fax DBS REV 12108 8 U.S. Communities : State Statute Page 1 of 1 U ji US. COMMUNITIES' GOVERNMENT VURCIIASING AI.C.IA^!CE Home " Purchasing Resources AUTHORIZING STATE STATUTES U.S. COMMUNITIES Select to View Other State/Territory Statutes: 1 Florida J Sack to State Statutes Map State of Florida Statutes Title XI County Organization and Intergovernmental Relations Chapter 163 Intergovernmental Programs Part I Mlseellaneous Programs 163 01 Florida Interiocal Cooperation Act of 1969 (1) This section shall be known and may be ctted as the "Florida Interlocal Cooperation Act of 1969 " (2) It is the purpose of this section to permit local governmental units to make the most efficient use of their powers by enabling them to cooperate with other localities on a basis of mutual advantage and thereby to provide services and facilities In a manner and pursuant to forms of govemmental organization that will accord best with geographic, economic, population, and other factors influencing the needs and development of local communities. (3) As used In this section: (a) "Interlocai agreement" means an agreement entered into pursuant to this section. (b) "Public agency means a political subdivision, agency, or officer of this state or of any state of the United States, including, but not limited to, state govemment, county, city, school district, single and multipurpose special district, single and multipurpose public authority, metropolitan or consolidated government, an independently elected county officer, any agency of the United States Government, a federally recognized Native American tribe, and any similar entity of any other state of the United States (c) "State" means a state of the United States (e) "Person" means 1. Any natural person, 2. The United States; any state; any municipality, political subdivision, or municipal corporation created by or pursuant to the laws of the United States or any state; or any board, corporation, or other entity or body declared by or pursuant to the taws of the United States or any state to be a department, agency, or instrumentality thereof; 3 Any corporation, not- for -profit corporation, firm, partnership, cooperative association, electric cooperative, or business trust of any nature whatsoever which Is organized and existing under the laws of the United States or any state; or 4 Any foreign country, any political subdivision or govemmental unit of a foreign country; or any corporabon, not - for -profit corporation, firm, partnership, cooperative association, electnc cooperative, or business trust of any nature whatsoever which is organized and existing under the laws of a foreign country or of a political subdivision or govemmental unit thereof. (4) A public agency of this state may exercise jointly with any other public agency of the state, of any other state, or of the United States Government any power, pnvilege, or authority which such agencies share in common and which each might exercise separately i ►� F a,ra Far >� ,».,..�, "- `� —'::.� �,� rQrtts� 5 . http: / /www.uscommunities.org/ purchasing - resources / state - statutes- detail.aspx ?state =FL 12/29/2011 U.S. Communities"' I About Us Page 1 of 1 Public Services Alliance California to Communities Canadian Communities Compliance Services U S U S Communities Products FMegiater with US � a� � �... -_ H ome 1 About US Frequently Asked Questions 1 Key Advantages 1 Selection Process 1 Contracts and Ordering Supplier Commitment 1 Key Participants I Value Proposition Products Participants Login Legal Authority ABOUT US About US ' About U.S Communities TM' Government Purchasing Alliance Contact US U S Communities"' Government Purchasing Alliance is a nonprofit government purchasing What's New cooperative that assists local and state government agencies, school distracts (K -12), higher education, and nonprofits in reducing the cost of purchased goods through pooling the purchasing Become a Supplier power of public agencies nationwide This is accomplished through competitively solicited contracts for quality products through lead public agencies. Webinars Today more than 40,600 pubic agencies utilize U.S Communitle&u contrails and suppliers to procure more than 1 billion dollars in products and services annually. Each month more than 400 new Recov agencies register to participate. The continuing rapid growth of public agency participation is R a covery Toolbox by the program's proven track record of providing public agencies unparailel value. U.S CommunitiesTM is committed to prmding purchasing solutions to local and state govemment agencies, sdiooi districts (K -12), higher education, and nonprofits Media Center eao �NdGt? n Copyright SJ 2008 All nghts reserved Privacy Policy Terns of Service http:// www. uscommunities .org/aboutUs/Default.aspx 4/5/2010 U.S. Communitiesmt I Frequently Asked Questions Page 1 of 2 Public Services Alliance California Communities Canadian Communrties Compliance Services S U S Communities Products • 1 1 Fiagister with 1 0 cud h US Home I About US Frequently Asked Questions � Contracts and Ordering Products FREQUENTLY ASKED QUESTIONS Participants Login Legal Authority What is U.S, U S. Communities is a nonprofit government purchasing Communities TM ? cooperative that assists public agencies in reducing the cost of About US purchased goods and services through pooling the purchasing power of public agencies nabonwide This is accomplished through Contact US competitively solicited contracts for quality products through lead public agencies. What's New What are the • Competitively solicited contracts by a lead public agency Become a Supplier advantages of • Most favorable public agency pricing participating in U.S. • No cost to participate Webinars Communities? • Nationally sponsored by leading associations and purchasing organizations • Broad range of high quality products • Aggregates purchasing power of public agencies nationwide Recovery Toolbox • Managed by public purchasing professionals Does U.S. Yes. The Advisory Board consist of public purchasing , ,, Communities have professionals that provides leadership and overall direction for the h professional public U S. Communities Click here to view the list of Advisory Board purchasing members advisors? Media y Can my public Yes, in most states. All U.S. Communities contracts have been Media Ce n Le r program without Competitively solicited by a lead putt agency in accordance with their public purchasing rules and regulations. Each solicitation going out for contains language, which advisee an suppliers the subsequent soitcttation? contract may be used by other government agencies throughout E the United States This language is based on the lead jurisdiction a te; "Joint Powers Authority" or "Cooperative Procurement" Authority Although each government may have different purchasing I procedures to follow, applying these competitive pnndples satisfies the competitive solicitation requirements of most state and local -- --.�- government agencies N1G _ = mot What is a Joint State statutes and if applicable, local ordinances generally allow Powers or one government agency to purchase from contracts competitively Cooperative solicfted by another government agency (`Lead Public Agency') Procurement This, of course, would require the consent of alt parties inducting Authority? the supplier, the Lead Public Agency and government agency purchasing from the Lead Public Agency contract U.S. Communities contracts are established to meet both the competitive solicitation and consent requirements. Generally, a public body may participate in, sponsor, conduct or administer a cooperative procurement agreement with one or more other public bodies, or agencies of the United States, for the purpose of combining requirements to increase efficiency or reduce administrative expenses. In some states, this power is not passed on to localities How can I obtain Contract and Master Agreement, Amendments, Extension, RFP copies of the legal and Solicitation documents are available for download and viewing documentation at the Competitively Solicited Contracts page. associated with each competitively solicited contracts? What does a public Public agencies must register to participate There are no agency do to restnctions on the amount or size of a public agency order http: / /www.uscommunities .org/aboutUs/faq.aspx 4/5/2010 U.S. CommunitiesTM 1 Frequently Asked Questions Page 2 of 2 participate? How much does it There are no costs or fees to the local agency to participate cost to participate in U.S. Communities? How is U S. Each contract supplier pays a 1% - 2.5% administrative fee to Communities funded participate in the program and such fees fund operating expenses as a nonprofit? and offset costs incurred by national and state sponsors. Can agencies other Yes, nonprofit agencies providing a service on behalf of a than public agencies governmental entity can use the program In addition to counties, use the program? cities, sped distncts, schools, universities and colleges, towns, villages and state agencies. If there is a first speak to the supplier representative, but if this does not work, performance problem ask to speak to the U.S Communities national account manager or with a supplier what contact U S. Communities step do 1 take to resolve the problem? If our agency wants Yes, all U.S Communities public agency contracts are non- to use the contracts exclusive and buy from other contracts is that permitted? How do I become an Please read the Supplier Inquiries page. authorized supplier of U.S. Communities? Sack To Top Copyngh, 5 2008 All nghts reserved Privacy Policy Terms of Service http:// www. uscommunities .org/aboutUs/faq.aspx 4/5/2010 U.S. Communities"' i Key Advantages Page 1 of 1 Public Services Alliance California 0 Communities Canadian Communities Compliance Services U U S Communities r) Products I I 0 ,- — .., Home About US Key Advantages Register with � ` � Contracts and Ordering Produce KEY ADVANTAGES Participants Login Savings Legal Authority • No user fees About US I • Saves time and money • Frees resources for other public priorities, programs and services Contact US • Supplier partners guarantee best overall govemment pricing What's New Competitively Solicited Become a Supplier • Competitively solicited govemment contracts • Meets most government agency "plggybaciung" requirements Webinars Nationally Sponsored • Co- Founded by: Recovery Toolbox • Assooation of School Business Officials International (ASBO) • National Association of Counties (NACo) • National Institute of Govemmental Purchasing (NIGP) (Icing • National League of Cities (NLC) • United States Conference of Mayors (USCM) • Supported by National Network of State County & Municipal Associations Media Center Directed by Public Purchasing Professionals • Nattonai Advisory Board of Public Purchasing Professionals • Provides Program Direction and Selection of Products • Initiate and Manage Competitive Solicitations tkl Aggregate Purchasing Power 4 • Combines Potential Purchasing Power of up to 90,000 Public Agencies • Expands Purchasing Choices Beyond State Boundaries 1VIGP� • Over 40,600 Currently Participating Public Agencies in 50 States, Puerto Rico and Virgin Islands. Quality Products and Services • Click here to view all products and services • No minimum or maximum purchasing requirements Copyright 0 2008 All rights reserved Pnvacy Policy Terms or Servce http:// www. uscommunities .org/aboutUs/keyAdv.aspx 4/5/2010 n t y re DI D 0 0 to wi co CO M N a+ O� Y1- in- .41). .i - a 'a v► d a O1 a v e-1 c > > 1 o v u 40 c c � -I .-1 00 O 0 p . • Q to t N to Ui 01 0o m <4 erf .4 N N N Q m y a 01 W M v o T.; •� in vs v). to 4.r in E in 15 o N 0 o 0 C O N 00 N Di Iv u h.. m n al O Of . M J a N N e-1' i► /� ;74 A t 0 = 0 ~ 01 a F C Ca i/1• 4. 4/ . 4/1. in E. * 01 op g AS) C al i. O m In 00 O O 00 0 cc V u e0 (g ri N N in t O LA M 0 -1 An e-1 V d a .-4 0 00 CO .4 p. al y f0 N 'p c 0 v N LD V L " « N CL. 'Q w .n us in +n to in +/ ‘11 .5 w 0 C G O 0t 'a 'o m m N e c as o d 4' E E t m d cu 0 $ 3 W w c c c ... re 3 3 .0 N M .12 .0 .0 07 0! S 8 8, in Z Dop•( sauyun joorai) puellso - laegfi S 1 aged 0609 (190 : / 0I09 - ZIL (19S) :auogda1al, 6£1££ nPizoid `gogag uoluitog pzgnainog gogag uoluAog log 001 tiogag uoluiCog 3o 'iltD mileugyi kIi: wizalui `azauzaAWT UO :11iO :ol luas aq hells ,Clio aril of saailoN iid ' i •tiogag uoluXog 3o XipO acii of saouazajai se pamaap aq Tigris eiSzoaj qlunoj ggoO of saouai jaz Hy 'y :papinozd zagguiazaq s8 ldaoxa ` « y„ llgigxg sg olamq patiogue s! gatgnn 3o Adoo a `gpuo1d gyms ui Sutoud zo3 palsnfpe 8016 'oN pig luawaaISy zalsgiAl BtSzoarO AunoD ggoO uo pasgq saoud W bL6` i SZ$ 3o lunouze aql ut sSutpimq Xiiilll gogag uolu tog (S) wig zo3 saoinzas pug sp!migui apinozd Iieus QNyTyO wtil 3alg8 QNV'RIyD pug itlt3 oqj Z uoiloag ivawaaz2y sigl ut palgzodzoout Agazaq aze pug loazzoo pug anzl az8 sielioaz Suio2azo3 a4I .1 uoiloaS .I.NIHI1IHMIOd :snnojjo3 se aazgg sailzgd aril `pagpaiMomiou Along ale tioignn 3o ,Couaiogjns pug ldiaoaz aul `paniaaaz uotlgzaptsuoo aigBnien zatilo zo3 pug `uiazaq pauigluoo sluguanoo ignlnw aril 3o uoilezapisuoo ut `D 1O Ia2ILH,L MON pug °gpi1O1d glnog ui Suioizd minim zo3 palsnfpe 8016-60 'ox pig luatuaaiSy gtgzoaO AunoO ggoO uo pasgq saoud le 1;L6`ISZ$ 3o iunoure aql ui £O10ZI 1 IBsodozd OS11 ui SOOT/113S pug jeualBw gugooz apinozd of iii aril of Z I0Z `Z I gozeyv pomp iesodozd g palliwgns `QNy7?IVO `SdnIaHM pug !gpuoid limos ui Suioud la3iiBw zo3 palsnfp8 80176 'oN pig gtSzoarj `SlunoO ggo0 pug "ouI `Sgu/Puelze9 uaannlaq luawaazgy ug SupioBq -ASSid panozdde uotssiuiwo0 aril 'Sup= uotssiuiwo0 ICAO ZIOZ `LI lady aril le `Sda2IIHM pug `luawaveidaz 3ooz saztnbaz auo pug sziBdaz pug uoiwiolsaz 3o paau ui an sSutppnq sailiiilfl (b) mo3 3o sJooz Sugsixa aril `SVa2I3HM SrIv,LIOau '(„ku„ aq) S£b££ 'id Nagai" uoluAog `pmnainog tiogag uoluJCog lsBg 001 le ssazppe ug Blinn `uogemdzoo iediontnui epuo13 e `HDVaa NO.LNAOH AO A.LIO IH.L Pue `Lamv'mvo „) soil* HO `pueian1O `laazlS is I61sg3 008£ le saog3o q iM `gpuoi j 3o algls aril ui ssauisnq op of pazuoging uotimodzoD uSiazoj g `•3■1 `SgU/QNyT p uaannlaq pug Sq Z I OZ ` I ' 3o ,Cep +5f slip. 3o sg apew si luamaazgy sibs SONIQ'IIflfl AII'II.Lf'l HAI3 2IO1.1.NflY1IRDV1dfl2l .3OO11 1I 2IOd S3OIA2I1S UNV IDV)LLNOO °op•( saiuI! -at) pusump - )oeq Z aSpd y; m; d(auaolld sal A'oaa • , saulpf Try 1 •W2IO 01 S Q3 02lddd WO AD ` Oy1INI o . Ind 'Nt 'uuf i0i(uJA `AuH Z Moipoo1 ' i'7/ • s VCII2IO'I3 `HOWgg NOINXOH 301,LIO •anoqu uanum lsag anaA pun /Cup ag1 Sit3OS pun spupg alagl las anng sawed my '9N1O0321Og HILL AO ssamiiM Nl suual aiaqn rCq papznoid su `lopaluo0 sup aapun loajpa pun aoaoj Iing u! ureuiaz pugs pup pagllua Agaaaq are luaulaaa v aaisuykj ul2aoaD 'Slump ggo0 ag13o suolllpuoo puu suual aql `sloadsu aaglo jjp uI •9 uotloas •pamsul juuogippp uu su gouag uoluItog jo (1r0 alp autuu aoutunsui jo aluogl11a0 agl lu41 aainbal imp paambai aouumsul aqy •S uolloas •A1IO acg of suual asogl apinoad of uinpuappd up mu! aalua !lugs sallied aq1 `lonruo0 sup ut suual agl upgl ajquaonej aaoul aq o1 sauiuualap A110 aql golgM 'moo 10 saaaugo `saal. 2ulpnjou! `uolllpuoo .zo uual u sulnluoo golqnn upuo13 ul luaunuano2 moo! aa ty!m saolnaas jo adoos (murals Ajjullu lsgns io) aides aql 1OJ 13u111100 p oluI saalua 11 luana agl u! lug! swag Qw' y9 • tr U01loas •olaiaq sallied alp Aq palnuluual JO papuauru Ajjuogloads !pun `paluuluual JO papuatuu pautaap aq 1ou pun `loaja pup aoaoj Ilnj ul uluulaa !jugs lonaluo0 sup `uoplualdxa sll of aoud palnutuual a0 papuauzu s1 luaulaaa2b upioaO `,Chino3 ggo0 ag1 Juana all uI •siCup (0 j) ua1 ulglim CIO alp X j ou !jugs Q ►- O `pa }puiuual so `papuaulu s1 luauiaaa2y aalsuy4 u!SioaJ `AlunoO ggo0 aq1 Tap Juana my uI •£ uot1oas upuojd `Aluno0 go mum aq !jugs lopzluo0 spy jo no Sulsim suollon aoj anuan aq,I Q llgrgxg olaaaq pagoullu s! `Z l OZ `z1 go1Nl PoleP QNV DIV0 wag jusodo.rd aq•j, •0 £Z6tr I LL ( :allunsou3 005V ILL (l 6) :auogdajaZ 80£££ 'I3 `ajnpaapnn7110A OOZ N S `papnajnog jploaauIUIo0 lsug 660£ •dd `joazg ;CpooQ `Imago `uaaoD ,Catuonv ,C1I0 !pimp •v saw! : Atop oop ( sailiii2lldooi -ai) pumno pggA &Lvov \y3\ s E a28d A'HVI 1 IDaS 71„ '6' a/1 f j :auwN lu?.Id :SassaNnM '3UI `SHQ/QNV'IlIVD aop•( saggiN1 jow-a) pusher, - laeqalltASI A ov\vD\ s b abed •3M `sawativriniv9 atV VI9 IO 9 `A.r xnoa ggoo u3 2g imaivaati9v V ZI13IHXa 3oP ("MIWIjooi -) Pue1mo rg4+S 5avd Z €QZ `ZT quul}i as,LVQ QWIV tvo I 11 .I.Iamx i