solicitation data 21-01

137
Mailing Address: 8100 N. University Drive Tamarac, FL 33321 Solicitation Data Bid Number: 21-01 Title: Wind Retrofit & Generator Contact: Devora Stern, Administrator Phone: 954-788-8781 ext. 218 Email: [email protected] Mandatory Pre-Bid Conference Day/Date: August 23, 2021 Time: 10:00 a.m. Location/Mail Address: Rohr Bais Chaya Academy 8100 N. University Drive Tamarac, FL 33321 Deadline for Questions Day/Date: Friday, August 27, 2021 Time: 4:00 p.m. Bid Opening Day/Date: Friday, September 10, 2021 Time: 9:00 a.m. Location/Mail Address: Rohr Bais Chaya Academy 8100 N. University Drive Tamarac, FL 33321 Bid packages and specifications are available directly from the Rohr Bais Chaya Academy. The Academy is not responsible for the accuracy of other means of distribution. Alteration of the content of this document shall result in disqualification. NOTE: If not submitting a bid, fill out and return the "Statement of No Bid" Form of this document. SPECIAL ACCOMMODATION: If a person decides to appeal any decision made by the board, agency, or commission with respect to any matter considered at such meeting or hearing, he or she will need a record of the proceedings, and that, for such purpose, he or she may need to ensure that a verbatim record of the proceedings is made, which record includes the testimony and evidence upon which the appeal is based F.S.S. 286.0105. The Academy does not tolerate discrimination in any of its programs, services, or activities; and will not exclude participation in, deny the benefits of, or subject to discrimination anyone on the grounds of real or perceived race, color, national origin, sex, gender identity, sexual orientation, age, disability/handicap, religion, family, or income status.

Upload: others

Post on 29-Dec-2021

0 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: Solicitation Data 21-01

Mailing Address: 8100 N. University Drive Tamarac, FL 33321

Solicitation Data Bid Number: 21-01

Title: Wind Retrofit & Generator Contact: Devora Stern, Administrator

Phone: 954-788-8781 ext. 218 Email: [email protected] Mandatory Pre-Bid Conference Day/Date: August 23, 2021 Time: 10:00 a.m. Location/Mail Address: Rohr Bais Chaya Academy 8100 N. University Drive Tamarac, FL 33321 Deadline for Questions Day/Date: Friday, August 27, 2021 Time: 4:00 p.m. Bid Opening Day/Date: Friday, September 10, 2021

Time: 9:00 a.m. Location/Mail Address: Rohr Bais Chaya Academy 8100 N. University Drive Tamarac, FL 33321

Bid packages and specifications are available directly from the Rohr Bais Chaya Academy. The Academy is not responsible for the accuracy of other means of distribution. Alteration of the content of this document shall result in disqualification. NOTE: If not submitting a bid, fill out and return the "Statement of No Bid" Form of this document. SPECIAL ACCOMMODATION: If a person decides to appeal any decision made by the board, agency, or commission with respect to any matter considered at such meeting or hearing, he or she will need a record of the proceedings, and that, for such purpose, he or she may need to ensure that a verbatim record of the proceedings is made, which record includes the testimony and evidence upon which the appeal is based F.S.S. 286.0105. The Academy does not tolerate discrimination in any of its programs, services, or activities; and will not exclude participation in, deny the benefits of, or subject to discrimination anyone on the grounds of real or perceived race, color, national origin, sex, gender identity, sexual orientation, age, disability/handicap, religion, family, or income status.

Page 2: Solicitation Data 21-01

In compliance with the ADA and F.S.S. 286.26, any individual with a disability requesting a reasonable accommodation in order to participate in a public meeting should contact Rabbi Moshe Rabin, Executive Director, at least 48 hours in advance of the scheduled meeting. Requests can be directed via e-mail to [email protected] or via telephone to 954-520-3844; Florida Relay: 711; Florida Relay (TIY/VCO): 1-800-955-8771; Florida Relay (Voice): 1-800-955-8770. Every reasonable effort will be made to allow for meeting participation.

Page 3: Solicitation Data 21-01

TABLE OF CONTENTS

WIND RETROFIT & GENERATOR BID NO. 21-01

DIVISION 0 - PROCUREMENT AND CONTRACT REQUIREMENTS 00100 INVITATION TO BID 00200 INSTRUCTIONS TO CONTRACTORS

A. Introduction B. Submission of the Bid C. The Bid Form D. Compliance with Occupational Safety and Health Act E. Pre-Bid Conference F. Addenda and Modifications G. Patents and Copyrights H. Insurance I. Licenses and Qualifications of Contractors J. Contract Time and Liquidated Damages K. Bid Opening L. Withdrawal of a Bid M. Questions and Inquiries N. Award of Contract O. Execution of the Contract P. Storage, Removal & Disposal of Solid Waste/Construction Debris Q. Permits & Fees R. Bonds S. Security

00300 BID FORMS

BID FORM REVIEW SHEET A. Bid Form B. Bid Bond or Other Bid Guarantee C. Bid Summary Sheet Unit Prices, if applicable D. Contractor’s Qualification Statement E. Non-Collusion Affidavit F. Certificate of Insurance G. Vendor Drug-Free Workplace H. List of Subcontractors I. Certification Letter Re: Bid Package Review by Subs J. Trench Safety Form

Page 4: Solicitation Data 21-01

00400 FLORIDA DIVISION OF EMERGENCY MANAGEMENT — FEDERAL EMERGENCY MANAGEMENT AGENCY (FEMA) GRANT REQUIREMENTS AND PROVISIONS

EXECUTIVE ORDER 11246 CERTIFICATION REGARDING DEBARMENT, SUSPENSION, INELIGIBILITY AND VOLUNTARY EXCLUSION MANDATORY CONTRACT PROVISIONS FEDERAL FUNDING ACCOUNTABILITY AND TRANSPARENCY ACT INSTRUCTIONS WORKSHEET CERTIFICATION FOR DISCLOSURE OF LOBBYING ACTIVITIES DISCLOSURE OF LOBBYING ACTIVITIES MINORITY BUSINESS ENTERPRISE STATEMENTS ASSURANCES FEDERALLY-FUNDED SUBAWARD AND GRANT AGREEMENT

EXHIBIT 1 – PROJECT TECHNICAL SPECIFICATIONS EXHIBIT 2 – MIAMI DADE ROOFING SPECIFICATIONS

END OF SECTION

Page 5: Solicitation Data 21-01

INVITATION TO BID (00100)

BID TITLE: WIND RETROFIT & GENERATOR BID NUMBER: 21-01 THE ROHR BAIS CHAYA ACADEMY (hereinafter "the Academy") will receive, open, and publicly read aloud bids for the above-referenced matter at 2:00 p.m. on Monday, August 16, 2021, at the Rohr Bais Chaya Academy, 8100 North University Drive, Tamarac, FL 33321. A description of the Project is as follows: The Work for this project consists of, but is not limited to, furnishing all labor, materials, and equipment for the proper installation of activities identified in the project specifications at Rohr Bais Chaya Academy, 8100 North University Drive, Tamarac, FL 33321, per bid specifications. Grant Requirement: This project is being funded in part by the Federal Emergency Management Agency (FEMA) through the Florida Division of Emergency Management. Title VI of the Civil Rights Act of 1964, Executive Order 11246, provisions of 2 C.F.R. 200 and terms and conditions of the “Federally-Funded Subaward and Grant Agreement” apply to this project. This project is being advertised for a minimum period of three (3) weeks. Qualification Requirement: The vendor shall have any of the following: Florida Certified General Contractor’s License or Florida Certified Building Contractor’s License. The vendor must have worked on projects of similar size and scope over the past 5 years. The Academy shall be the sole and final judge in determining if the Contractor meets the Qualification Requirement. A Mandatory Pre-Bid conference will be held at Rohr Bais Chaya Academy, 8100 North University Drive, Tamarac, FL 33321 on Monday, August 23, 2021. Attendance at the pre-bid conference is mandatory, and any bid from a contractor not attending the conference may be rejected at the sole discretion of the Academy. Following the Pre-Bid Conference, a Site Visit can be made. Contractors are responsible for bringing any required sub-contractors to this Mandatory Pre-Bid Conference and to the Mandatory site visit. This site visit conducted by the Academy will be the only time Contractors will be granted access to the site. Drawings, specifications, and other Contract documents may be examined at the Rohr Bais Chaya Academy, 8100 North University Drive, Tamarac, FL 33321.

This bid may be obtained at www.baischaya.com/bid

Special accommodation: If a person decides to appeal any decision made by the board, agency, or commission with respect to any matter considered at such meeting or hearing, he or she will need a record of the proceedings, and that, for such purpose, he or she may need to ensure that a verbatim record of the proceedings is made, which record includes the testimony and evidence upon which the appeal is based F.S.S. 286.0105.

Page 6: Solicitation Data 21-01

The Academy does not tolerate discrimination in any of its programs, services, or activities; and will not exclude participation in, deny the benefits of, or subject to discrimination anyone on the grounds of real or perceived race, color, national origin, sex, gender identity, sexual orientation, age, disability/handicap, religion, family, or income status. In compliance with the ADA and F.S.S. 286.26, any individual with a disability requesting a reasonable accommodation in order to participate in a public meeting should contact the Academy’s ADA Coordinator at least 48 hours in advance of the scheduled meeting. Requests can be directed via e-mail to [email protected] or via telephone to 954-520-3844; Florida Relay: 711; Florida Relay (TIY/VCO): 1-800-955-8771; Florida Relay (Voice): 1-800- 955-8770. Every reasonable effort will be made to allow for meeting participation. After any Bid is opened or a Short List is established for a Request for Proposal or Request for Qualifications, any information concerning the solicitation shall be available only through the Academy Attorney, Project Manager or an individual specifically named in the solicitation. Published on: August 16, 2021

Page 7: Solicitation Data 21-01

INSTRUCTIONS TO CONTRACTORS (00200)

A. INTRODUCTION

1.1 These Instructions to Contractors (hereinafter "the Instructions") are applicable to all Contractors and Bids for a project to be constructed for THE ROHR BAIS CHAYA ACADEMY (hereinafter referred to as "Academy" or the "Owner") and more specifically identified as follows: - WIND RETROFIT & GENERATOR (hereinafter "the Project").

1.2 The Instructions are mandatory. As a condition precedent for the consideration of any Bid, the Contractor must strictly comply with all terms and conditions of the Instructions. The Academy expressly and unequivocally reserves the right to disqualify any Contractor or reject any Bid which does not strictly comply with said terms and conditions. The Academy furthermore expressly and unequivocally reserves the right to reject any and all Bids and to waive any irregularities or informalities in the Bids received from the Contractor.

1.3 Each Contractor must be responsible and must possess good character and integrity; each Contractor must also possess the ability, knowledge, skill, judgment, management, supervision, and physical and financial resources to construct the Project for the Contract Sum and within the Contract Time. Each Contractor must present demonstrative evidence of its experience in completing projects of similar size, complexity, and scope of the Project that is the subject matter of this bid. The Academy reserves the right to require additional or supplemental information from any Contractor if the Academy, in its discretion, determines that such additional information would assist the Academy in evaluating the qualifications of a Contractor. The Academy expressly reserves the right to reject or disqualify any Contractor who in the Academy’s discretion does not possess the requisite experience or qualifications to complete the Project in a timely manner and for the project price.

1.4 The submission of a Bid shall constitute an affirmative representation by the Contractor to the Academy of the following facts:

(a) The Contractor is duly licensed by the State of Florida and all other

applicable authorities as required by the Bid Documents for the construction of the Project;

(b) The Contractor is not in default of any of its contractual obligations on any other contracts or projects;

(c) The Contractor has visited the proposed construction site and has become thoroughly familiar with all local conditions under which the Project is to be constructed and has correlated its observations with the requirements of the contract documents;

(d) The Contractor, along with its sub-contractors, has read and become

Page 8: Solicitation Data 21-01

familiar with all the contract documents, including, but not limited to, the specifications and each of the drawings, and has found them to be complete, and sufficient for construction;

(e) No representations or warranties have been made to the Contractor by the Academy or by any of its agents or representatives, and the Academy and its agents and representatives have made no verbal or other modifications to the contract documents except as may be reflected in written addenda issued prior to bid; and

(f) Contractor is experienced and qualified, willing, and able to perform the work called for in the contract documents.

B. SUBMISSION OF THE BID

1.1 All bids must be submitted in sealed envelopes, delivered, or mailed to Rohr Bais Chaya Academy, 8100 N. University Drive, Tamarac, FL 33321. All Bids must be submitted in duplicate: one (1) original, (marked “Original”) and two (2) photocopies (all collated and marked “Copy”) of bid; Two (2) electronic true and exact copies of the bid on CD, flash drive or DVD in .pdf format. The bid number and bid title must be plainly marked on the outside of the envelope. It will be the sole responsibility of the Contractor to ensure that the Bid is received by the Academy on or before the opening time and date shown in the Bid documents. All Bids are subject to the conditions specified herein. All bids received will be read into the record and may be rejected for noncompliance to requirements after a full review by the Purchasing Division. Upon the award of the Bid, the Contractor shall submit to the Academy a list of proposed sub-contractors. The Contractor shall not enter into a subcontract with any proposed sub-contractor with reference to whom the Academy has made timely objection. The Contractor shall not be permitted to subcontract with any party to whom the Academy has objected. After submittal of the List of sub- contractors, no variance in sub-contractors will be allowed without prior written acceptance and authorization by the Academy.

C. THE BID FORM

1.1 The Bid shall consist of the following individual documents:

(a) Bid Form (b) Bid Bond or Other Bid Guarantee (c) Bid Summary Sheet Unit Prices, if applicable (d) Contractor’s Qualification Statement (e) Non-Collusion Affidavit (f) Certificate of Insurance (g) Vendor Drug-Free Workplace (h) Trench Act Compliance Statement

As a condition precedent for the consideration of any bid, each of these documents

Page 9: Solicitation Data 21-01

must be properly executed and notarized where required. Execution must be by manual signature of an authorized representative in the space provided. If the Contractor is a corporation, execution must be in the corporate name by the president or vice president or other corporate officer accompanied by evidence of authority to sign, and the corporate seal must be affixed and attested by the secretary or assistant secretary of the corporation. The corporate address and state of incorporation shall also be identified below the signature. If the Contractor is a partnership or joint venture, execution must be in the partnership or joint venture name and must be by a partner or joint venturer authorized to bind the entity, and the official address of the partnership or joint venture must be stated below the signature.

1.2 All Bids must be completed in pen and ink or typewritten. No erasures are

permitted. If a correction is necessary, draw a single line through the entered figure and enter the correct figure immediately above the corrected figure. Corrections must be initialed by the person signing the bid, or a duly authorized representative of the firm submitting bid, who is a full-time direct employee of the firm. Any bid containing illegible entries, pencil bids or corrections not initialed will be rejected.

1.3 Altered or non-conforming Bids will not be considered. Clarification of any Bid must be in letter form, properly executed by the Contractor, and attached to the Bid.

1.4 The Contractor will not withdraw or modify its Bid for a period of ninety (90) days after Bid

Opening, and that if awarded the Contract, the Contractor will execute the Contract and furnish properly an executed Public Construction Bond as required by the Contract within twenty-one (21) days after written Notice of Intent of Award of Contract.

1.5 Please be informed that pursuant to Section 287.133(2) (a), Florida Statutes. "A person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a bid on a contract to provide any goods or services to the Academy, may not submit a bid on a contract with the Academy for the construction or repair of a public building or public work, may not submit bids on leases of real property to the Academy, may not be awarded or perform work as a contractor, supplier, sub-contractor, or consultant under a contract with the Academy, and may not transact business with the Academy in excess of the threshold amount provided in S.287.017 for CATEGORY TWO for a period of thirty-six (36) months from the date of being placed on the convicted vendor list." The submission of a bid shall constitute an affirmative representation of the Contractor to the Academy that the Contractor is aware of the Statute and in full compliance thereof.

1.6 Each Contractor shall submit a non-collusion affidavit on the form required by the

Academy.

1.7 Each Contractor must comply with the provisions of Section 255.04, Florida Statutes.

Page 10: Solicitation Data 21-01

D. COMPLIANCE WITH OCCUPATIONAL SAFETY AND HEALTH ACT

1.1 By the submission of its Bid, Contractor certifies that all material, equipment, etc. contained in its bid meets all Occupational Safety and Health Act (OSHA) requirements. Contractor further certifies that if it is the successful Contractor, and any of the material, equipment, etc. delivered is subsequently found to be deficient of any OSHA requirement in effect on date of delivery, all costs necessary to bring the material, equipment, etc. into compliance with the aforementioned requirements shall be borne by the Contractor. Furthermore, in compliance with Chapter 422, Florida Statutes, any item delivered from a contract resulting from this Bid must be accompanied by a Material Safety Data Sheet (MSDS). The MSDS must include the following information:

(a) The chemical name and common name of the toxic substance.

(b) The hazards or other risks in the use of the toxic substances including:

(i) The potential for fire, explosion, corrosively and reactivity.

(ii) The known acute and chronic health effects of risks from exposure,

including the medical conditions which are generally recognized as being aggravated by exposure to the toxic substance.

(iii) The primary routes of entry and symptoms of overexposure.

(c) The proper precautions, handling practices, necessary personal protective

equipment, and other safety precautions in the use of or exposure to the toxic substances, including appropriate emergency treatment in case of overexposure.

(d) The emergency procedure for spills, fire, disposal and first aid.

(e) A description in lay terms of the known specific potential health risks posed by the toxic substance intended to alert any person reading this information.

(f) The year and month, if available, that the information was compiled and the name, address, and emergency telephone number of the manufacturer responsible for preparing the information.

E. PRE-BID CONFERENCE

A MANDATORY PRE-BID CONFERENCE WILL BE HELD AT Rohr Bais Chaya Academy, 8100 North University Drive, Tamarac, FL 33321 AT 10:00 A.M. ON MONDAY, AUGUST 23, 2021. ATTENDANCE AT THE PRE-BID CONFERENCE IS MANDATORY AND ANY BID FROM A CONTRACTOR NOT ATTENDING THE CONFERENCE MAY BE REJECTED AT THE SOLE DISCRETION OF THE ACADEMY. FOLLOWING THE PRE-BID CONFERENCE, SITE VISITS WILL BE MADE. CONTRACTORS ARE RESPONSIBLE FOR BRINGING ANY REQUIRED SUB-

Page 11: Solicitation Data 21-01

CONTRACTORS TO THIS MANDATORY PRE-BID CONFERENCE AND TO THE MANDATORY SITE VISITS. THE SITE VISITS CONDUCTED BY THE ACADEMY WILL BE THE ONLY TIME CONTRACTORS WILL BE GRANTED ACCESS TO THE SITE.

F. ADDENDA AND MODIFICATIONS

1.1 Any addenda or other modifications to the Contract Documents will be made in writing and issued by the Academy prior to the time and date of Bid Opening. Such written addenda or modifications shall be part of the Contract Documents and shall be binding upon each Contractor. No oral or verbal addenda or modifications shall be allowed nor shall any Contractor rely upon any oral or verbal addenda or modifications in preparing or submitting its bid.

G. PATENTS AND COPYRIGHTS

It shall be understood and agreed that by the submission of a Bid, the Contractor, if awarded a contract, shall save harmless and fully indemnify the Academy and any of its officers or agents from any and all damages that may, at any time, be imposed or claimed for infringement of any patent right, trademark, or copyright of any person or persons, association or corporation, as a result of the use of such articles by the Academy, or any of its officers, agents, or employees, and of which articles the successful Contractor is not the patentee, assignee, licensee, or owner, or lawfully entitled to sell same.

H. INSURANCE

1.1 Each Contractor is directed to carefully review all insurance requirements of the Contract for Construction. Strict compliance with said insurance requirements is required and deviations or exceptions will not be permitted. The submission of a Bid shall constitute a representation and warranty by the Contractor that it has the ability to obtain or has in full force and effect all liability, workers' compensation, builder's risk, automobile, and other insurance as required by the Contract Documents, and said Contractor shall submit to the Academy at the time the Bid is submitted, evidence of the ability to obtain the required insurance or Certificates of Insurance confirming such coverage.

1.2 All deductibles or self-insured retentions must be declared by the Contractor at the time of submission of the Bid. As a condition precedent to the award of the Contract, the Academy may require the insurer to reduce or eliminate any such deductibles or self-insured retentions as same relate to the Academy, its officers, officials, employees and volunteers, or the Contractor shall be required to procure a bond in a form acceptable to the Academy guaranteeing payment of any loss or expense including, but not limited to, the expense of investigation, claims administration, and defense, relating to any claims within the deductibles or self-insured retentions.

I. LICENSES AND QUALIFICATIONS OF CONTRACTORS

1.1 Within forty-eight (48) hours of the Bid Opening, any Contractor may be required to submit a copy of all licenses required to construct the Project along with such other information

Page 12: Solicitation Data 21-01

as the Academy may require to verify that the Contractor is responsible and capable of completing the Project.

J. CONTRACT TIME AND LIQUIDATED DAMAGES 1.1 The Contract Time is calculated in calendar days and is set forth in the Contract

Documents. Provisions for Liquidated Damages, if any, are also set forth in the Contract Documents. If the Contract Documents do not provide for Liquidated Damages, the Academy may be entitled to recover any and all of the actual damages arising out of any delay to the Project caused by the successful Contractor.

1.2 Contractors must consider that certain permits may require licensed contractors to perform portions of the work. It will be the Contractor’s responsibility to subcontract with duly licensed trades to perform the corresponding portions of the work.

K. BID OPENING

1.1 The Bid Opening will be open to the public on the date and time specified on the bid form. Any Contractor is invited to attend the Bid Opening. All Bids received after the date and time specified for the Bid Opening will be returned at the expense of the Contractor.

L. WITHDRAWAL OF A BID

1.1 Any Bid may be withdrawn prior to the scheduled time for the opening of bids provided, however, that such withdrawal must be in writing and properly executed by a person having authority as set forth herein to execute the Bid or, in the alternative, such Bid may be withdrawn in person by a person having authority as set forth herein to execute the Bid. NO BID MAY BE WITHDRAWN AFTER THE TIME SCHEDULED FOR OPENING OF BIDS FOR A PERIOD OF NINETY (90) DAYS.

M. QUESTIONS AND INQUIRIES

1.1 Any questions or inquiries regarding the Instructions, Bid Procedures, or the Contract Documents must be directed in writing to the individual listed below. All inquiries must be received by the Purchasing Division no later than ten (10) calendar days prior to bid opening. Rabbi Moshe Rabin, Executive Director 954-520-3844 [email protected]

1.2 This solicitation falls under the Rohr Bais Chaya Academy Code of Ordinances Section 2-1 (n) known as the “Cone of Silence”. After a Bid is opened or a Short List is established, a vendor or a vendor’s representative as defined in the Ordinance, a proposer, service provider, consultant, or lobbyist, may not seek information or clarification or in any way contact any Official or employee of the Academy concerning this solicitation with the exception of the Academy Attorney, the Purchasing Director or an individual specifically designated in this document for dissemination of information. A copy of any written communication concerning

Page 13: Solicitation Data 21-01

this solicitation shall be filed with the Purchasing Division and shall be made available to the public upon request. A violation of the “Cone of Silence” renders any award voidable at the sole discretion of the Academy Commission and may subject the potential vendor or vendor’s representative to debarment in accordance with the Academy’s Code of Ordinances. Nothing in the Ordinance prevents a vendor or vendor’s representative from taking part in a public meeting concerning the solicitation.

N. AWARD OF CONTRACT

1.1 If a contract is to be awarded, it will be awarded to the responsible Contractor with the lowest responsive Grand Total Bid. If a successful Contractor’s contract is canceled or terminated for any reason, the Academy reserves the right to award the contract to the responsible Contractor with the next lowest responsive Grand Total Bid, or re-bid the entire contract, whichever is in the best interest of the Academy.

1.2 The Academy reserves the right to reject any and all Bids and waive any and all informalities, and the right to disregard all non-conforming or conditional Bids or counter bids.

1.3 In determining award, the Academy shall consider the qualifications of the Contractors, whether or not the Bids comply with the prescribed requirements, and unit prices requested in the Bid forms. The Academy may consider the qualifications and experience of subcontractors and other persons and organizations (including those who are to furnish the principal items of material and equipment) proposed for the Work. The Academy may conduct such investigations as it deems necessary to establish the responsibility, qualifications, and financial ability of the Contractors, proposed Sub-contractors and other persons and organizations to do the Work in accordance with the Contract Documents to the Academy’s satisfaction within the prescribed time. The Academy reserves the right to reject the Bid of any Contractor who does not pass any such evaluation to the Academy’s satisfaction.

1.4 Certificates of Insurance shall be required only from the Contractor or Contractors, as applicable, receiving the award and shall be due within ten (10) calendar days of notification of intent to Award. Note: Proof of required insurance shall be due at time of Bid Opening.

1.5 If the Contract is to be awarded, the Academy will give the successful Contractor a Notice of Award within ninety (90) days after the day of the Bid Opening.

O. EXECUTION OF THE CONTRACT

1.1 The successful Contractor shall, within ten (10) calendar days after receiving Notice of Intent to Award Contract, sign and deliver to the Academy the executed Contract, final certificates of insurance with indemnification language acceptable to the Academy, and a Public Construction Bond required by the Contract. Within

Page 14: Solicitation Data 21-01

forty-five (45) calendar days after receiving the executed Contract, certificates of insurance and required Public Construction Bond, the Academy's authorized agent will execute the Contract. Signature by both parties constitutes execution of the Contract.

1.2 If the successful Contractor fails to execute the Contract or fails to furnish the required Public Construction Bond and Certificates of Insurance within the time frame listed in Subsection 1.1 above, the Contractor shall forfeit the bid security that accompanied its Bid, and said bid security shall be retained as liquidated damages by the Academy. It is agreed that the amount of the bid security is a fair and reasonable estimate of the amount of damages the Academy will sustain in the event the Contractor fails to enter into the Contract or furnish the bonds as required by the Contract.

P. STORAGE, REMOVAL AND DISPOSAL OF SOLID WASTE/CONSTRUCTION

DEBRIS

1.1 The awarded Contractor shall be held responsible for the storage, removal and disposal of all solid waste/construction debris.

Q. PERMITS AND FEES

1.1 The successful Contractor shall procure and pay for all permits and licenses, charges and fees and give all notices necessary and incidental to the due and lawful prosecution of the work. The cost of all permits, fees, etc. shall be included in price bid except where noted in the specifications and requirements.

R. BONDS

1.1 Bid Bonds will only be returned at the Contractor’s written request. The request shall be made within sixty (60) calendar days after award of the bid by the Academy and shall be addressed to the Rohr Bais Chaya Academy, 8100 N. University Drive, Tamarac, FL 33321.

1.2 Public Construction Bonds will only be returned at the successful Contractor’s written request after one (1) year from the date of final completion of the project and shall be addressed to the Rohr Bais Chaya Academy, 8100 N. University Drive, Tamarac, FL 33321.

S. SECURITY

1.1 The awarded Contractor shall be required to complete the "CONTRACTOR PASS REQUEST FORM” (See sample below), with photo identification of all personnel authorized to be at Utility sites. This form will be sent to the awarded Contractor(s) with the notification of award letter(s). All personnel shall report to the school front office upon arrival at the location. Photo identification of person, their purpose of visit, and name of contact person at the Academy, shall be required for entry.

Page 15: Solicitation Data 21-01

The successful Contractor shall ensure that only authorized employees and/or authorized Academy personnel shall have access to successful Contractor’s/Academy vehicles, work site, equipment, work products, reports, electronic data, and any/all other information pertaining to the Academy. The successful Contractor shall not admit any unauthorized personnel onto any work site. The successful Contractor will not release, discuss, or share any information on the facility, equipment and/or operations, to any non-Academy personnel. Upon leaving premises, all personnel shall be required to check out with the Security Guard or Operator on duty. The awarded Contractor shall be held responsible for complying with these procedures.

Page 16: Solicitation Data 21-01

Bid No. 21-01

00300

Bid Title: Wind Retrofit & Generator

CONTRACTOR NAME:___________________________

BID FORM REVIEW SHEET

CHECK BEFORE SUBMITTING YOUR BID, MAKE SURE YOU...

1. Sign the BID FORM (Sub-section 00300-A).

2. Include a FORM OF BID BOND. (Sub-section 00300-B).

3. Fill out the BID SUMMARY SHEET. (Sub-section 00300-C).

4. Fill out the CONTRACTOR’S QUALIFICATION STATEMENT (Sub-section 00300-D).

5. Fill out and sign the NON-COLLUSION AFFIDAVIT and have it properly notarized.(Sub-section 00300-E).

6. CHECK THE INSURANCE requirements to be sure that you will comply. NOTE: THEROHR BAIS CHAYA ACADEMY MUST BE NAMED AS ADDITIONAL INSURED.Provide CERTIFICATE OF INSURANCE or evidence of insurability (Sub-section 00300-F).

7. Sign the CONTRACTOR DRUG-FREE WORKPLACE STATEMENT (Sub-section 00300-G).

8. Prepare and submit the LIST OF SUBCONTRACTORS, if applicable. (Sub-section 00300-H).

9. Prepare and submit CERTIFICATION LETTER RE: BID PACKAGE REVIEW BY SUBS.(Sub-section 00300-I).

10. Prepare and submit the TRENCH SAFETY FORM. (Sub-section 00300-J).

11. Fill out, sign and return 00400 GRANT REQUIRED CERTIFICATIONS

12. Clearly mark the BID NUMBER AND NAME on the outside of the envelope.

13. Make sure your BID will be submitted prior to the deadline. Late Bids will not be accepted.

14. Submit one (1) original (marked “Original”) and two (2) photocopies (all collated and marked “Copy”) of bid; Two (2) electronic true and exact copies of the bid on CD, flash drive or DVD in .pdf format. NOTE: The photocopies must contain a copy of all elements of the original bid document, including bid security and Insurance.

PLEASE BE SURE TO RETURN ALL PAGES (SECTION 00300) WITH YOUR BID. FAILURE TO COMPLY WITH THE ABOVE REQUIREMENTS MAY RESULT IN YOUR BID BEING DEEMED NON-RESPONSIVE.

Page 17: Solicitation Data 21-01

Bid Title: Wind Retrofit & Generator Bid No. 21-01

00300-A-1

BID FORM

TO:

FOR:

THE ROHR BAIS CHAYA ACADEMY

WIND RETROFIT & GENERATOR (hereinafter "the Project").

CONTRACTOR: ________________________________________________________________ (Name of Firm Submitting Bid)

ADDRESS:___________________________________________________________________________

PHONE:_____________FAX:_____________E-MAIL:______________TAX ID:___________________

AUTHORIZED SIGNATURE: ____________________________________

DATE SUBMITTED: _________________________________________________

The Undersigned proposes and agrees, if this proposal is accepted, to contract with the Academy in the form of contract specified, to furnish all necessary implements, machinery, equipment, tools, apparatus, materials, means of transportation,and labor necessary to complete the above captioned project in full and complete accordance with the shown, noted, described and reasonably intended requirements of the plans and specifications and contract documents to the full and entire satisfaction of the Academy, with a definite understanding that no money will be allowed for extra work except as set forth in the Contract Documents:

ORIGINAL BID (Per Items Identified in Technical Specifications) ITEM NO. 1: ______________________________________, as specified herein. LUMP SUM: $____________________

ITEM NO. 2: For Payment of Public Construction Bond Premium under Section 00600.

LUMP SUM: $____________________

ITEM NO. 3: Allowance for additional required Work, not specified, as identified and approved by the Academy.

LUMP SUM: $20,000.00

GRAND TOTAL BID:_________________________________________Dollars

($___________________________) Written Amount (Consists of Items 1 through 3 above and established as the Grand Total Bid)

Page 18: Solicitation Data 21-01

00300-A-2

The Undersigned hereby declares that the only person or persons interested in the proposal as principal or principals is, or are, named herein and that no other person than herein mentioned has any interest in this proposal or in the contract to be entered into; that this proposal is made without connection with any other person, company or parties making a bid or proposal; and that it is in all respects fair and in good faith, without collusion or fraud.

The Contractor further declares that he has examined the site of the work and has become thoroughly familiar with all conditions pertaining to the places where the work is to be done; has examined the plans and specifications for the work and contractual documents relative thereto, and has read all special provisions furnished prior to the opening of bids; that has been satisfied relative to the work to be performed.

The Contractor further proposes and agrees to complete all work as required by the Contract Documents.

The Contractor further proposes and agrees that in case of failure on the Contractor’s part to execute the Contract, furnish an acceptable Public Construction Bond, a warranty bond letter and certificate of insurance within ten (10) consecutive calendar days of Award of Contract (instrument may provided seperately for each phase of the project if the Academy determines this acceptable) the check or Bid Bond accompanying this bid, and the monies payable thereon, shall be paid into the funds of the Academy, as liquidated damages for such failure; otherwise the check or Bid Bond accompanying this proposal will be returned to the undersigned. A Notice to Proceed will be issued by the Academy following execution of the Contract.

DATE SUBMITTED: _________________________________________________

COMPANY NAME: _____________________________________________

AUTHORIZED SIGNATURE: _________________________________________

Attached hereto is a CERTIFIED CHECK � CASHIER'S CHECK � BID BOND �

(check the appropriate box)

in the amount/percent of ________________________DOLLARS ($_________________) (amount shown on check, or percent of)

Bid guaranty made payable to "THE ROHR BAIS CHAYA ACADEMY"

Respectfully Submitted,

_____________________________________ (SEAL)

_____________________________________

Bid Title: Wind Retrofit & Generator Bid No. 21-01

Page 19: Solicitation Data 21-01

00300-A-3

The full names and residences of persons and firms interested in the foregoing bids, as principals, are as follows:

_________________________________________________________________ _________________________________________________________________

Addendum Receipt: Contractor shall acknowledge below the receipt of any and all addenda, if any, to the plans and specifications, listing the addenda by number or letter designation and date:

ADDENDUM__________ DATE_________ ADDENDUM_________ DATE________ ADDENDUM__________ DATE_________ ADDENDUM_________ DATE________

DATE SUBMITTED: _________________________________________________

COMPANY NAME: _____________________________________________

AUTHORIZED SIGNATURE: _________________________________________

Bid Title: Wind Retrofit & Generator Bid No. 21-01

Page 20: Solicitation Data 21-01

00300-B-1

FORM OF BID BOND

KNOW ALL MEN BY THESE PRESENTS:

That we, , as Principal, hereinafter called the Principal and of a corporation duly organized under the laws of the State of , as Surety hereinafter called the Surety, are held and firmly bound unto , as obligee, hereinafter called the Obligee, in the sum of Dollars ($

), for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly in these presents.

WHEREAS, the Principal has submitted a bid for .

NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a contract with the Obligee in accordance with the terms of such bid, and give such bond or bonds as may be specified in the bidding or contract documents with good and sufficient surety for the faithful performance of such contract and for the prompt payment of labor and material furnished in the prosecution thereof, or in the event of the failure of the Principal to enter such contract and give such bond or bonds, if the Principal shall pay to the Obligee and the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another party to perform the work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect.

Signed and sealed this day of , 20 .

CONTRACTOR (Seal)

Company Name By:____________________________ Title:___________________________ Address:________________________

(Street) ________________________ (City/State/Zip Code)

SURETY: (Seal)

Company Name By:___________________________ Title:__________________________ Address:________________________

(Street) ________________________ (City/State/Zip Code)

Bid Title: Wind Retrofit & Generator Bid No. 21-01

Page 21: Solicitation Data 21-01

0300-C-1

BID SUMMARY SHEET UNIT PRICES

All Unit Prices shall include costs for furnishing to the Owner ALL materials, equipment, and supplies for all costs incurred in completing the work including installation of all materials, equipment and supplies furnished, complete in place and ready for continued service, all other labor, permit fees, taxes, insurance, miscellaneous costs, overhead and profit.

NOTE: Bid is based on a Lump Sum Grand Total Price; however, for evaluation purposes, please identify the items listed below.

Original Bid Item Item Total Insurance $ Bond $ Mobilization/ Demobilization $ Windows & Doors $ Generator $ Roofing $

Allowance $ 20,000.00

Total Bid - Lump Sum $

If there is a discrepancy between the total amount on the Bid Summary Sheet and the total amount on the Bid Form, the Bid Form amount shall prevail.

COMPANY NAME: _____________________________________________

AUTHORIZED SIGNATURE: _________________________________________

Bid Title: Wind Retrofit & Generator Bid No. 21-01

Page 22: Solicitation Data 21-01

0300-D-1

CONTRACTOR'S QUALIFICATION STATEMENT

The Undersigned certified under oath that the information provided herein is true and sufficiently complete so as not to be misleading.

SUBMITTED TO:

ADDRESS:

Rohr Bais Chaya Academy

8100 N. University DriveTamarac, Florida 33321

Check One: � Corporation � Partnership � Individual � Joint Venture � Other (specify)

COMPANY NAME: ____________________________

COMPANY ADDRESS: _____________________________

(Street Suite No.)

___________________________________ (City State Zip Code)

PRINCIPAL’S NAME: ______________________________ (Please Print)

CONTACT PERSON’S NAME: __________________________ (Please Print)

PHONE NUMBER: __________________________

FAX NUMBER: __________________________ E-MAILADDRESS:__________________

F.E.I.D. NUMBER: __________________________

DUNS NUMBER: __________________________ SOCIAL SECURITY NUMBER COLLECTION DISCLOSURE STATEMENT

Please be advised that pursuant to Section 119.071(5)(a)2.a., Florida Statutes the Rohr Bais Chaya Academy (“Academy”) discloses that the Academy requests your social security number for the purpose of payroll eligibility verification, processing employment benefits, income reporting, tax reporting, background checks on employee applicants, advisory board applicants and other Academy program volunteers. Social security numbers are also used as a unique numeric identifier and may be used for search purposes. Type of Work: � General Construction

� Water, Sewer & Drainage Underground � Water & Sewer Plant � Paving & Roadwork � Park & Recreation � Demolition

Bid Title: Wind Retrofit & Generator Bid No. 21-01

Page 23: Solicitation Data 21-01

0300-D-2

1. ORGANIZATION

1.1 How many years has your organization been in business as a Contractor?

1.2 How many years has your organization been in business under its present business name?

1.2.1 Under what other or former names has your organization operated:

1.3 If your organization is a corporation, answer the following and submit a copy of your current year filing of Corporate Annual Report Form COR 620.

1.3.1 Date of Incorporation:

1.3.2 State of Incorporation:

1.3.3 President's Name:

1.3.4 Vice-President's Name:

1.3.5 Secretary's Name:

1.3.6 Treasurer's Name:

1.4 If your organization is a partnership, answer the following:

1.4.1 Date of Organization:

1.4.2 Type of Partnership (if applicable):

1.4.3 Name(s) of the General Partner(s):

1.5 If your organization is individually owned, answer the following:

1.5.1 Date of Organization:

1.5.2 Name of Owner:

1.6 If the form of your organization is other than those listed above, describe it and name the principals. (Use a separate sheet of paper.)

Bid Title: Wind Retrofit & Generator Bid No. 21-01

Page 24: Solicitation Data 21-01

0300-D-3

1.7 List your total number of employees and itemize them by job classification. (Use a separate sheet of paper.)

1.8 Provide resumes of key employees and job superintendents.

2. LICENSING

2.1 Attach current copies of the following for all trades your firm is legally qualified to perform:

● State License for qualifying individual(s) or Broward County Certificate ofCompetency and State Registration

● Broward County Local Business Tax Receipts.

2.2 List jurisdictions in which your organizations partnership or trade name is filed.

3. EXPERIENCE

3.1 List the categories of work that your organization normally performs with its own forces:

3.2 Claims and Suits. (If the answer to any of the questions below is yes, please attach details.)

Yes No

3.2.1 □ □ Has your organization ever failed to complete any workawarded to it?

3.2.2 □ □ Are there any judgments, claims, arbitration proceedingsor suits pending or outstanding against your organizationor on its officers?

3.2.3 □ □ Has your organization filed any law suits or requestedarbitration with regard to construction contacts within thelast five years?

3.3 Within the last five years has any officer or principal of your organization ever been an officer or principal of another organization when it has failed to complete a construction contract? (If the answer is yes, please attach details.)

Bid Title: Wind Retrofit & Generator Bid No. 21-01

Page 25: Solicitation Data 21-01

0300-D-4

3.4 On a separate sheet, list major construction projects your organization has in progress and under contract, giving name of project, owner, owner's representative name, current telephone number and job title, architect, contract amount, percent complete and scheduled completion date.

3.4.1 State total worth of work in progress and under contract.

3.4.2 List each change order (including dollar amounts) and time extensions for each project.

3.5 On a separate sheet, list the major projects your organization has completed in the past two (2) years, giving the name of project, owner, owner's project representative's name, current telephone number and job title, architect, contract amount, date of completion and percentage of the cost of the work performed with your own forces.

4. REFERENCES

(Include name, job title, and telephone number of contact person)

4.1 Business Trade References (Minimum 3):

4.2 Bank References (Minimum 1):

Bid Title: Wind Retrofit & Generator Bid No. 21-01

Page 26: Solicitation Data 21-01

0300-D-5

4.3 Other Governmental Agencies where you have been pre-qualified. Indicate trades and dollar amounts:

5. PREVAILING WAGE/FRINGE BENEFITS

NOT APPLICABLE TO THIS BID.

6. CODE OF ETHICSEnclosed is a copy of the Rohr Bais Chaya Academy Code of Ethics. THE VENDOR, BY SIGNING AND SUBMITTING THIS STATEMENT, HEREBY AGREES TO ABIDE BY ALL THE CONDITIONS OF THIS CODE AND TO ENSURE THAT HIS SUBCONTRACTORS WILL ABIDE AS WELL.

7. DUMPING (If the answer to any of the questions below is yes, please attachdetails.)

Yes No

7.1 □ □ Has your organization ever been fined for illegaldumping?

7.2 □ □ Are there any judgments, claims, or suits pending oroutstanding against your organization or office for anyviolation dealing with contamination or illegal dumping?

Bid Title: Wind Retrofit & Generator Bid No. 21-01

Page 27: Solicitation Data 21-01

Bid No. 21-01

0300-D-6

Bid Title: Wind Retrofit & Generator

8. SIGNATURE

8.1 Dated at this day of , 20 .

Name of Organization:

By:

Title:

8.2 , doing duly sworn deposes and says that the information provided herein is true and sufficiently complete so as not to be misleading.

Subscribed and sworn before me this day of , 20 .

Notary Public:

My commission expires:

Page 28: Solicitation Data 21-01

00300-E-1

ROHR BAIS CHAYA ACADEMY

NON-COLLUSION AFFIDAVIT

This affidavit is to be filled in, executed and notarized by the Contractor. If the bid is made by a Corporation, then it should be executed by its Chief Officer. This document MUST be submitted with the bid.

STATE OF ) )ss

COUNTY OF )

_________________________________________,being first duly sworn, deposes and says that (Type or print name of person who is signing below)

1. He/she is the_______________________________________________________________

(Owner, Partner, Officer, Representative or Agent) of the Contractor that has submitted the attached Bid.

2. He/she is fully informed with respect to the preparation and contents of the attached Bid and of all pertinent circumstances respecting such Bid;

3. Said bid is made without any connection or common interest in the profits with any other persons making any bid or proposal for the said commodities/services. Said bid is on our part in all respects fair and without collusion or fraud. No head of any department, any employee or any officer of the Rohr Bais Chaya Academy is directly or indirectly interested therein. If any relatives are employed by the Academy, indicate name and relationship below.

Name:____________________________ Relationship:_____________________________ Name:____________________________

Relationship:_____________________________

Company Name:_______________________________________________________________

Contractor's AuthorizedSignature:___________________________________________________

Subscribed and sworn to before me this _________day of ________________, 20_____

__________________________________________ Notary Public _________________________________________ (Print, Type or Stamp name of Notary Public) Personally known____or Produced I.D.____

Bid Title: Wind Retrofit & Generator Bid No. 21-01

Page 29: Solicitation Data 21-01

00300-E-2

Type and number of I.D. Produced: __________________________________________

_____Did take an oath, or _____Did not take an oath

Bid Title: Wind Retrofit & Generator Bid No. 21-01

Page 30: Solicitation Data 21-01

00300-F-1

CERTIFICATE OF INSURANCE

Contractor to submit proof of all required insurance, as specified herein, with their Invitation for Bid.

Note: Only the successful Contractor shall be required to provide Certificates of Insurance naming the Rohr Bais Chaya Academy as additional insured.

(CONTRACTOR TO PROVIDE)

Bid Title: Wind Retrofit & Generator Bid No. 21-01

Page 31: Solicitation Data 21-01

00300-G-1

CONTRACTOR DRUG-FREE WORKPLACE IN ACCORDANCE WITH SECTION 287.087, FLORIDA STATUTES

Preference may be given to vendors submitting a certification with their bid/proposal certifying they have a drug-free workplace in accordance with Section 287.087, Florida Statutes. This requirement effects all public entities of the State and becomes effective January 1, 1991. The special condition is as follows:

IDENTICAL TIE BIDS - Preference may be given to businesses with drug-free workplace programs. Whenever two or more bids which are equal with respect to price, quality, and service are received by the State or by any political subdivision for the procurement of commodities or contractual services, a bid received from a business that certifies that it has implemented a drug-free workplace program shall be given preference in the award process. Established procedures for processing tie bids will be followed if none of the tied vendors have a drug-free workplace program. In order to have a drug-free workplace program, a business shall:

1. Publish a statement notifying employees that the unlawful manufacture, distribution,dispensing, possession, or use of a controlled substance is prohibited in the workplaceand specifying the actions that will be taken against employees for violations of suchprohibition.

2. Inform employees about the dangers of drug abuse in the workplace, the business's policy of maintaining a drug-free workplace, any available drug counseling, rehabilitation, andemployee assistance programs, and the penalties that may be imposed upon employeesfor drug abuse violations.

3. Give each employee engaged in providing the commodities or contractual services thatare under bid a copy of the statement specified in subsection (1).

4. In the statement specified in subsection (1), notify the employees that, as a condition ofworking on the commodities or contractual services that are under bid, the employee willabide by the terms of the statement and will notify the employer of any conviction of, orplea of guilty or nolo contendere to, any violation of chapter 893 or of any controlledsubstance law of the United States or any state, for a violation occurring in the workplaceno later than five (5) days after such conviction.

5. Impose a sanction on, or require the satisfactory participation in a drug abuse assistanceor rehabilitation program if such is available in the employee's community, by anyemployee who is so convicted.

6. Make a good faith effort to continue to maintain a drug-free workplace throughimplementation of this section.

As the person authorized to sign the statement, I certify that this firm complies fully with the above requirements.

______________________________________________________ VENDOR'S SIGNATURE

______________________________________________________ COMPANY NAME

Bid Title: Wind Retrofit & Generator Bid No. 21-01

Page 32: Solicitation Data 21-01

00300-H-1

LIST OF SUBCONTRACTORS (Contractor to Supply)

For any major trades, all Contractors must provide the following information: the individual’s or company’s name, address and phone number and submit the information on this page with their Invitation for Bid. Failure to do so may result in your Bid being deemed non-responsive. (Attach additional pages, if required).

1. TRADE: _________________________

Company Name/Phone Number

Address

2. TRADE:

Company Name/Phone Number

Address

3. TRADE:

Company Name/Phone Number

Address

4. TRADE:

Company Name/Phone Number

Address

5. TRADE:

Company Name/Phone Number

Address

CONTRACTOR’S COMPANY NAME:

AUTHORIZED SIGNATURE:______________________________________________________

Bid Title: Wind Retrofit & Generator Bid No. 21-01

Page 33: Solicitation Data 21-01

00300-I-1

CERTIFICATION BY

TO THE ROHR BAIS CHAYA ACADEMY:

I___________________________________,(Contractor), hereby certifies that as Contractor for a Project identified as ______________, it has provided the opportunity to all potential Sub-Contractors and potential suppliers of goods and/or services to review the entire bid package which includes terms, conditions, plans, specifications, addenda and any other documents contained in the bid package.

_____________________________ Contractor

By: _____________________________

Date: _____________________________

_____________________________ Attest

_____________________________ Attest

Bid Title: Wind Retrofit & Generator Bid No. 21-01

Page 34: Solicitation Data 21-01

00300-J-1

TRENCH SAFETY FORM

THIS FORM MUST BE COMPLETED AND SIGNED BY THE CONTRACTOR. FAILURE TO COMPLETE THIS FORM MAY RESULT IN THE BID BEING DECLARED NON-RESPONSIVE.

Contractor acknowledges that the Florida Trench Safety Act, Florida State Statutes Section 553.60 to 553.64 et. seq., which became effective October 1, 1990, shall be in effect during the period of construction of the project. The Contractor, by signing and submitting the bid, assures that the Contractor will perform trench excavations in accordance with applicable trench safety standards. The Contractor further identifies the following separate item of cost of compliance with the applicable trench safety standards as well as the method of compliance:

Method of Compliance

Amount: Total $

Contractor acknowledges that this amount is included in the applicable items of the Proposal and in the Grand Total Bid Price.

The Contractor is, and the Owner and Engineer are not, responsible to review and assess all safety precautions, programs and costs, and the means, methods, techniques or technique adequacy, reasonableness of cost, sequences and procedures of any safety precaution, including, but not limited to, compliance with any and all requirements of Florida Statutes Section 553.60 to 553.64 et. seq. cited as the “Trench Safety Act”. Contractor is, responsible to determine any safety or safety related standards that apply to the project.

Authorized Contractor Signature

Printed Name

Title

Date

END OF DOCUMENT

Bid Title: Wind Retrofit & Generator Bid No. 21-01

Page 35: Solicitation Data 21-01
Page 36: Solicitation Data 21-01
Page 37: Solicitation Data 21-01
Page 38: Solicitation Data 21-01
Page 39: Solicitation Data 21-01
Page 40: Solicitation Data 21-01
Page 41: Solicitation Data 21-01
Page 42: Solicitation Data 21-01
Page 43: Solicitation Data 21-01
Page 44: Solicitation Data 21-01
Page 45: Solicitation Data 21-01
Page 46: Solicitation Data 21-01
Page 47: Solicitation Data 21-01
Page 48: Solicitation Data 21-01
Page 49: Solicitation Data 21-01
Page 50: Solicitation Data 21-01

CERTIFICATION FOR DISCLOSURE OF LOBBYING ACTIVITIES ON FEDERAL-AID CONTRACTS

(Compliance with 49CFR, Section 20.100 (b))

Page 51: Solicitation Data 21-01

DISCLOSURE OF LOBBYING ACTIVITIES

no

1. Type of Federal Action: 2. Status of Federal Action: 3. Report Type:

For Material Change Only:

if known

if known 4c if known6. Federal Department/Agency: 7. Federal Program Name/Description:

if applicable

8. Federal Action Number, if known: 9. Award Amount, if known:

10. a. Name and Address of Lobbying Registrantif individual, last name, first name, MI

b. Individuals Performing Services including address ifdifferent from No. 10alast name, first name, MI

11.

Federal Use Only:

Page 52: Solicitation Data 21-01

INSTRUCTIONS FOR COMPLETION OF SF-LLL, DISCLOSURE OF LOBBYING ACTIVITIES

Page 53: Solicitation Data 21-01
Page 54: Solicitation Data 21-01
Page 55: Solicitation Data 21-01
Page 56: Solicitation Data 21-01

Miles E. AndersonDigitally signed by Miles E. Anderson DN: cn=Miles E. Anderson, o=DEM, ou=Mitigation, [email protected], c=US Date: 2021.04.05 16:59:19 -04'00'

Page 57: Solicitation Data 21-01

Stachowicz, Stephanie

Digitally signed by Stachowicz, Stephanie DN: dc=org, dc=fleoc, ou=DEM_Users, ou=Director, cn=Stachowicz, Stephanie, [email protected] Date: 2021.03.31 22:52:23 -04'00'

Page 58: Solicitation Data 21-01

APPENDIX DSUB-RECIPIENT AND CONTRACTUAL AGREEMENT INFORMATION SHEET

SECTION 1-GENERAL CONTRACT/SUBGRANT INFORMATIONREFERENCE #: PROJECT #:CONTRACT #: AWARD AMOUNT:

DIVISION: BUREAU: PROGRAM:

SUB-RECIPIENT/CONTRACTOR NAME:

FEDERAL EMPLOYER INDENTIFICATION/SOCIAL SECURITY NUMBER:ORFLAIR FUND IDENTIFICATION NUMBER: (STATE AGENCIES ONLY)SUB- RECIPIENT/CONTRACTOR CONTACT PERSON:SUB-RECIPIENT /CONTRACTOR REMITTANCE ADDRESS:

DEM CONTRACT MANAGER:

BEGINNING DATE: ENDING DATE:

MINORITY VENDOR CODE: (If applicable, choose one: H-Black, I-Hispanic, J-Asian, K-Native American, M-Woman)

SECTION 2-SUBGRANT RECIPIENT DATABASE INFORMATION

ALLOCATION OF PROGRAM ASSISTANCE BY COUNTY:COUNTY COUNTY AWARD AMOUNT COUNTY MATCH AMOUNT

SECTION 3-SUBGRANT/CONTRACT FINANCIAL INFORMATIONDEM GRANT # CFDA # CSFA #

ORGANIZATIONAL LEVEL: EXPANSION OPTION:

FUND: OBJECT CODE: GAA LINE ITEM: CATEGORY:

GRANT REPORTING REQUIREMENTS: (Grant Awards Only) (MO-Monthly, QR-Quarterly, NA)

IF THIS IS A MODIFICATION:MODIFICATION #:

EFFECT OF MODIFICATION

AMOUNT OF INCREASE/DECREASE IN AWARD AMOUNT:(Be sure to complete SECTION 2 for change in award amount)

Project ID#

SECTION 4-FINANCE USE ONLY (completed by Finance)FEID#: FLAIR ENCUMBRANCE #: INPUT BY: DATE:

03/24/20-MIT-DEM

Page 59: Solicitation Data 21-01

Division of Accounting and Auditing – Bureau of Auditing

This form and other Florida Single Audit Act forms may be obtained from the Department of Financial Services’ website (https://apps.fldfs.com/fsaa).

Fillable form. Click in the applicable Word table cells (shaded areas) to enter the requested information.

Page 60: Solicitation Data 21-01

Enter “X” for all that apply.

… X

… X

X …

… …

… …

… …

… …

Page 61: Solicitation Data 21-01

Enter “X” for all that apply.

… …

… …

… …

… …

… …

Page 62: Solicitation Data 21-01

Enter “X” to indicate the Recipient/Subrecipient vs. Vendor Relationship and Applicability of the FSAA.

X …

For questions regarding the evaluation of a nonstate organization or if it has been determined that the nonstate organization is a recipient or subrecipient subject to the FSAA and a CSFA number has not been assigned, contact your FSAA state agency liaison or the Department of Financial Services, Bureau of Auditing, at [email protected] or (850) 413-3060.

Jenna HaythDigitally signed by Jenna Hayth DN: dc=org, dc=fleoc, ou=DEM_Users, ou=Mitigation, cn=Jenna Hayth, [email protected] Date: 2021.03.22 17:24:25 -04'00'

Page 63: Solicitation Data 21-01
Page 64: Solicitation Data 21-01
Page 65: Solicitation Data 21-01
Page 66: Solicitation Data 21-01
Page 67: Solicitation Data 21-01

see

Page 68: Solicitation Data 21-01
Page 69: Solicitation Data 21-01
Page 70: Solicitation Data 21-01
Page 71: Solicitation Data 21-01
Page 72: Solicitation Data 21-01
Page 73: Solicitation Data 21-01
Page 74: Solicitation Data 21-01
Page 75: Solicitation Data 21-01
Page 76: Solicitation Data 21-01
Page 77: Solicitation Data 21-01
Page 78: Solicitation Data 21-01
Page 79: Solicitation Data 21-01
Page 80: Solicitation Data 21-01
Page 81: Solicitation Data 21-01
Page 82: Solicitation Data 21-01
Page 83: Solicitation Data 21-01
Page 84: Solicitation Data 21-01

Provided

Page 85: Solicitation Data 21-01

Provided

Page 86: Solicitation Data 21-01
Page 87: Solicitation Data 21-01
Page 88: Solicitation Data 21-01
Page 89: Solicitation Data 21-01

Miles E. AndersonDigitally signed by Miles E. Anderson DN: cn=Miles E. Anderson, o=DEM, ou=Mitigation, [email protected], c=US Date: 2021.04.05 16:59:56 -04'00'

Page 90: Solicitation Data 21-01
Page 91: Solicitation Data 21-01
Page 92: Solicitation Data 21-01
Page 93: Solicitation Data 21-01
Page 94: Solicitation Data 21-01
Page 95: Solicitation Data 21-01
Page 96: Solicitation Data 21-01
Page 97: Solicitation Data 21-01
Page 98: Solicitation Data 21-01

Any line item amount in this Budget may be increased or decreased 10% or less, with the Division’s approval, without an amendment to this Agreement being required, so long as the overall amount of the funds obligated under this Agreement is not increased.

*** This project has an estimated $144,007.00 in contingency funds. Per FEMA Hazard Mitigation Assistance Guidance Part VI, D.3.4 – Contingency funds are not automatically available for use. Prior to their release, contingency funds must be re-budgeted to another direct cost category and identified. Post-award changes to the budget require prior written approval from the Division (FDEM). The written request should demonstrate what unforeseen condition related to the project arose that required the use of contingency funds.

Page 99: Solicitation Data 21-01

Project Management costs are included for this project in the amount of $0.00

**** Sub-Recipient Management Costs (SRMC) are included for this project in the amount of $75,905.00 in Federal funding. Per the Hazard Mitigation Grant Program Interim FEMA Policy 104-11-1, SRMC provides HMGP funding to Sub-Recipients to efficiently manage the grant and complete activities in a timely manner. SRMC must conform to 2 CFR Part 200, Subpart E, ensuring costs are reasonable, allowable, allocable and necessary to the overall project.

SRMC cannot exceed 5% of the approved total project costs awarded and shall be reimbursed at 5% for each Request for Reimbursement (RFR) submitted with the required documentation.

If the Final Project Reconciliation results in a reduction of total project costs, any resulting SRMC overpayment shall be reimbursed back to the State for return to FEMA prior to FEMA Closeout.

Page 100: Solicitation Data 21-01
Page 101: Solicitation Data 21-01
Page 102: Solicitation Data 21-01
Page 103: Solicitation Data 21-01
Page 104: Solicitation Data 21-01
Page 105: Solicitation Data 21-01
Page 106: Solicitation Data 21-01
Page 107: Solicitation Data 21-01
Page 108: Solicitation Data 21-01
Page 109: Solicitation Data 21-01
Page 110: Solicitation Data 21-01

(Check)AMOUNT

This payment represents % completion of the project. TOTAL2 Recipient's internal reference number (e.g., Invoice, Receipt, Warrant, Voucher, Claim Check, or Schedule #) 3 Date of delivery of articles, completion of work or performance services. (per document) 4 List Documentation (Recipient's payroll, material out of recipient's stock, recipient owned equipment and name of vendor or contractor) by category (Materials, Labor, Fees) and line item in the approved project line item budget. Provide a brief description of the articles or services. List service dates per each invoice.

Page 111: Solicitation Data 21-01
Page 112: Solicitation Data 21-01

Instructions: Complete and submit this form to State Project Manager within15-days after each quarter:

If No, Describe under Issues below)

State Contracting

Closeout Compliance Estimated Project Completion Date:

NOTE: Events may occur between quarterly reports, which have significant impact upon your project(s), such as anticipated overruns, changes in scope of work, extensions. Contact the Division as soon as these conditions are known, otherwise you could be non-compliant with your sub-grant award.

~ To be completed by Florida Division of Emergency Management Project Manager ~Project Manager Statement: No Action Required, OR

Action Required:

PM Percentage of Activates competed per PM Review QR Milestones Spreadsheet: ____% Date Reviewed: Reviewer: Project Manager

Page 113: Solicitation Data 21-01
Page 114: Solicitation Data 21-01
Page 115: Solicitation Data 21-01
Page 116: Solicitation Data 21-01

Verify the approved project description above, if there is any discrepancy, please contact the project manager.

Page 117: Solicitation Data 21-01
Page 118: Solicitation Data 21-01

If the answer to Question 1 is “Yes,” continue to Question 2. If the answer to Question 1 is “No”, move to the signature block below to complete the certification and submittal process.

Page 119: Solicitation Data 21-01
Page 120: Solicitation Data 21-01
Page 121: Solicitation Data 21-01

(Appendix II to Part 200, Revised Eff. 11/12/2020).

Page 122: Solicitation Data 21-01

available

at

Please note that the sub-recipient alone is responsible for ensuring that all language included in its

contracts meets the requirements of 2 C.F.R. § 200.327 and 2 C.F.R. Part 200, Appendix II.

Page 123: Solicitation Data 21-01
Page 124: Solicitation Data 21-01
Page 125: Solicitation Data 21-01
Page 126: Solicitation Data 21-01
Page 127: Solicitation Data 21-01
Page 128: Solicitation Data 21-01

Specifications • Exhibit 1

• Exhibit 2

Page 129: Solicitation Data 21-01

PROJECT DETAILS

TO REPLACE ALL OPENINGS WITH IMPACT-RESISTANCE PRODUCTS, REINFORCE ROOF TO MEET CURRENT CODE STANDARDS AND TO INSTALL 400 KVA DIESEL GENERATOR TO PROVIDE BACKUP

POWER

PART 1 GENERAL REQUIREMENTS

A. All bidders shall be Licensed General or Building Contractors

B. Provide at the time of bid proof of insurance

C. With submission of bid, provide experience sheet referencing last five (5) years of worksimilar in size and scope

D. This project is to be completed in a school that is operational. A construction phasing planmust be provided to the Owner and approved, prior to commencement of construction. Nomore that one section of storefront may be shut down at any time

E. All work shall be completed Monday – Thursday, 7 am to 7 pm, and on Fridays from 7 am to4 pm

PART 2 SCOPE OF WORK

This work shall furnish all labor, materials and equipment for the proper installation of new storefront windows and doors, roof replacement and installation of 400 KVA generator, at the following location:

Rohr Bais Chaya Academy, 8100 N. University Drive, Tamarac, Florida 33321

The work includes, but is not limited to:

A. STOREFRONTS - Removal of existing 10,200 sq. ft. of storefront in three (3) story building,and disposal of all storefront and debris

1. Installation of 10,200 sq. ft. of impact resistant storefront and doors, color bronzeanodized, YKK system, insulated 1-5/16” glass, with 70 XL gray solar ban, in the followingquantities and sizes:

EXHIBIT 1

Page 130: Solicitation Data 21-01

2. Sizes and locations of panels

1st floor

6 panels of size 24’ x 8’

4 panels of size 12’4” x 8’

3 panels of size 18’ x 8’

1 panel of size 12’3” x 8’

1 panel(s) of size 5’9” x 8’

1 panel(s) of size 6’ x 8’

2nd floor

1 panel(s) of size 87’ x 8’

1 panel(s) of size 102’ x 10’

1 panel(s) of size 91’ x 10’

1 panel(s) of size 32’ x 8’

1 panel(s) of size 70’ x 8’

3rd floor

1 panel(s) of size 95’ x 10’6”

1 panel(s) of size 98’ x 10’6”

3. Glass doors - Installation of 13 single glass doors, and five (5) double doors; all doorswith panic hardware

4. Metal doors – Removal and installation of ten (10) steel metal doors; all doors withpanic hardware

5. Acoustical ceiling – Acoustical ceiling repairs or replacement around perimeters wherestorefront is installed, as needed

6. Brake metal – 300 LF of 8’ x 6’ brake metal to cover steel beams

7. Engineering and building permits

Page 131: Solicitation Data 21-01

8. Dumpsters – Contractor shall have dumpsters on site to contain all debris. Thedumpster area shall be protected from the public and ensure all necessary safety factors

B. ROOF REPLACEMENT

Remove and replace existing flat roof with a new GAF Modified Bitumen Roof System forLightweight Concrete Decks, as per the Miami-Dade County Notice of Acceptance (NOA) No.15-1020.07, Approval Date 11/01/18, Expiration Date 11/06/23 per Exhibit B Scope of workshall also include all new flushing, counter-flushing and stucco stop, goosenecks, and coping

C. GENERATOR

1. Installation of a new 500 KVA diesel generator by manufacturer Cummins or equivalent,to serve the entire building of Rohr Bais Chaya Academy in the event of a power loss

2. An existing FP&L transformer is located at the rear of the Rohr Bais Chaya Academybuilding

3. This transformer has existing electrical conduit feeders that run below ground,approximately 250 feet +/- to building’s electrical room and into existing 1200 amp mainbuilding disconnect

4. Main 1200 amp disconnect feeds a main metal enclosure called an electrical “gutter”,which feeds existing meters that feed existing smaller disconnects that feed variouselectrical panels throughout the building

5. In order to install the stand-by generator for entire building, all existing meters in theelectrical room shall be eliminated and replaced with one exterior new “CT” meter to belocated at the existing transformer location

6. It shall be confirmed with FP&L if the existing transformer can accept one new “CT”meter as currently installed, or if an additional “CT” exterior box with the new meter willbe required at the existing transformer location

7. If a new exterior “CT” box is required, the existing electrical conduit feeders from theexisting transformer will need to be separated underground and run through this new“CT” can with the new meter. In essence, the existing transformer conduits will now funfrom the existing transformer to the new “CT” can, as per attached diagram

Page 132: Solicitation Data 21-01

8. The new KVA diesel generator shall be installed just after the new “CT” box. The newgenerator is to be purchased with a built-in “ATS” “Automatic Transfer Switch”. ThisATS shall accept the incoming FP&L power and when it senses a power outage, it shallautomatically switch to generator power

9. New electrical conduit feeders of the same size as the existing, will be installed betweenthe new “CT” can and the new “ATS” located at the generator

10. Existing underground conduit feeders will be connected to the new “ATS”

11. Existing meters in the existing electrical room will be removed and a blank cover shall beinstalled

12. Exiting electrical room meter cans shall be used to splice the feeders entering andexiting the existing meter can to their respective existing disconnect switches

PART 3 SUBMITTALS

A. Product Data for each type of product specified consisting of manufacturer’s technicalProduct Data and installation instructions for each type of product, including datasubstantiating that products comply with requirements

B. Submittal drawings showing fabrication and installation, including plans, elevations,sections, detail of components, hardware, panel schedule, etc.

PART 4 DELIVERY, STORAGE AND HANDLING

A. Deliver all materials with manufacturer’s tags and labels intact

B. Store delivered materials and equipment in dry locations with adequate ventilation, freefrom dust and water, and so as to permit access for inspection and handling

C. Store and handle to avoid damage

Page 133: Solicitation Data 21-01

PART 5 WARRANTY

A. Provide five (5) years Manufacturer’s Warranty from date of Final Completion

B. Provide a minimum of one (1) year General Contractor’s warranty from SubstantialCompletion Date

PART 6 WORKMANSHIP, INSTALLATION AND INSPECTION

A. Installation of the storefront windows and doors shall be in adherence to themanufacturer’s standard printed specification(s), instructions and recommendations

B. Inspection of the storefront windows and doors will be made by the Owner in thepresence of the General Contractor as soon as the installation is complete. Any defectsnoted shall be immediately corrected. The General Contractor shall assume theresponsibility for any damage or rough handling of the storefront windows and doorsduring construction until the project is completed, to the satisfaction of the Owner,including cleaning of surfaces and repainting of abraded or damaged finished surfaces tomatch factory-applied finish

C. Installation of the roof shall be in adherence to the manufacturer’s standard printedspecification(s), instructions and recommendations

D. Inspection of the roof upon completion of the re-roofing project will be made by Ownerin the presence of the General Contractor as soon as the project is complete. Anydefects noted shall be immediately corrected

E. Installation of the generator shall be in adherence to the manufacturer’s standardprinted specification(s), instructions and recommendations

F. Inspection of the generator and a complete operating test will be made by the installerin the presence of the Owner and General Contractor as soon as the installation iscomplete. Any defects noted shall be immediately corrected

G. All damage by the General Contractor or its subcontractors shall be repaired by theGeneral Contractor or its subcontractors to the Owner’s full satisfaction. The Ownershall be the sole judge of acceptance

Page 134: Solicitation Data 21-01
Page 135: Solicitation Data 21-01

NOA No.: 15-1020.07 Expiration Date: 11/06/23

Approval Date: 11/01/18 Page 1 of 45

MIAMI-DADE COUNTY

PRODUCT CONTROL SECTION11805 SW 26 Street, Room 208

DEPARTMENT OF REGULATORY AND ECONOMIC RESOURCES (RER) Miami, Florida 33175-2474 BOARD AND CODE ADMINISTRATION DIVISION T (786)315-2590 F (786) 315-2599

NOTICE OF ACCEPTANCE (NOA) www.miamidade.gov/economy

GAF 1 Campus Drive Parsippany, NJ 07054

SCOPE: This NOA is being issued under the applicable rules and regulations governing the use of construction materials. The documentation submitted has been reviewed and accepted by Miami-Dade County RER - Product Control Section to be used in Miami Dade County and other areas where allowed by the Authority Having Jurisdiction (AHJ).

This NOA shall not be valid after the expiration date stated below. The Miami-Dade County Product Control Section (In Miami Dade County) and/or the AHJ (in areas other than Miami Dade County) reserve the right to have this product or material tested for quality assurance purposes. If this product or material fails to perform in the accepted manner, the manufacturer will incur the expense of such testing and the AHJ may immediately revoke, modify, or suspend the use of such product or material within their jurisdiction. RER reserves the right to revoke this acceptance, if it is determined by Miami-Dade County Product Control Section that this product or material fails to meet the requirements of the applicable building code.

This product is approved as described herein, and has been designed to comply with the Florida Building Code including the High Velocity Hurricane Zone of the Florida Building Code.

DESCRIPTION: GAF Ruberoid® Modified Bitumen Roof System for Lightweight Concrete Decks.

LABELING: Each unit shall bear a permanent label with the manufacturer's name or logo, city, state andfollowing statement: "Miami-Dade County Product Control Approved", unless otherwise noted herein.

RENEWAL of this NOA shall be considered after a renewal application has been filed and there hasbeen no change in the applicable building code negatively affecting the performance of this product.

TERMINATION of this NOA will occur after the expiration date or if there has been a revision orchange in the materials, use, and/or manufacture of the product or process. Misuse of this NOA as an endorsement of any product, for sales, advertising or any other purposes shall automatically terminate this NOA. Failure to comply with any section of this NOA shall be cause for termination and removal of NOA.

ADVERTISEMENT: The NOA number preceded by the words Miami-Dade County, Florida, andfollowed by the expiration date may be displayed in advertising literature. If any portion of the NOA is displayed, then it shall be done in its entirety.

INSPECTION: A copy of this entire NOA shall be provided to the user by the manufacturer or itsdistributors and shall be available for inspection at the job site at the request of the Building Official.

This NOA renews and revises NOA No. 15-1008.02 and consists of pages 1 through 45. The submitted documentation was reviewed by Jorge L. Acebo.

EXHIBIT 2

Page 136: Solicitation Data 21-01

NOA No.: 15-1020.07 Expiration Date: 11/06/23

Approval Date: 11/01/18 Page 40 of 45

Deck Type : Lightweight Concrete, Non-insulated

Deck Description: Minimum 231 psi Generic Lightweight Concrete cast over steel deck. *Lightweight concrete should record a Minimum Characteristic Resistance Force(MCRF) of 70.46 lbf. when tested with Drill-Tec™ Base Sheet Fasteners (1.7 in.),Drill-Tec™ Base Sheet Fasteners E (1.7 in.) or Drill-Tec™ Locking Impact Nails inaccordance with TAS 105.

Deck : Min. 22 ga., 33 ksi, Type BV, G-90 steel decking over ¼” thick steel supports spaced max. 6 ft. o.c. attached 6” o.c. using min. 5/8” diameter puddle welds. Deck side laps are attached 18” o.c. using #12 SD screws. This Tested Assembly has been analyzed for allowable deck stress. See Evidence Submitted Table.

System Type E(12): Anchor sheet mechanically attached.

All General and System Limitations shall apply.

Anchor Sheet: GAFGLAS® #75 Base Sheet, GAFGLAS® #80 Ultima™ Base Sheet (only for use with Ruberoid® 20 Smooth, Ruberoid® Mop Smooth, Ruberoid® Mop Smooth 1.5 or Ruberoid® Mop Plus Smooth), GAFGLAS® Stratavent® Nailable Venting Base Sheet or Ruberoid® 20 Smooth mechanically fastened to the lightweight concrete with Drill-Tec™ Base Sheet Fasteners (1.7 in.), Drill-Tec™ Base Sheet Fasteners E (1.7 in.) or Drill-Tec™ Locking Impact Nails fastened 7” o.c. in the 4" wide side laps and 7” o.c. in two staggered rows in the field of the sheet.

Membrane: One or more plies of Ruberoid® 20 Smooth, Ruberoid® 30 Granule (only for use with Ruberoid® 20 Smooth), Ruberoid® 30 Granule FR, Ruberoid® 30 Plus Granule FR, Ruberoid® Mop Granule, Tri-Ply® SBS Granule, Ruberoid® Mop Smooth, Ruberoid® Mop Smooth 1.5, Ruberoid® Mop Plus Smooth, Ruberoid® Mop Plus Granule FR, Ruberoid® EnergyCap™ Mop Plus Granule FR, Ruberoid® Mop Granule FR or Ruberoid® EnergyCap™ 30 Granule FR fully adhered in type III or IV of an approved asphalt at an application rate 20-40 lbs./sq.

Surfacing: Optional on granular surfaced membranes; required for smooth membranes. Chosen components must be applied according to manufacturer's application instructions. All coatings must be listed within a current NOA.

1. Gravel or slag applied at 400 lbs. /sq. and 300 lbs. /sq. respectively in a flood coat ofapproved asphalt at 60 lbs. /sq.

2. GAFGLAS® Mineral-Surfaced Cap Sheet, Tri-Ply® BUR Granule Cap Sheet orGAFGLAS® EnergyCap™ Mineral-Surfaced Cap Sheet adhered in a full mopping ofapproved asphalt applied within the EVT range and at a rate of 20-40 lbs. /sq.

3. TOPCOAT® Surface Seal SB or United Coatings™ Surface Seal SB Roof Coatingapplied in one or more coats at a minimum rate of 1.0 gal./sq. per coat.ORTOPCOAT® MB Plus or United Coatings™ Roof Mate MB Plus Coating applied at aminimum rate of 1.0 gal./sq.(to be used as a primer) followed by TOPCOAT®

Membrane or United Coatings™ Roof Mate TCM Coating applied in one or morecoats at a minimum rate of 1.0 gal./sq. per coat.

Maximum Design Pressure: -60 psf. (See General Limitation #7)

Page 137: Solicitation Data 21-01

NOA No.: 15-1020.07 Expiration Date: 11/06/23

Approval Date: 11/01/18 Page 45 of 45

LIGHTWEIGHT CONCRETE DECK SYSTEM LIMITATIONS:1. If mechanical attachment to the structural deck through the lightweight insulating concrete is proposed, a field

withdrawal resistance testing shall be performed to determine equivalent or enhanced fastener patterns and density.All testing and fastening design shall be in compliance with Testing Application Standard TAS 105 and RoofingApplication Standard RAS 117, calculations shall be signed and sealed by a Florida registered ProfessionalEngineer, Registered Architect, or Registered Roof Consultant.

2. For steel deck application where specific deck construction is not referenced: The deck shall be a minimum 22gauge attached with 5/8” puddle welds with weld washers at every flute with maximum deck spans of 5 ft. o.c.

3. For systems where specific lightweight insulating concrete is not referenced, the minimum design mix shall be aminimum of 300 psi.

GENERAL LIMITATIONS:1. Fire classification is not part of this acceptance; refer to a current Approved Roofing Materials Directory for fire

ratings of this product.2. Insulation may be installed in multiple layers. The first layer shall be attached in compliance with Product Control

Approval guidelines. All other layers shall be adhered in a full mopping of approved asphalt applied within the EVTrange and at a rate of 20-40 lbs./sq., or mechanically attached using the fastening pattern of the top layer

3. All standard panel sizes are acceptable for mechanical attachment. When applied in approved asphalt, panel sizeshall be 4' x 4' maximum.

4. An overlay and/or recovery board insulation panel is required on all applications over closed cell foam insulationswhen the base sheet is fully mopped. If no recovery board is used the base sheet shall be applied using spot moppingwith approved asphalt, 12" diameter circles, 24" o.c.; or strip mopped 8" ribbons in three rows, one at each side lapand one down the center of the sheet allowing a continuous area of ventilation. Encircling of the strips is notacceptable. A 6" break shall be placed every 12' in each ribbon to allow cross ventilation. Asphalt application ofeither system shall be at a minimum rate of 12 lbs. /sq.Note: Spot attached systems shall be limited to a maximum design pressure of -45 psf.

5. Fastener spacing for insulation attachment is based on a Minimum Characteristic Force (F') value of 275 lb. f., astested in compliance with Testing Application Standard TAS 105. If the fastener value, as field-tested, are below275 lb. f. insulation attachment shall not be acceptable.

6. Fastener spacing for mechanical attachment of anchor/base sheet or membrane attachment is based on a minimumfastener resistance value in conjunction with the maximum design value listed within a specific system. Should thefastener resistance be less than that required, as determined by the Building Official, a revised fastener spacing,prepared, signed and sealed by a Florida Registered Engineer, Architect, or Registered Roof Consultant may besubmitted. Said revised fastener spacing shall utilize the withdrawal resistance value taken from TestingApplication Standards TAS 105 and calculations in compliance with Roofing Application Standard RAS 117.

7. Perimeter and corner areas shall comply with the enhanced uplift pressure requirements of these areas. Fastenerdensities shall be increased for both insulation and base sheet as calculated in compliance with Roofing ApplicationStandard RAS 117 and/or RAS 137. Calculations prepared, signed and sealed by a Florida registered ProfessionalEngineer, Registered Architect, or Registered Roof Consultant (When this limitation is specifically referredwithin this NOA, General Limitation #9 will not be applicable.)

8. All attachment and sizing of perimeter nailers, metal profile, and/or flashing termination designs shall conform toRoofing Application Standard RAS 111 and applicable wind load requirements.

9. The maximum designed pressure limitation listed shall be applicable to all roof pressure zones (i.e. field, perimeters,and corners). Neither rational analysis, nor extrapolation shall be permitted for enhanced fastening at enhancedpressure zones (i.e. perimeters, extended corners and corners). (When this limitation is specifically referredwithin this NOA, General Limitation #7 will not be applicable.)

10. All products listed herein shall have a quality assurance audit in accordance with the Florida Building Code andRule 61G20-3 of the Florida Administrative Code.

END OF THIS ACCEPTANCE