SLED Opportunity · FLORIDA · CITY OF HIALEAH, FL

    Carl F. Slade Park Facilities, Roof System Replacement (Roofs 1-4)

    Issued by City of Hialeah, FL
    cityIFBCity of Hialeah, FLSol. 234830
    Closed
    STATUS
    Closed
    due Mar 17, 2026
    PUBLISHED
    Feb 15, 2026
    Posting date
    JURISDICTION
    City of
    city
    NAICS CODE
    238160
    AI-classified industry

    AI Summary

    Invitation for Bid for complete removal and replacement of roofing systems on Roofs 1-4 at Carl F. Slade Park facilities, Hialeah, FL, including installation of SBS Modified Bitumen roofing.

    Opportunity details

    Solicitation No.
    234830
    Type / RFx
    IFB
    Status
    open
    Level
    city
    Published Date
    February 15, 2026
    Due Date
    March 17, 2026
    NAICS Code
    238160AI guide
    State
    Florida
    Agency
    City of Hialeah, FL

    Description

    The project entails the complete removal and replacement of the roofing systems for Roofs 1, 2, 3, and 4 at Slade Park facilities. The City of Hialeah (COH) will handle Roofs 5 and 6 in-house. The work includes removing the existing system down to the concrete deck and installing a new Styrene-Butadiene-Styrene (SBS) Modified Bitumen roofing system.

    Project Details

    • Reference ID: 2025-26-017
    • Department: Construction & Maintenance Department
    • Department Head: Jorge Martinez (Director of Construction & Maintenance)

    Important Dates

    • Questions Due: 2026-03-31T18:00:00.000Z
    • Pre-Proposal Meeting: 2026-02-27T15:00:17.528Z — Carl F Slade Park, 2501 W 74th St, Hialeah, FL 33016

    Addenda

    • Official Notice #1: Substitution Requests (released 2026-02-19T17:41:35.551Z) —

      Any person submitting a "Substitution Request", please enter the Question & Answer tab, select the Request for Substitution checkbox (outlined in red), and download and complete the required "Request for Substitution form" (outlined in yellow).

    • Addendum #1 (released 2026-03-02T20:19:36.045Z) —

      RFI Deadline and Bid Opening Extension. 

      Please use the See What Changed link to view all the changes made by this addendum.

    • Official Notice #2: Pre-Bid Meeting Sign-In Sheet. (released 2026-02-27T17:32:44.924Z)
    • Addendum #2 (released 2026-03-04T19:30:34.686Z) —

      Please note that attendance at the pre-bid meeting was NOT mandatory. The indication that it was required was an oversight on our end. 

      Please use the See What Changed link to view all the changes made by this addendum.

    • Addendum #3 (released 2026-03-13T14:47:01.061Z) —

      Please see revised core samples on Attachments Tab.

      Please use the See What Changed link to view all the changes made by this addendum.

    • Addendum #4 (released 2026-03-13T17:05:24.158Z) —

      Evaluations Report, Attached. 

      Please use the See What Changed link to view all the changes made by this addendum.

    • Addendum #5 (released 2026-03-13T20:18:01.071Z) —

      Fastener Pull Test. 

      Please use the See What Changed link to view all the changes made by this addendum.

    • Addendum #6 (released 2026-03-16T12:40:11.790Z) —

      RFI Deadline and Bid Opening extended. 

      Please use the See What Changed link to view all the changes made by this addendum.

    • Addendum #7 (released 2026-03-20T13:58:45.612Z) —

      Please use the See What Changed link to view all the changes made by this addendum.

    • Addendum #8 (released 2026-03-24T13:33:33.442Z) —

      Last Date for Receipt of Questions extended. 

      Please use the See What Changed link to view all the changes made by this addendum.

    Evaluation Criteria

    • CITY OVERVIEW

      Hialeah, Florida (pop. Estimate approximately 221,300) is a diverse community, ideally located midway between Miami and Fort Lauderdale, and encompasses approximately 23 square miles. As the fifth largest city in the State of Florida, Hialeah is committed to growth in its business and residential communities, while also focusing on issues such as education, the arts, leisure activities, public safety, and sustainability to provide a viable future for our residents and preserve the City’s rich history since its incorporation in 1925. This year the City is celebrating its centennial.

      The City currently has 1500+ employees and provides a wide range of governmental services to its citizens, including public safety/police services, parks and recreation, public works, water and sewer, planning, building and zoning, code enforcement, and community development.

      The City is a very large consumer of goods and services, and the purchasing decisions of our employees and contractors can positively or negatively affect the environment. By including environmental considerations in our procurement information, along with our traditional concerns with price, performance, and availability, we will remain fiscally responsible while promoting practices that improve public health and safety, reduce pollution, and conserve natural resources, while still evaluating the Proposals on applicable legal and technical criteria.

    • PURPOSE or REQUIREMENTS

      This document is an outline of the minimum requirements for all labor, materials, equipment, and supervision required to perform the Carl F. Slade Park Facilities, Roof System Replacement (Roofs 1-4) at the Carl F Slade Park, 2501 W 74th St, Hialeah, FL 33016. The items listed in this document are only the minimum requirements that the Contractor must meet to submit a Response for construction services. For clarification on any of the listed items, please contact the Purchasing Division.

    • PROJECT SUMMARY

      The project entails the complete removal and replacement of the roofing systems for Roofs 1, 2, 3, and 4 at Slade Park facilities. The City of Hialeah (COH) will handle Roofs 5 and 6 in-house. The work includes removing the existing system down to the concrete deck and installing a new Styrene-Butadiene-Styrene (SBS) Modified Bitumen roofing system.


    • GENERAL REQUIREMENTS

      • Provide Engineers with fastener pull test, wind load calculations, and Drainage Calculations as required for Re-Roof Permits.
      • Obtain building permit
      • Provide a job site dump truck and remove all job-related debris daily.
      • Set tarps prior to roof removal to protect surrounding areas, including but not limited to landscaping, and any vents and/or exhausts as needed.
      • Keep the job site in a clean and orderly manner. Rake the work area at the end of each day using a magnetic sweep to pick up nails.
      • Work consecutive days excluding inclement weather, inspections, and deliveries.
      • We will not remove the roofing system if NOAA weather station KHB34 162.5MHZ or NOAA.GOV predicts 40% or more chance of rain.
      • Roofing materials shall be protected and properly packaged to protect against transportation damage in transit to the jobsite.
      • Upon delivery, exercise care in unloading, stacking roofing materials to prevent twisting, denting, scratching, or bending.
      • Store roofing materials in a safe, dry environment under a waterproof (tarpaulin or similar) covering to prevent water damage. Allow for adequate ventilation to prevent condensation.
      • Project to be staffed with qualified mechanics experienced in residential and commercial roofing. ▪ Provide OSHA-approved ladders and equipment.
      • Provide a copy of the permit with approved inspections, guarantee, and release of lien at final payment. All work shall be performed in a safe,
      •Respondent must submit proof that they are authorized by the manufacturer to install the roofing system.
       

    • SOLICITATION TIMETABLE

      The following timetable should be used as a working guide for planning purposes. The City reserves the right to adjust this timetable, as the City deems necessary, during the course of this Solicitation process.

       

      Advertisement Date:February 15, 2026
      Pre-Bid Meeting (Non-Mandatory):February 27, 2026, 10:00am

      Carl F Slade Park, 2501 W 74th St, Hialeah, FL 33016

      Last Date for Receipt of Questions:March 31, 2026, 2:00pm
      Deadline for Submittal of Bids:April 7, 2026, 11:00am

       

    • DEFINITIONS

      Capitalized words and phrases in this Solicitation are defined in this section and in the Agreement.  In addition, the following terms, phrases, words, and their derivations shall have the meaning given herein: 

       

        1. 'Invitation for Bid ('IFB')' means a written solicitation for competitive sealed bids with the title, date and hour of the public bid opening designated and specifically defining the commodity, group of commodities or services for which bids are sought. The Invitation for Bid includes instructions prescribing all conditions for bidding and shall be available for distribution to all prospective bidders at the same time. The Invitation for Bid is used when the city is capable of specifically defining the scope of work for which a contractual service is required or when the city is capable of establishing precise specifications defining the actual commodity or group of commodities required.
           
        2. Agreement, Contract' means the Carl F. Slade Park Facilities, Roof System Replacement (Roofs 1-4), including all of the exhibits and addendums/amendments thereto. No contract rights or expectations can be alleged, anticipated, expected, or claimed unless and until the Agreement is fully executed and a Work Order or similar document, as applicable, has been issued by the City. 

        3. 'Award' means the acceptance of a Response, offer, similar response, or proposal by the City Council of the City of Hialeah. 

        4. 'Successful Respondent, Contractor’ means the Respondent that receives an award of the Agreement from the City as a result of this Solicitation. 

        5. ‘Respondent, Bidder, Proposer, Vendor, Contractor’ means the Person, company, business entity, or organization submitting a Response in reply to this Solicitation. When the terms “Respondent, Bidder, Vendor, Proposer, or Contractor” are used they shall have the same meaning in this solicitation. 

        6. 'City' means, depending on the context, either (a) the geographic area contained within the municipal boundaries of the City of Hialeah, Florida, or (b) the government of the City, acting through Mayor and/or the City Council or its designees, as applicable.

        7. ‘Department’ means the City of Hialeah, FL, Purchasing Division and/or their successor City Department, office, agency, or division. 

        8. 'Director' means the Director of the  Construction & Maintenance Department, or the Director's authorized designee.

        9. 'Solicitation' means this Invitation for Bid (IFB).

        10. ‘Response, Bid, Submission’ means the response submitted in reply to this Solicitation. 

        11. 'Response, Bidder, and Proposer' have similar meanings under this Solicitation insofar as that they refer to the person or entity submitting a response to the Solicitation.

        12. ‘Work,’ ‘Services,’ ‘Program,’ ‘Project,’ or ‘Engagement’ mean all matters and things that will require to be done by the Successful Respondent(s) in accordance with the scope of work and all terms and conditions of this Solicitation. 

        13. ‘Project Manager’ means the individual in charge of serving as the day-to-day representative of the City for the project and contract administration. The City Project Manager will be designated by the Mayor or Director.  

        14. 'Mayor' means the Chief Executive Officer of the City who manages the day-to-day operations of the City. The Mayor or his authorized designee will be authorized to make needed routine contractual decisions on behalf of the City.

        15. 'City Council' means the local legislative body of the City who would consider approving the Award, or not, as the case may be, and would need to approve any resulting Agreement, and any Amendments or modifications to such Agreement.

        16. 'Purchasing Division Director’ means the Director of the City’s Purchasing Division who is authorized to respond to and address procurement/purchasing issues relative to this Solicitation and/or the award or other action of the City regarding this Solicitation.

    • DEFINITIONS

      Capitalized words and phrases in this Solicitation are defined in this section and in the Agreement.  In addition, the following terms, phrases, words, and their derivations shall have the meaning given herein: 

       

        1. ‘Request for Qualifications (‘RFQ’)’ means a written solicitation issued by a procurement entity to obtain statements of the qualifications of potential responders (development teams or consultants) to gauge potential competition in the marketplace, prior to issuing a subsequent solicitation. The Request for Qualifications includes instructions prescribing the conditions for submitting qualifications and shall be available for distribution to all prospective responders at the same time. The Request for Qualifications is used when the city needs to evaluate the experience and capabilities of potential responders before specifically defining the scope of work for which a contractual service is required or establishing precise specifications defining the actual commodity or group of commodities required in a later stage. 
           
        2. Agreement, Contract' means the Carl F. Slade Park Facilities, Roof System Replacement (Roofs 1-4), including all of the exhibits and addendums/amendments thereto. No contract rights or expectations can be alleged, anticipated, expected, or claimed unless and until the Agreement is fully executed and a Work Order or similar document, as applicable, has been issued by the City. 

        3. 'Award' means the acceptance of a Response, offer, similar response, or proposal by the City Council of the City of Hialeah. 

        4. 'Successful Respondent, Contractor’ means the Respondent that receives an award of the Agreement from the City as a result of this Solicitation. 

        5. ‘Respondent, Bidder, Proposer, Vendor, Contractor’ means the Person, company, business entity, or organization submitting a Response in reply to this Solicitation. When the terms “Respondent, Bidder, Vendor, Proposer, or Contractor” are used they shall have the same meaning in this solicitation. 

        6. 'City' means, depending on the context, either (a) the geographic area contained within the municipal boundaries of the City of Hialeah, Florida, or (b) the government of the City, acting through Mayor and/or the City Council or its designees, as applicable.

        7. ‘Department’ means the City of Hialeah, FL, Purchasing Division and/or their successor City Department, office, agency, or division. 

        8. 'Director' means the Director of the  Construction & Maintenance Department, or the Director's authorized designee.

        9. 'Solicitation' means this Request for Qualifications (RFQ).

        10. ‘Response, Bid, Submission’ means the response submitted in reply to this Solicitation. 

        11. 'Respondent, Bidder, and Proposer' have similar meanings under this Solicitation insofar as that they refer to the person or entity submitting a response to the Solicitation.
        12. ‘Work,’ ‘Services,’ ‘Program,’ ‘Project,’ or ‘Engagement’ mean all matters and things that will require to be done by the Successful Respondent(s) in accordance with the scope of work and all terms and conditions of this Solicitation. 

        13. ‘Project Manager’ means the individual in charge of serving as the day-to-day representative of the City for the project and contract administration. The City Project Manager will be designated by the Mayor or Director. 

        14. 'Mayor' means the Chief Executive Officer of the City who manages the day-to-day operations of the City. The Mayor or his/her authorized designee will be authorized to make needed routine contractual decisions on behalf of the City.

        15. 'City Council' means the local legislative body of the City who would consider approving the Award, or not, as the case may be and would need to approve any resulting Agreement, and any Amendments to such Agreement.

        16. 'Purchasing Division Director’ means the Director of the City’s Purchasing Division who is authorized to respond to and address procurement/purchasing issues relative to this Solicitation and/or the award or other action of the City regarding this Solicitation.

    • SITE PREPARATION

      • Designate an area for the Staging of Equipment.
      • Park dump trucks/trailers on parking spaces in the rear of the Building. The Parking lot will be closed and used for staging.
      • Protect Driveways, surrounding areas, including but not limited to landscaping, any vents and/or exhausts as needed, a/c units, and mechanical equipment with tarps and/or plywood as necessary.
      • Install Perimeter Fall protection as per OSHA.
      • Remove existing roofing (base sheet, Cap Sheets, drip edge, lead stacks, and vent flashing) to wood sheathing or a smooth and workable surface.
      • Any other preparation and logistics will be coordinated with the awarded vendor as needed.

    • PRE-SOLICITATION MEETING

      A Non-Mandatory Pre-Solicitation meeting will be held at the Carl F Slade Park, 2501 W 74th St, Hialeah, FL 33016on Friday, February 27, 2026 at 10:00 am. Respondents are nevertheless encouraged to attend.

    • DEFINITIONS

      Capitalized words and phrases in this Solicitation are defined in this section and in the Agreement.  In addition, the following terms, phrases, words, and their derivations shall have the meaning given herein: 

       

        1. 'Request for Proposals ('RFP')' means a written solicitation for competitive proposals, typically used when the city requires a complex service or solution where factors beyond price are critical for evaluation. The Request for Proposals outlines the city's objectives, scope of work, evaluation criteria, and submission requirements, encouraging proposers to present innovative solutions and demonstrate their capabilities. The Request for Proposals includes instructions prescribing all conditions for proposal submission and evaluation and shall be available for distribution to all prospective proposers at the same time. The Request for Proposals is used when the city seeks a comprehensive approach to a project, allowing for negotiation and best-value selection, rather than solely focusing on the lowest price.

        2. Agreement, Contractor' means the Carl F. Slade Park Facilities, Roof System Replacement (Roofs 1-4), including all of the exhibits and addendums/amendments thereto. No contract rights or expectations can be alleged, anticipated, expected, or claimed unless and until the Agreement is fully executed and a Work Order or similar document, as applicable, has been issue by the City. 

        3. 'Award' means the acceptance of a Response, offer, similar response, or proposal by the City Council of the City of Hialeah. 

        4. 'Successful Respondent, Contractor’ means the Respondent that receives an award of the Agreement from the City as a result of this Solicitation. 

        5. ‘Respondent, Bidder, Proposer, Vendor, Contractor’ means the Person, company, business entity, or organization submitting a Response in reply to this Solicitation. When the terms “Respondent, Bidder, Proposer, Vendor, or Contractor” are used they shall have the same meaning in this solicitation. 

        6. 'City' means, depending on the context, either (a) the geographic area contained within the municipal boundaries of the City of Hialeah, Florida, or (b) the government of the City, acting through Mayor and/or the City Council or its designees, as applicable.

        7. ‘Department’ means the City of Hialeah, FL, Purchasing Division and/or their successor City Department, office, agency, or division. 

        8. 'Director' means the Director of the  Construction & Maintenance Department, or the Director's authorized designee.

        9. 'Solicitation' means this Request for Proposals (RFP).

        10. ‘Response, Bid, Submission’ means the response submitted in reply to this Solicitation. 

        11. 'Respondent, Bidder, and Proposer' have similar meanings under this Solicitation insofar as that they refer to the person or entity submitting a response to the Solicitation.
        12. ‘Work,’ ‘Services,’ ‘Program,’ ‘Project,’ or ‘Engagement’ mean all matters and things that will require to be done by the Successful Respondent(s) in accordance with the scope of work and all terms and conditions of this Solicitation. 

        13. ‘Project Manager’ means the individual in charge of serving as the day-to-day representative of the City for the project and contract administration. The City Project Manager will be designated by the Mayor or Director.  

        14. 'Mayor' means the Chief Executive Officer of the City who manages the day-to-day operations of the City. The Mayor or his/her authorized designee will be authorized to make needed routine contractual decisions on behalf of the City.

        15. 'City Council' means the local legislative body of the City who would consider approving the Award, or not, as the case may be and would need to approve any resulting Agreement, and any Amendments to such Agreement.

        16. 'Purchasing Division Director’ means the Director of the City’s Purchasing Division who is authorized to respond to and address procurement/purchasing issues relative to this Solicitation and/or the award or other action of the City regarding this Solicitation.

    • PRE-SOLICITATION MEETING

      Not applicable.

    • ALTERNATE MATERIALS

      The City will accept substitutions for materials with ASTM standards and specifications that match or exceed those listed within the scope. If the respondent intends to provide alternate materials equal to or better than owner-specified materials, the respondent shall notify the City via an RFI before the RFI deadline for the City's approval. Failure to submit an RFI will preclude the use of the proposed alternate material.

      The RFI must include the following information: 
      • Manufacturer's catalog data.
      • ASTM Ratings
      • Specifications of the product
      • Warranty information
      •Respondent must submit proof that they are authorized by the manufacturer to install the roofing system.

    • DEFINITIONS

      Capitalized words and phrases in this Solicitation are defined in this section and in the Agreement.  In addition, the following terms, phrases, words, and their derivations shall have the meaning given herein: 

       

        1. 'Invitation for Quotes ('ITQ')' means a simplified written solicitation for competitive price quotes, typically used for the acquisition of readily available goods or services of relatively low value. The Invitation for Quotes specifies the required commodity or service, quantity, delivery requirements, and any other relevant specifications, enabling vendors to provide quick and straightforward pricing. The Invitation for Quotes includes instructions prescribing all conditions for submitting quotes and shall be available for distribution to all prospective quoters at the same time. The Invitation for Quotes is used when the city requires a prompt acquisition of standard items or services, where price is the primary factor for selection, and detailed proposals are not necessary.

        2. Agreement, Contractor' means the Carl F. Slade Park Facilities, Roof System Replacement (Roofs 1-4), including all of the exhibits and addendums/amendments thereto. No contract rights or expectations can be alleged, anticipated, expected, or claimed unless and until the Agreement is fully executed and a Work Order or similar document, as applicable, has been issued by the City. 

        3. 'Award' means the acceptance of a Response, offer, similar response, or proposal by the City Council of the City of Hialeah. 

        4. 'Successful Respondent, Contractor’ means the Respondent that receives an award of the Agreement from the City as a result of this Solicitation. 

        5. ‘Respondent, Quoter, Proposer, Vendor, Contractor’ means the Person, company, business entity, or organization submitting a Response in reply to this Solicitation. When the terms “Respondent, Quoter, Proposer, Vendor, or Contractor” are used they shall have the same meaning in this solicitation. 

        6. 'City' means, depending on the context, either (a) the geographic area contained within the municipal boundaries of the City of Hialeah, Florida, or (b) the government of the City, acting through Mayor and/or the City Council or its designees, as applicable.

        7. ‘Department’ means the City of Hialeah, FL, Purchasing Division and/or their successor City Department, office, agency, or division. 

        8. 'Director' means the Director of the Construction & Maintenance Department, or the Director's authorized designee.

        9. 'Solicitation' means this Invitation to Quote (ITQ).

        10. ‘Response, Bid, Submission’ means the response submitted in reply to this Solicitation. 

        11. 'Respondent, Quoter, and Proposer' have similar meanings under this Solicitation insofar as that they refer to the person or entity submitting a response to the Solicitation. 
        12. ‘Work,’ ‘Services,’ ‘Program,’ ‘Project,’ or ‘Engagement’ mean all matters and things that will require to be done by the Successful Respondent(s) in accordance with the scope of work and all terms and conditions of this Solicitation. 

        13. ‘Project Manager’ means the individual in charge of serving as the day-to-day representative of the City for the project and contract administration. The City Project Manager will be designated by the Mayor or Director. 

        14. 'Mayor' means the Chief Executive Officer of the City who manages the day-to-day operations of the City. The Mayor or his/her authorized designee will be authorized to make needed routine contractual decisions on behalf of the City.

        15. 'City Council' means the local legislative body of the City who would consider approving the Award, or not, as the case may be and would need to approve any resulting Agreement, and any Amendments to such Agreement.

        16. 'Purchasing Division Director’ means the Director of the City’s Purchasing Division who is authorized to respond to and address procurement/purchasing issues relative to this Solicitation and/or the award or other action of the City regarding this Solicitation.

    • LIGHTNING PROTECTION

      The Contractor shall include in their bid all labor, materials, equipment, and services necessary to install a complete and operational lightning protection system for the building, as part of the re-roofing project. The system shall comply with all current federal, state, and local codes, including but not limited to the Florida Building Code, and the latest editions of NFPA 780 (Standard for the Installation of Lightning Protection Systems) and UL 96A (Standard for Installation Requirements for Lightning Protection Systems).

      The lightning protection system shall consist of, but not be limited to:

      • Air Terminals: Installation of a sufficient number of lightning rods (air terminals) at all high points of the roof, including but not limited to the ridges, chimneys, and vents, to provide complete protection per NFPA 780.
      • Conductors: Installation of a continuous network of main conductors to connect all air terminals and provide a direct path to the ground.
      • Grounding: Installation of a proper grounding system, including ground rods and plates, to safely dissipate the lightning's energy into the earth. To ensure adequate grounding resistance, the grounding system shall be designed and installed to account for the local soil conditions in Hialeah, Florida.
      • Bonding: Proper bonding of all metal components on the roof, such as gutters, vents, and metal flues, to the lightning protection system.

    • ADDITIONS

      Either the City or the Respondents may add items, which are not covered or listed in the document, as follows:


      Additional Request by the City: Any additional requests may be made by the City and will be done in writing, and shall be considered an amendment (addendum) to the document requirement.

       

      Additional Request by the Respondent: The Respondent may include additional items not specified or addressed within the document requirements which do not constitute a material change or variance and do not conflict with law, this Solicitation, or long-standing city policies and practices . The Respondent when doing so shall submit all additions to the proposed items in writing concurrently with their submittal and identify that each item is an addition. Late additional requests will not be considered. 

    • INVITATION

      This Solicitation is extended to any Person, company, and organization that can satisfy the requirements specified herein. The requirements presented in this Solicitation represent the City’s anticipated needs.

    • MINIMUM QUALIFICATIONS

      Responses will be considered only from firms that are regularly engaged in the business of providing roofing services as described in this Solicitation; that have a continuous record of performance for the last two (2) consecutive years with the same Federal Employee ID Number (FEIN); and that have sufficient financial support, resources, equipment, personnel, and organization to ensure that they can satisfactorily provide the roofing services if awarded a Contract under the terms and conditions herein stated.

      The Respondent must hold all required State of Florida as well as any County and/or City certifications/licenses, as applicable to perform the roofing services and repairs for the four (4) designated buildings at Carl F. Slade Park. The licenses must be valid and meet all requirements for the State of Florida, as well as any County and/or City requirements. The Respondent must furnish proof of copies of all valid required State of Florida, as well as any County and/or City licenses, with the submittal in the Response section of this Solicitation. The Respondent shall furnish the City with a copy of any license renewal at the time the license is renewed.

      Any Respondent that fails to satisfy the following minimum requirements may be deemed "NONRESPONSIVE".

        1. Respondent must possess a valid building contractor, general contractor, or roofing contractor license.
        2. Respondent must be authorized by the manufacturer to install the proposed material.
        3. Respondent must have five (5) years of experience providing a substantially similar scope of work.
        4. Respondent must be an active corporation or other incorporated business entity (e.g., LLC, etc.) in the State of Florida.
        5. Respondent must hold a valid Business Tax Receipt (BTR).
        6. Respondent must provide proof that it has completed at least three (3) completed contracts for roofing services for a similar scope of work.
        7. Respondent must provide three (3) references in the response section of this solicitation.


      To be considered "RESPONSIBLE," the Respondent must meet the following requirements: 

        1. The Respondent must demonstrate the ability, capacity, equipment, resources, and technical skills necessary to perform the contract or service successfully.
        2. The Respondent must possess sufficient financial resources to fulfill the contract's obligations or provide the service.
        3. The Respondent must demonstrate the ability to perform the contract or service within the specified timeframe, without undue delay or interference.
        4. The Respondent's past performance on previous contracts, character, integrity, reputation, judgment, experience, and efficiency.

      And, at minimum, the Respondent cannot have one (1) or more of the following circumstances:

        1. Not have a member, principal, officer, or stockholder who is in arrears or in default of any debt or contract involving the City, is not a debtor or in default to the City; or is not a guarantor, maker, or surety upon any obligation to the City, and/or has failed to perform faithfully any contract with the City or any other public agency in Florida; or
        2. Have no record of any pending lawsuit(s) with or against the City or unsatisfied civil judgments against the Respondent which may affect the performance of the services to be rendered herein or conviction(s) of criminal acts including, without limitation, any crimes involving fraud or moral turpitude, fraud, deceit, or have ever been declared bankrupt or had a receiver appointed over their property or been the subject of an assignment for the benefit of creditors in the past seven (7) years.
        3. Not be on the convicted vendor list per "Public Entity Crimes", Section 287.133, Fla. Stat and/or the Discriminatory Vendor List", Section 287.134, Fla. Stat.
        4. Not have been debarred within the past seven (7) years by any public agency in Florida.

    • SUMMARY OF WORK
      COMPONENTTYPEREQUIREDATTACHMENT
      DeckExisting Concrete--
      Vapor BarrierSopralene 180 SP 3.0One (1) layerHeat-welded
      Insulation

      Sopra-ISO Tapered
      Roof insulation

      1/8 or 1/4"
      slope
      Adhered in Duotack
      SPF HFO 
      CoverboardSopraboard ¼"
      Asphaltic Coverboard
      1/4"Adhered in Duotack
      SPF HFO 

      SBS-Modified Bitumen
      Base ply

      Sopralene Flam 180
      SBS Membrane 
      One (1) layerHeat-welded

      SBS-Modified Bitumen Capsheet

      Sopralene Flam 180 FR GR 
      SBS Membrane 
      One (1) layerHeat-welded
      SBS-Modified Bitumen Flashings

      Sopralene Flam 180 sbs membrane base

      &

      Sopralene Flam 180 fr gr sbs membrane cap
      One (1) layerHeat-welded

      Liquid-applied

      Reinforced flashings
      Alsan flashingReinforcement with polyfleeceLiquid-applied
      WarrantyPlatinum NDLTwenty (20) years-
    • PUBLIC ENTITY CRIME / DISCRIMINATORY VENDOR LIST

      The Public Entity Crime Affidavit Form, found in the  RESPONSE Section, includes documentation that shall be executed by an individual authorized to bind the Respondent. Any Respondent, or any of its suppliers, subcontractors, or consultants who shall provide goods and services and/or materials that are intended to benefit the City, shall not be a convicted vendor or included on the discriminatory vendor list. If the Respondent or any affiliate of the Respondent has been convicted of a public entity crime or has been placed on the discriminatory vendor list, a period longer than 36 months must have passed since that person was placed on the convicted vendor or discriminatory vendor list. The Respondent further understands and accepts that any contract issued as a result of this Solicitation shall be either voidable or subject to immediate termination by the City. In the event there is any misrepresentation or lack of compliance with the mandates of Section 287.133 or Section 287.134, respectively, Florida Statutes. The City in the event in such termination, shall not incur any liability or cost to the Respondent for any goods, services, supplies, materials, and/or materials furnished. By submitting a response, the Respondent further affirms they are not in violation of Sections 287.1346 , 287.135, 287.1351, 287.136, 287.137 and 287.138, Florida Statutes. 

    • TERM OF CONTRACT

      The term of the Agreement shall be for a period of three (3) years, beginning when the City issues P.O. (“Initial Term”). The City may renew the Agreement for two (2) consecutive one-year terms (“Renewal Term”), conditioned upon the Successful Respondent’s satisfactory performance of its duties and responsibilities under the Agreement, and upon a determination that renewal will be in the best interest of the City. 

      OR

      Not Applicable.

    • CONDITIONS FOR RENEWAL

      Not Applicable.

    • ROOFING SYSTEM
      1. RELATED SECTIONS
        1. Roof Insulation
        2. Modified Bituminous Sheet Vapor Retarders
        3. Styrene-Butadiene-Styrene (SBS) Modified Bitumen Membrane Roofing


      2. DESCRIPTION
        1. The Work includes the provision of all labor, material, equipment, management, coordination, supervision, and administration to complete the Work as outlined.

        2. The Contractor shall complete the following Work. The following outline of Work is noted by System. The Work includes, but is not limited to, the following:
          1. STYRENE-BUTADIENE-STYRENE (SBS) MODIFIED BITUMEN MEMBRANE ROOFING:
            1. Preparation of existing concrete roof deck and all flashing substrates.
            2. SBS-modified bitumen vapor retarder (air barrier).
            3. Insulation and cover board, adhered.
            4. SBS-modified bitumen base ply, heat-welded.
            5. SBS-modified bitumen cap sheet, heat-welded.
            6. SBS-modified bitumen membrane flashings.
            7. Liquid-applied, reinforced flashings.

       

    • LOBBYING

      All Respondents, their agents and proposed sub-consultants or subcontractors, are hereby placed on notice that neither the City Council members, any evaluation committee members, employees of the City or employees of any other project sponsoring agencies shall be lobbied either individually or collectively regarding this Solicitation. Respondents, their agents, and proposed sub-consultants or subcontractors are hereby placed on notice that they are prohibited from contacting any of these individuals for any purpose relating to the Solicitation (e.g., general information, meetings of introduction, meals, etc.). Any Response submitted by a Respondent, its agents and potential subconsultants or subcontractors who violate these guidelines will not be considered for review. The Purchasing Division Director (identified on the cover page of this Solicitation) shall be the only point of contact for questions and/or clarifications concerning the Solicitation, the selection process and the negotiation and award procedures. See, for general reference, Section 2-11.1. (t), Miami-Dade County Code, “Cone of Silence”, which is applicable and deemed as being incorporated by reference. 

    • EQUITABLE ADJUSTMENT

      The Purchasing Division may, in its sole discretion, make an equitable adjustment in the contract terms and/or pricing if pricing or availability of services is affected by extreme or unforeseen volatility in the marketplace, that is, by circumstances that satisfy all of the following criteria: (1) the volatility is due to circumstances beyond the Successful Respondent(s) control, (2) the volatility affects the marketplace or industry, not just the particular contract source of supply, (3) the effect on the pricing or availability of services is substantial, and (4) the volatility so affects the Successful Respondent(s) that continued performance of the contract would result in a substantial loss. Successful Respondent(s) may have to supply documentation to justify any requested percentage increase in cost to the City of Hialeah.

    • SBS MODIFIED BITUMINOUS SHEET VAPOR RETARDERS & AIR BARRIERS
      1. GENERAL
        1. SUMMARY
          Work shall include, but is not limited to, the following:
          1. Preparation of existing concrete roof deck and all flashing substrates.
          2. SBS-modified bitumen roof vapor retarder (air barrier).
          3. SBS-modified bitumen membrane flashings at penetrations
          4. Liquid-applied, reinforced flashings at penetrations.
          5. All related materials and labor required to complete the specified roofing are necessary to receive the specified manufacturer’s warranty.

        2. RELATED SECTIONS
          1. Summary of Work
          2. Roof Insulation
          3. Styrene-Butadiene-Styrene (SBS) Modified Bitumen Membrane Roofing

        3. DEFINITIONS
          1. ASTM D 1079-Definitions of Terms Relating to Roofing and Waterproofing.
          2. The National Roofing Contractors Association (NRCA) Roofing and Waterproofing Manual, Fifth Edition Glossary.

        4. REFERENCES
          1. AMERICAN SOCIETY OF CIVIL ENGINEERS - Reference Document ASCE 7, Minimum Design Loads for Buildings and Other Structures.
          2. AMERICAN STANDARD OF TESTING METHODS (ASTM):
            1. ASTM C 836 - Standard Specification for High Solids Content, Cold Liquid-Applied Elastomeric Waterproofing Membrane for Use with Separate Wearing Course.
            2. ASTM C 920 - Standard Specification for Elastomeric Joint Sealants
            3. ASTM D 41 - Standard Specification for Asphalt Primer Used in Roofing, Damp Proofing, and Waterproofing.
            4. ASTM D 312- Standard Specification for Asphalt Used in Roofing.
            5. ASTM D 1970 - Standard Specification for Self-Adhering Polymer Modified Bituminous Sheet Materials Used as Steep Roofing Underlayment for Ice Dam Protection.
            6. ASTM D 2178 - Standard Specification for Asphalt Glass Felt Used in Roofing and Waterproofing.
            7. ASTM D 3019 - Standard Specification for Lap Cement Used with Asphalt Roll Roofing, Non-Fibered, Asbestos-Fibered, and Non-Asbestos-Fibered.
            8. ASTM D 3746 - Standard Test Method for Impact Resistance of Bituminous Roofing System.
            9. ASTM D 4586 - Standard Specification for Asphalt Roof Cement, Asbestos-Free.
            10. ASTM D 4601 - Standard Specification for Asphalt-Coated Glass Fiber Base Sheet Used in Roofing.
            11. ASTM D 5147 - Standard Test Methods for Sampling and Testing Modified Bituminous Sheet Material.
            12. ASTM D 5849 - Standard Test Method for Evaluating Resistance of Modified Bituminous Roofing Membrane to Cyclic Fatigue (Joint Displacement)
            13. ASTM D 6162 - Standard Specification for Styrene Butadiene Styrene (SBS) Modified Bituminous Sheet Materials Using a Combination of Polyester and Glass Fiber Reinforcements.
            14. ASTM D 6163 - Standard Specification for Styrene Butadiene Styrene (SBS) Modified Bituminous Sheet Materials Using Glass Fiber Reinforcements.
            15. ASTM D 6164 - Standard Specification for Styrene Butadiene Styrene (SBS) Modified Bituminous Sheet Materials Using Polyester Reinforcements.
            16. ASTM D 7379 - Standard Test Methods for Strength of Modified Bitumen Sheet Material Laps Using Cold Process Adhesive.
            17. ASTM E 108 - Standard Test Methods for Fire Tests of Roof Coverings.
          3. AMERICAN NATIONAL STANDARDS INSTITUTE (ANSI):
            1. ANSI/SPRI FX-1, Standard Field Test Procedure for Determining the Withdrawal Resistance of Roofing Fasteners.
            2. ANSI/FM 4474- American National Standard for Evaluating the Simulated Wind Resistance of Roof Assemblies Using Static Positive and/or Negative Differential Pressures.
          4. FACTORY MUTUAL (FM):
            1. FM 4450 - Approval Standard - Class I Insulated Steel Roof Decks.
            2. FM 4470 - Approval Standard - Class I Roof Covers.
          5. FLORIDA BUILDING CODE (FBC):
            1. 2020 Florida Building Code (FBC).
          6. NATIONAL ROOFING CONTRACTORS ASSOCIATION (NRCA).
          7. UNDERWRITERS LABORATORY (UL):
            1. UL 790 Standard Test Methods for Fire Tests of Roof Coverings.
            2. UL 1256 – Fire Test of Roof Deck Constructions.

        5. ACTION SUBMITTALS
          1. Product Data Sheets: Submit manufacturer’s product data sheets, installation instructions and/or general requirements for each component.
          2. Safety Data Sheets: Submit manufacturer’s Safety Data Sheets (SDS) for each component.
          3. Sample/Specimen Warranty from the manufacturer and contractor.
          4. Shop Drawings: Provide roof plan and applicable roof system detail drawings.

        6. INFORMATIONAL SUBMITTALS
          1. Contractor Certification: Submit written certification from the roofing system manufacturer certifying that the applicator is authorized by the manufacturer to install the specified materials and system.

        7. CLOSEOUT SUBMITTALS
          1. Warranty: Provide manufacturers' and contractors’ warranties upon substantial completion of the roofing system.

        8. QUALITY ASSURANCE
          1. MANUFACTURER QUALIFICATIONS:
            1. Manufacture shall have 20 years of experience manufacturing SBS-modified bitumen roofing materials.
          2. CONTRACTOR QUALIFICATIONS:
            1. Contractor shall be authorized by the manufacturer to install specified materials prior to the bidding period through satisfactory project completion.
            2. Applicators shall have completed projects of similar scope using the same materials as specified herein.
            3. Contractor shall provide a full-time, on-site superintendent or foreman experienced with the specified roof system through satisfactory project completion.
            4. Applicators shall be skilled in the application methods for all materials.
            5. Contractor shall maintain a daily record, on-site, documenting material installation and related project conditions.
            6. Contractor shall maintain a copy of all submittal documents, on-site, available always for reference.

        9. DELIVERY, STORAGE, AND HANDLING
          1. Refer to each product data sheet or other published literature for specific requirements.
          2. Deliver materials and store them in their unopened, original packaging, bearing the manufacturer's name, related standards, and any other specification or reference accepted as standard.
          3. Protect and store materials in a dry, well-vented, and weatherproof location. Only materials to be used the same day shall be removed from this location. During cold weather, store materials in a heated location, removing only as needed for immediate use.
          4. When materials are to be stored outdoors, store away from standing water, stacked on raised pallets or dunnage, at least 4 in or more above ground level. Carefully cover storage with “breathable” tarpaulins to protect materials from precipitation and to prevent exposure to condensation.
          5. Carefully store roof membrane materials delivered in rolls on end with selvage edges up. Store and protect roll storage to prevent damage.
          6. Properly dispose of all product wrappers, pallets, cardboard tubes, scrap, waste, and debris. All damaged materials shall be removed from the job site and replaced with new, suitable materials.

        10. SITE CONDITIONS
          1. SAFETY:
            1. The contractor shall be responsible for complying with all project-related safety and environmental requirements.
            2. Heat-welding shall include heating the specified membrane ply using propane roof torches or electric hot-air welding equipment. The contractor shall determine when and where conditions are appropriate to utilize heat-welding equipment. When conditions are determined by the contractor to be unsafe to proceed, equivalent SBS-modified bitumen materials and methods shall be utilized to accommodate requirements and conditions.
            3. Refer to NRCA CERTA recommendations, local codes, and the building owner’s requirements for hot work operations.
            4. The contractor shall refer to product Safety Data Sheets (SDS) for health, safety, and environmental hazards, and take all necessary measures and precautions to comply with exposure requirements.
          2. ENVIRONMENTAL CONDITIONS:
            1. Monitor substrate temperature and material temperature, as well as all environmental conditions such as ambient temperature, moisture, sun, cloud cover, wind, humidity, and shade. Ensure conditions are satisfactory to begin work and ensure conditions remain satisfactory during the installation of specified materials. Materials and methods shall be adjusted as necessary to accommodate varying project conditions. Materials shall not be installed when conditions are unacceptable to achieve the specified results.
            2. Precipitation and dew point: Monitor weather to ensure the project environment is dry before and will remain dry during the application of roofing materials. Ensure all roofing materials and substrates remain above the dew point temperature as required to prevent condensation and maintain dry conditions.
            3. Heat-Welding Application: Take all necessary precautions and measures to monitor conditions to ensure all environmental conditions are safe to proceed with the use of torches and hot-air welding equipment. Combustibles, flammable liquids, and solvent vapors that represent a hazard shall be eliminated, and primers shall be fully dry before proceeding with heat-welding operations. Refer to NRCA CERTA recommendations.

        11. PERFORMANCE REQUIREMENTS
          1. FIRE CLASSIFICATION:
            1. Vapor Retarder/Air Barrier included in system performance testing in accordance with UL 790, ASTM E108, FM 4450, or FM 4470.
              1. Meets requirements of UL Class A or FM Class A.
            2. Vapor Retarder/Air Barrier included in system performance testing in accordance with UL 1256, FM 4450, or FM 4470 to meet the specified requirements for interior flame spread and fuel contribution.
              1. Meets requirements of UL 1256, or FM Class 1.

        12. WARRANTY
          1. Vapor Retarder/Air Barrier shall be included in the specified roofing Manufacturer's No Dollar Limit (NDL) Warranty. The Vapor Retarder/Air Barrier manufacturer shall provide the owner with the manufacturer’s warranty for 20 years from the date of issuance.
          2. The contractor shall guarantee the workmanship and shall provide the owner with the contractor’s warranty covering workmanship for a period of 2 years from the completion date.


      2. PRODUCTS
        1. MANUFACTURER
          1. PRODUCT QUALITY ASSURANCE PROGRAM: Manufacturer shall be an ISO 9001 registered company. A ‘Quality Compliance Certificate (QCC) for reporting/confirming the tested values of the SBS Modified Bitumen Membrane Materials will be supplied upon request.
          2. ACCEPTABLE MANUFACTURER:
            1. SOPREMA, located at: 310 Quadral Dr.; Wadsworth, OH 44281; Tel: 800-
              356-3521; Tel: 330-334-0066; Website: www.soprema.us.

        2. SBS-MODIFIED BITUMEN VAPOR RETARDER
          1. VAPOR RETARDER, HEAT-WELDED:
            1. SOPREMA SOPRALENE 180 SP 3.0: SBS-modified bitumen membrane with a plastic burn-off film on the bottom surface and a sanded top surface. Non-woven polyester reinforcement. Meets or exceeds ASTM D6164, Type I, Grade S, per ASTM D5147 test methods:
              1. Thickness: 118 mils (3.0 mm)
              2. Width: 39.4 in (1 m)
              3. Length: 32.8 ft (10 m)
              4. Roll weight: 83 lb (37.6 kg)
              5. Net mass per unit area, lb/100 sq ft (g/sq m): 77 lb (3758 g)
              6. Peak load @ 0°F (-18°C), lbf/in (kN/m). MD 115 lbf/in (20.1 kN/m), XMD 90 lbf/in (15.8 kN/m)
              7. Elongation at peak load @ 0°F (-18°C), lbf/in (kN/m): MD 35%, XMD 40%
              8. Peak load @ 73.4°F (23°C), lbf/in (kN/m): MD 85 lbf/in (14.9 kN/m), XMD 65 lbf/in (11.4 kN/m)
              9. Elongation at peak load @ 73.4°F (23°C), lbf/in (kN/m): MD 55%, XMD 60%
              10. Ultimate Elongation @ 73.4°F (23°C), lbf/in (kN/m):MD 65%, XMD 80%
              11. Tear Strength @ 73.4°F (23°C), lbf (N):MD 125 lbf (556 N), XMD 85 lbf (378 N)
              12. Low temperature flexibility, °F (°C):MD/XMD: -15°F (-26°C)
              13. Dimensional stability, %: MD/XMD: Less than 0.5%
              14. Compound stability, °F (°C): MD/XMD: 240°F (116°C)

        3. ACCESSORIES
          1. PRIMERS:
            1. SOPREMA ELASTOCOL 500: Asphalt cut-back primer. Primer for the preparation of roof membrane and flashing substrates for asphalt, heatwelded, hot asphalt, and SOPREMA COLPLY ADHESIVE, solvent-based, cold adhesive-applied, and cement applications.
              1. Meets or exceeds ASTM D41
              2. VOC content: 350 g/L or less.
          2. GENERAL PURPOSE ROOFING CEMENT AND MASTIC
            1. SOPREMA SOPRAMASTIC: SBS Mastic. Fiber-reinforced, roofing cement, packaged in 5-gallon pails. General-purpose roofing cement for low-slope roofing used for sealing membrane T-joints and membrane edges along terminations, transitions, and at roof penetrations.
              1. VOC Content: 190 g/L or less.
              2. Meets or exceeds ASTM D4586, Type I, Class II.
          3. GENERAL PURPOSE SEALANT
            1. SOPREMA SOPRAMASTIC SP1: General-purpose, paintable, gun-grade, elastomeric, polyether moisture-curing sealant for sealing SBS membrane terminations, Kynar 500 PVDF, horizontal and vertical construction joints.
              1. VOC Content: 20 g/L or less.
              2. Meets or exceeds ASTM C920, Type S, Grade NS, Class 50.
              3. Standard color.
          4. LIQUID-APPLIED REINFORCED FLASHING SYSTEM:
            1. SOPREMA ALSAN FLASHING: Single-component, polyurethane bitumen resin with polyester reinforcing fleece fabric fully embedded into the resin to form roof system flashings.
              1. VOC Content: 250 g/L.
              2. SOPREMA ALSAN FLASHING: Liquid resin, Meets or exceeds ASTM C836.
              3. SOPREMA ALSAN POLYFLEECE: Non-woven polyester reinforcement.
              4. Surfacing: SOPREMA ALSAN FLASHING with mineral granules broadcast into wet SOPREMA ALSAN FLASHING to match adjacent SBS-modified bitumen cap sheet.


      3. EXECUTION
        1. EXAMINATION
          1. Examination includes visual observations, qualitative analysis, and quantitative testing measures as necessary to ensure conditions remain satisfactory throughout the project.
          2. The contractor shall examine all roofing substrates, including, but not limited to: insulation materials, roof decks, walls, curbs, rooftop equipment, fixtures, and wood blocking.
          3. The applicator shall not begin installation until conditions have been properly examined and determined to be clean, dry, and otherwise satisfactory to receive specified roofing materials.
          4. During the application of specified materials, the applicator shall continue to examine all project conditions to ensure conditions remain satisfactory to complete the specified roofing system.

        2. PREPARATION
          1. Before commencing work each day, the contractor shall prepare all roofing substrates to ensure conditions are satisfactory to proceed with the installation of specified roofing materials. Preparation of substrates includes, but is not limited to, substrate repairs, securement of substrates, eliminating all incompatible materials, and cleaning.
          2. Where conditions are found to be unsatisfactory, work shall not begin until conditions are made satisfactory to begin work. Commencement of work shall indicate the contractor’s acceptance of conditions.

        3. PRIMER APPLICATION
          1. Examine all substrates and conduct adhesion peel tests as necessary to ensure satisfactory adhesion is achieved.
          2. Apply the appropriate specified primer to dry, compatible substrates as required to enhance the adhesion of new specified materials.
          3. Apply primer using brush, roller, or sprayer at the rate published on the product data sheet.
          4. Asphalt Primer: Apply primer to dry compatible masonry, metal, wood, and other required substrates before applying asphalt and heat-welded membrane plies. Primer is optional for solvent-based SBS adhesives and cements; refer to product data sheets.
          5. Self-Adhesive Membrane Primer: Apply self-adhered primer to dry, compatible substrates as required to enhance adhesion of self-adhesive membrane plies. Ensure the self-adhered membrane primer is tacky to the touch, but not wet. Primer should not transfer to the fingertips when touched.
          6. Primer is not required for SOPREMA COLPLY EF Adhesive and SOPREMA COLPLY EF Flashing Cement.
          7. Project conditions vary throughout the day. Monitor changing conditions, primer drying times, and membrane ply adhesion. Adjust primer and membrane application methods as necessary to achieve the desired results.

        4. HEAT WELDING
          1. The Contractor is responsible for project safety. Where conditions are deemed unsafe to use open flames, the manufacturer’s alternate membrane application methods shall be used to install SBS modified bitumen membrane and flashings. Acceptable alternate installation methods include hot asphalt, cold adhesive-applied, self-adhered membranes, and mechanically fastened plies. Hot-air
            Welding equipment may be used in lieu of roof torches to seal membrane side and end laps when heat welding is necessary. Refer to NRCA CERTA, local codes, and the building owner’s requirements for hot work operations.
          2. Single or multi-nozzle, hand-held propane roof torches shall be used to install heat-welded plies. Multi-nozzle carts (dragon wagons) may also be utilized to install plies. Seven (7) nozzle carts are recommended for more uniform heat application, rather than five (5) nozzle carts.

        5. HEAT-WELDED, FULLY ADHERED VAPOR RETARDER APPLICATION
          1. Follow material product data sheets and published general requirements for installation instructions.
          2. Ensure environmental conditions are safe and satisfactory, and will remain safe and satisfactory, during the application of the heat-welded vapor retarder membrane.
          3. Ensure all primers are fully dry before beginning heat-welding operations.
          4. Unroll the membrane onto the roof surface and allow time to relax prior to heat welding.
          5. Starting at the low point of the roof, lay out the membrane to ensure the plies are installed perpendicular to the roof slope, shingled to prevent back-water laps.
          6. Ensure all roofing and flashing substrates are prepared and acceptable to receive the heat-welded membrane.
          7. Cut membrane to working lengths and widths to conform to rooftop conditions and lay out to always work to a selvage edge.
          8. Ensure specified side-laps and end-laps are maintained. End-laps should be staggered 3 ft apart.
          9. Direct the roof torch on the roll as necessary to prevent overheating and damaging the membrane and substrates.
          10. As the membrane is unrolled, apply heat to the underside of the membrane until the plastic burn-off film melts away. Continuously move the torch side-to-side across the underside of the roll to melt the bitumen on the underside of the sheet, while continuously unrolling the membrane.
          11. While unrolling and heating the sheet, ensure a constant flow of hot bitumen, approximately ¼ to 1/2 in, flows ahead of the roll as it is unrolled, and there is 1/8 to 1/4 in bleed out at all laps.
          12. 1. Adjust the application of heat to the underside of the membrane and to the substrate as required for varying substrates and environmental conditions.
          13. At end-laps, cut a 45-degree dog-ear away from the selvage edge.
          14. Each day, physically inspect all side and end-laps, and ensure the membrane is sealed watertight. Where necessary, use a torch or a hot-air welder and a clean trowel to ensure all laps are fully sealed.
          15. Inspect the installation each day to ensure the plies are fully adhered. Repair all voids, wrinkles, open laps, and all other deficiencies.

        6. LIQUID-APPLIED, SINGLE-COMPONENT, BITUMEN-URETHANE FLASHING APPLICATION
          1. Refer to the manufacturer’s details, drawings, product data sheets, and published general requirements for application rates and specific installation instructions
          2. Pre-cut SOPREMA ALSAN POLYFLEECE polyester reinforcing fleece to conform to roof terminations, transitions, and penetrations being flashed. Ensure a minimum 2 in overlap of fleece at the side and end-laps. Ensure the completed liquid-applied flashing membrane is fully reinforced.
          3. Apply the base coat of SOPREMA ALSAN FLASHING liquid-applied flashing resin onto the substrate using a brush or roller, working the material into the surface for complete coverage and full adhesion at 2.0 gallons per square.
          4. Immediately apply the SOPREMA ALSAN POLYFLEECE, reinforcing into the wet base coat of resin. Using a brush or roller, work the SOPREMA ALSAN POLYFLEECE into the wet resin while applying the second coat of SOPREMA ALSAN FLASHING resin to completely encapsulate the fleece at 2.0 gallons per square, and extend the liquid resin 1 inch beyond the fleece.
          5. Apply a finish coat of SOPREMA ALSAN FLASHING resin at 2.0 gallons per square within 2-3 hours. When applying the finish coat more than 24 hours after cleaning the surface with acetone or MEK, the surface may need to be cleaned again to ensure satisfactory adhesion.
          6. Broadcast mineral granules into the wet finish coat as required to match the adjacent cap sheet.

        7. CLEAN-UP
          1. Clean up and properly dispose of waste and debris resulting from these operations each day as required to prevent damage and disruptions to operations.
    • SUSPENSION/DEBARMENT OF CONTRACTORS FOR MATERIAL BREACH OF CITY CONTRACTS

      The City may temporarily or permanently suspend or debar contractor(s) from doing business with the City whenever a contractor materially breaches its contract with the City in accordance with the applicable provisions of the City Code   . Any Response submitted by a Respondent, its proposed subcontractors or subconsultants who are included on the City’s Suspension List shall not be considered for evaluation or review.

      In addition, the principles of any Respondents or its proposed subcontractors or sub-consultants shall not attempt to do business with the City under a different name or form a new legal entity in order to do business with the City while the principals of the Respondent or its proposed subcontractors or subconsultants remain on the Suspension List. In the event there is any intentional misrepresentation, the Respondent further understands and accepts that any contract issued as a result of this Solicitation shall be subject to immediate termination for default and suspension procedures by the City. The City, in the event of such termination, shall not incur any liability to the Respondent for any goods, services or materials furnished. For purposes of this Solicitation “Respondents”, "Bidders", "Proposers", “Contractors” and “Vendors” are synonymous terms.

    • REFERENCES

      Each Response shall be accompanied by a list of three (3) written references provided in the RESPONSE Section, which shall include the name of the company, dates of the contract, description of goods supplied, a contact person, and the telephone number. The references may be either public or private entities. Do not include references from the City of Hialeah. NO RESPONSE WILL BE CONSIDERED WITHOUT THIS WRITTEN LIST OF THREE (3) REFERENCES. 

    • POINTS OF CONTACT/TIMETABLE FOR INQUIRIES

      While respondents may initially contact the Purchasing Division Director, all general and technical inquiries must be submitted and addressed via the City's e-Procurement Portal Question & Answer feature. 

      No inquiries will not be entertained or processed beyond Tuesday, March 31, 2026 at 2:00 pm. No extensions or exceptions.

    • ROOF INSULATION
      1. GENERAL
        1. SUMMARY
          1. Work shall include, but is not limited to, the following:
            1. Preparation of existing roof deck and all flashing substrates.
            2. Insulation
            3. Cover-board
            4. All related materials and labor required to complete the specified roofing are necessary to receive the specified manufacturer’s warranty.

        2. RELATED SECTIONS
          1. Summary of Work
          2. Modified Bituminous Sheet Vapor Retarders
          3. Styrene-Butadiene-Styrene (SBS) Modified Bitumen Membrane Roofing

        3. DEFINITIONS
          1. ASTM D 1079-Definitions of Terms Relating to Roofing and Waterproofing.
          2. The National Roofing Contractors Association (NRCA) Roofing and Waterproofing Manual, Fifth Edition Glossary.

        4. REFERENCES
          1. AMERICAN SOCIETY OF CIVIL ENGINEERS - Reference Document ASCE 7, Minimum Design Loads for Buildings and Other Structures.
          2. AMERICAN STANDARD OF TESTING METHODS (ASTM):
            1. ASTM C 726 - Standard Specification for Mineral Wool Roof Insulation Board.
            2. ASTM C 728 - Standard Specification for Perlite Thermal Insulation Board.
            3. ASTM C 1177/C 1177M - Standard Specification for Glass Mat Gypsum Substrate for Use as Sheathing.
            4. ASTM C 1278 - Standard Specification for Fiber-Reinforced Gypsum Panel.
            5. ASTM C 1289 - Standard Specification for Faced Rigid Cellular Polyisocyanurate Insulation Board.
            6. ASTM C 1325 – Standard Specification for Non-Asbestos Fiber-Mat Reinforced Cementitious Backer Units.
            7. ASTM D 41 - Standard Specification for Asphalt Primer Used in Roofing, Damp Proofing, and Waterproofing.
          3. AMERICAN NATIONAL STANDARDS INSTITUTE (ANSI):
            1. ANSI/SPRI FX-1, Standard Field Test Procedure for Determining the Withdrawal Resistance of Roofing Fasteners.
            2. ANSI/SPRI IA-1, Standard Field Test Procedure for Determining the Mechanical Uplift Resistance of Insulation Adhesives over Various Substrates.
            3. ANSI/FM 4474- American National Standard for Evaluating the Simulated Wind Resistance of Roof Assemblies Using Static Positive and/or Negative Differential Pressures.
          4. FACTORY MUTUAL (FM):
            1. FM 4450 - Approval Standard - Class I Insulated Steel Roof Decks.
            2. FM 4470 - Approval Standard - Class I Roof Covers.
          5. FLORIDA BUILDING CODE (FBC):
            1. 2020 Florida Building Code (FBC).
          6. NATIONAL ROOFING CONTRACTORS’ ASSOCIATION (NRCA).
          7. UNDERWRITERS LABORATORY (UL):
            1. UL 790 Standard Test Methods for Fire Tests of Roof Coverings.
            2. UL 1256 – Fire Test of Roof Deck Constructions.

        5. ACTION SUBMITTALS
          1. Product Data Sheets: Submit manufacturer’s product data sheets, installation instructions and/or general requirements for each component.
          2. Safety Data Sheets: Submit manufacturer’s Safety Data Sheets (SDS) for each component.
          3. Sample/Specimen Warranty from the manufacturer and contractor.
          4. Shop Drawings: Provide roof plan and applicable roof system detail drawings.

        6. INFORMATIONAL SUBMITTALS
          1. Contractor Certification: Submit written certification from the roofing system manufacturer certifying that the applicator is authorized by the manufacturer to install the specified materials and system.

        7. CLOSEOUT SUBMITTALS
          1. Warranty: Provide manufacturers' and contractors’ warranties upon substantial completion of the roofing system.

        8. QUALITY ASSURANCE
          1. MANUFACTURER QUALIFICATIONS:
            1. Manufacture shall have 20 years of experience manufacturing roofing materials.
            2. Trained Technical Field Representatives, employed by the manufacturer, independent of sales.
            3. Provide reports in a timely manner of all site visit reports.
            4. Provide specified warranty upon satisfactory project completion.
          2. CONTRACTOR QUALIFICATIONS:
            1. Contractor shall be authorized by the manufacturer to install specified materials prior to the bidding period through satisfactory project completion.
            2. Applicators shall have completed projects of similar scope using the same materials as specified herein.
            3. Contractor shall provide a full-time, on-site superintendent or foreman experienced with the specified roof system through satisfactory project completion.
            4. Applicators shall be skilled in the application methods for all materials.
            5. Contractor shall maintain a daily record, on-site, documenting material installation and related project conditions.
            6. Contractor shall maintain a copy of all submittal documents, on-site, available always for reference.

        9. DELIVERY, STORAGE, AND HANDLING
          1. Refer to each product data sheet or other published literature for specific requirements.
          2. Deliver materials and store them in their unopened, original packaging, bearing the manufacturer's name, related standards, and any other specification or reference accepted as standard.
          3. Protect and store materials in a dry, well-vented, and weatherproof location. Only materials to be used the same day shall be removed from this location.
          4. When materials are to be stored outdoors, store away from standing water, stacked on raised pallets or dunnage, at least 4 in or more above ground level. Carefully cover storage with “breathable” tarpaulins to protect materials from precipitation and to prevent exposure to condensation.
          5. Properly dispose of all product wrappers, pallets, cardboard tubes, scrap, waste, and debris. All damaged materials shall be removed from the job site and replaced with new, suitable materials.

        10. SITE CONDITIONS
          1. SAFETY:
            1. The contractor shall be responsible for complying with all project-related safety and environmental requirements.
            2. Refer to NRCA CERTA recommendations, local codes, and building owners’ requirements for hot work operations.
            3. The contractor shall review project conditions and determine when and where conditions are appropriate to utilize the specified liquid-applied or semi-solid roofing materials. When conditions are determined by the contractor to be unsafe or undesirable to proceed, measures shall be taken to prevent or eliminate the unsafe or undesirable exposures and conditions, or equivalent approved materials and methods shall be utilized to accommodate requirements and conditions.
            4. The contractor shall review project conditions and determine when and where conditions are appropriate to utilize the specified hot asphalt-applied materials. When the contractor determines that conditions are unsafe or undesirable for proceeding, measures shall be taken to prevent or eliminate the unsafe or undesirable exposures and conditions, or equivalent approved materials and methods shall be utilized to accommodate the requirements and conditions.
            5. The contractor shall refer to product Safety Data Sheets (SDS) for health, safety, and environmental-related hazards, and take all necessary measures and precautions to comply with exposure requirements.
          2. ENVIRONMENTAL CONDITIONS:
            1. Monitor substrate temperature and material temperature, as well as all environmental conditions such as ambient temperature, moisture, sun, cloud cover, wind, humidity, and shade. Ensure conditions are satisfactory to begin work and ensure conditions remain satisfactory during the installation of specified materials. Materials and methods shall be adjusted as necessary to accommodate varying project conditions. Materials shall not be installed when conditions are unacceptable to achieve the specified results.
            2. Precipitation and dew point: Monitor weather to ensure the project environment is dry before and will remain dry during the application of roofing materials. Ensure all roofing materials and substrates remain above the dew point temperature as required to prevent condensation and maintain dry conditions.
            3. Mopping asphalt application: Primer, where used, shall be fully dry before applying hot asphalt. Take all necessary measures and monitor all conditions to ensure the specified asphalt temperature is no less than 400°F (204°C) at the point of contact with the specified membrane as it is rolled into the hot asphalt.
          3. PERFORMANCE REQUIREMENTS
            1. FIRE CLASSIFICATION:
              1. Roof construction performance testing shall be in accordance with UL 1256, FM 4450, or FM 4470 to meet the specified requirements for interior flame spread and fuel contribution.
                1. Roof construction meets the requirements of UL 1256 or FM Class 1.
              2. ROOF SLOPE:
                1. Finished roof slope shall be [¼]-inch per foot ([0] percent) minimum for roof drainage.
                2. Thermal Resistance ‘R’ for the specified roof insulation system shall include the continuous insulation (ci) above the roof deck.


      2. PRODUCTS
        1. MANUFACTURER
          1. SINGLE SOURCE MANUFACTURER: All roofing materials shall be provided by a single supplier with 20 years or more of manufacturing history in the US.
            1. Comply with the Manufacturer’s requirements as necessary to provide the specified warranty.
          2. PRODUCT QUALITY ASSURANCE PROGRAM: Manufacturer shall be an ISO 9001 registered company.
          3. ACCEPTABLE MANUFACTURER:
            1. SOPREMA, located at: 310 Quadral Dr.; Wadsworth, OH 44281; Tel: 800-356-3521; Tel: 330-334-0066; Website: www.soprema.us.

        2. ROOFING SYSTEM
          A. ROOFING SYSTEM BASIS OF DESIGN: SOPREMA

        3. THERMAL INSULATION SYSTEM
          1. RIGID INSULATION
            1. POLYISOCYANURATE INSULATION:
              1. SOPREMA SOPRA-ISO: Closed-cell polyisocyanurate foam core bonded on each side to a glass fiber-reinforced felt facer.
                1. Thickness: Total thickness to meet the specified insulation system thermal resistance ‘R’ value
                2. Dimensions: 4 x 4 foot boards
                3. Meets or exceeds ASTM C1289, Type II, Class 1, Grade 2 (20 psi).
              2. SOPREMA SOPRA-ISO Tapered: Closed cell polyisocyanurate foam core bonded on each side to a glass fiber-reinforced felt facer, tapered to provide slope.
                1. Taper: Insulation, crickets, and saddles provided with taper as required for positive roof slope.
                2. Dimensions: 4 x 4 ft boards
                3. Meets or exceeds ASTM C1289, Type II, Class 1, Grade 2 (20 psi).
          2. COVER-BOARD
            1. ASPHALTIC ROOF BOARD
              1. ¼ IN SOPREMA SOPRABOARD: Mineral fortified, asphaltic roof substrate board with glass fiber facers. For use as a roof coverboard and for a vertical flashing substrate. ASPHALTIC ROOF
                The board shall be manufactured by the membrane supplier.
                1. Thickness: 1/4 in
                2. Dimensions: 4x4-foot boards acceptable for mechanical attachment, insulation adhesive, or asphalt application.
                3. Water absorption: Less than 1 percent per ASTM D994.
                4. Impact resistance: Included in FM Approvals per 4450/4470 for FM Severe Hail (SH) rating.
                5. Compressive strength, psi (kPa) measured at 50 percent compression, per ASTM C472:
                  1. ¼ in board: 1,320 (9,100)
                  2. Puncture resistance, lbf (N) per ASTM E154:
                    a) ¼ in board: 100 (445)
          3. INSULATION ADHESIVE
            1. POLYURETHANE FOAM INSULATION ADHESIVE
              1. SOPREMA DUOTACK SPF HFO: Two-component, polyurethane foam insulation adhesive, applied in ribbons from two-component compressed cylinders.
                1. Ribbon size: 2-1/2 to 3-1/2 in wide.
                2. Ribbon spacing: As required to meet specified wind uplift resistance performance.
                  1. Field of Roof (Zone 1’): 12 in on-centers
                  2. Field of Roof (Zone 1): 12 in on-centers
                  3. Perimeter of Roof (Zone 2): 6 in on-centers
                  4. Corners of Roof (Zone 3): 4 in on-centers

        4. ACCESSORIES
          1. PRIMERS:
            1. SOPREMA ELASTOCOL 500 PRIMER: Asphalt cut-back primer. Primer for the preparation of substrates for asphalt applications.
              1. Meets or exceeds ASTM D41
                1. VOC content: 350 g/L or less.


      3. EXECUTION
        1. EXAMINATION
          1. Examination includes visual observations, qualitative analysis, and quantitative testing measures as necessary to ensure conditions remain satisfactory throughout the project.
          2. Conduct qualitative insulation adhesive adhesion tests, or quantitative bonded pull tests as necessary to ensure satisfactory adhesion is achieved.
          3. The contractor shall examine all roofing substrates, including, but not limited to: insulation materials, roof decks, walls, curbs, rooftop equipment, fixtures, and wood blocking.
          4. The applicator shall not begin installation until conditions have been properly examined and determined to be clean, dry, and otherwise satisfactory to receive specified roofing materials.
          5. During the application of specified materials, the applicator shall continue to examine all project conditions to ensure conditions remain satisfactory to complete the specified roofing system.

        2. PREPARATION
          1. Before commencing work each day, the contractor shall prepare all roofing substrates to ensure conditions are satisfactory to proceed with the installation of specified roofing materials. Preparation of substrates includes, but is not limited to, substrate repairs, securement of substrates, eliminating all incompatible materials, and cleaning.
          2. Where conditions are found to be unsatisfactory, work shall not begin until conditions are made satisfactory to begin work. Commencement of work shall indicate the contractor’s acceptance of conditions.

        3. PRIMER APPLICATION
          1. Apply the appropriate specified primer to dry, compatible substrates as required to enhance the adhesion of new specified roofing materials.
          2. Apply primer using brush, roller, or sprayer at the rate published on the product data sheet.
          3. Asphalt Primer: Apply primer to dry compatible masonry, metal, wood, and other required substrates before applying asphalt.
          4. Self-Adhesive Membrane Primer: Apply self-adhered primer to dry, compatible substrates as required to enhance adhesion of self-adhesive membrane plies. Ensure the self-adhered membrane primer is tacky to the touch, but not wet. Primer should not transfer to the fingertips when touched.
          5. Project conditions vary throughout the day. Monitor changing conditions, primer drying times, and membrane ply adhesion. Adjust primer and membrane application methods as necessary to achieve the desired results.

        4. INSULATION ADHESIVE APPLICATION
          1. DUOTACK SPF HFO
            1. Apply the specified two-component insulation adhesive to adhere the Insulation and cover board to the deck and insulation substrate(s).
            2. Follow the insulation adhesive product data sheets and published general requirements for installation.
            3. Apply insulation adhesive in uniform ribbons, 2-1/2 to 3-1/2 in wide.
            4. Install insulation components into the insulation adhesive and apply weight to ensure the materials maintain full contact with all ribbons for complete adhesion. Do not allow the insulation adhesive to skin over before placing the insulation materials into the adhesive.
            5. Adhere the insulation system to meet the specified wind uplift resistance performance and specified warranty requirements.
            6. Minimum insulation adhesive ribbon spacing:
              1. Field of Roof (Zone 1’): 12 in on-centers.
              2. Field of Roof (Zone 1): 12 in on-centers.
              3. Perimeter of Roof (Zone 2): 6 in on-centers.
              4. Corners of Roof (Zone 3): 4 in on-centers.

        5. INSULATION SYSTEM APPLICATION
          1. Follow insulation system component product data sheets, published general requirements, and approvals.
          2. Install all insulation system components on clean, dry, uniform, and properly prepared substrates.
          3. All insulation system boards shall be carefully installed and fitted against adjoining sheets to form tight joints.
          4. Insulation system boards that must be cut to fit shall be saw-cut or knife-cut in a straight line, not broken. Chalk lines shall be used to mark the cut locations for insulation components. Uneven or broken edges shall not be accepted. Remove dust and debris that develops during cutting operations.
          5. Stagger successive layers of insulation 12 in vertically and laterally to ensure board joints do not coincide with joints from the layers above and below.
          6. Crickets, saddles, and tapered edge strips shall be installed before installing Cover-boards.
          7. Install tapered insulation, saddles, and crickets as required to ensure positive slope for complete roof drainage.
          8. Cover-boards shall be installed to fit tightly against adjacent boards. When required by the Cover-board manufacturer, a uniform gap shall be provided between Cover-boards using a uniform guide placed between board joints to form a gap between all boards during installation.
          9. The finished insulation system surface shall be tight to, and flush with, adjacent substrates to form a satisfactory substrate to install the specified roof membrane and flashings.
          10. Install specified cants where required for membrane flashing transitions.

        6. CLEAN-UP
          1. Clean up and properly dispose of waste and debris resulting from these operations each day as required to prevent damage and disruptions to operations.

    • STYRENE-BUTADIENE-STYRENE (SBS) MODIFIED BITUMINOUS MEMBRANE ROOFING
      1. GENERAL
        1. SUMMARY
          1. Work shall include, but is not limited to, the following:
            1. Preparation of existing concrete roof deck and all flashing substrates.
            2. SBS-modified bitumen base ply, heat-welded.
            3. SBS-modified bitumen cap sheet, heat-welded.
            4. SBS-modified bitumen membrane flashings.
            5. Refer to related Sections for Insulation, Coverboard, and Roof Edge Systems
            6. All related materials and labor required to complete the specified roofing are necessary to receive the specified manufacturer’s warranty.

        2. RELATED SECTIONS
          1. Summary of Work
          2. Roof Insulation

        3. DEFINITIONS
          1. ASTM D 1079-Definitions of Terms Relating to Roofing and Waterproofing.
          2. The National Roofing Contractors Association (NRCA) Roofing and Waterproofing Manual, Fifth Edition Glossary.

        4. REFERENCES
          1. AMERICAN SOCIETY OF CIVIL ENGINEERS - Reference Document ASCE 7, Minimum Design Loads for Buildings and Other Structures.
          2. AMERICAN STANDARD OF TESTING METHODS (ASTM):
            1. ASTM C 920 - Standard Specification for Elastomeric Joint Sealants
            2. ASTM D 41 - Standard Specification for Asphalt Primer Used in Roofing, Damp Proofing, and Waterproofing.
            3. ASTM D 3019 - Standard Specification for Lap Cement Used with Asphalt Roll Roofing, Non-Fibered, Asbestos-Fibered, and Non-Asbestos-Fibered.
            4. ASTM D 3746 - Standard Test Method for Impact Resistance of Bituminous Roofing System.
            5. ASTM D 5147 - Standard Test Methods for Sampling and Testing Modified Bituminous Sheet Material.
            6. ASTM D 5849 - Standard Test Method for Evaluating Resistance of Modified Bituminous Roofing Membrane to Cyclic Fatigue (Joint Displacement)
            7. ASTM D 6164 - Standard Specification for Styrene Butadiene Styrene (SBS) Modified Bituminous Sheet Materials Using Polyester Reinforcements.
            8. ASTM D 6298 - Standard Specification for Fiberglass Reinforced Styrene-Butadiene-Styrene (SBS) Modified Bituminous Sheets with a Factory Applied Metal Surface.
            9. ASTM E 108 - Standard Test Methods for Fire Tests of Roof Coverings.
          3. AMERICAN NATIONAL STANDARDS INSTITUTE (ANSI):
            1. ANSI/SPRI/FM 4435/ES-1 Wind Design Standard for Edge System Used with Low Slope Roofing System.
            2. ANSI/SPRI FX-1, Standard Field Test Procedure for Determining the Withdrawal Resistance of Roofing Fasteners.
            3. ANSI/SPRI IA-1, Standard Field Test Procedure for Determining the Mechanical Uplift Resistance of Insulation Adhesives over Various Substrates.
            4. ANSI/FM 4474- American National Standard for Evaluating the Simulated Wind Resistance of Roof Assemblies Using Static Positive and/or Negative Differential Pressures.
          4. FACTORY MUTUAL (FM):
            1. FM 4450 - Approval Standard - Class I Insulated Steel Roof Decks.
            2. FM 4470 - Approval Standard - Class I Roof Covers.
          5. FLORIDA BUILDING CODE (FBC):
            1. 2020 Florida Building Code (FBC).
          6. NATIONAL ROOFING CONTRACTORS’ ASSOCIATION (NRCA).
            1. UL 790 Standard Test Methods for Fire Tests of Roof Coverings.
            2. UL 1256 – Fire Test of Roof Deck Constructions.
          7. ACTION SUBMITTALS
            1. Product Data Sheets: Submit manufacturer’s product data sheets, installation instructions, and/or general requirements for each component.
            2. Safety Data Sheets: Submit the manufacturer’s Safety Data Sheets (SDS) for each component.
            3. Sample warranty from the manufacturer and contractor.
            4. Provide roof plan and representative detail drawings.
          8. INFORMATIONAL SUBMITTALS
            1. Submit a letter from the roofing manufacturer indicating the contractor is an authorized applicator.
          9. CLOSEOUT SUBMITTALS
            1. Warranty: Provide manufacturers' and contractors’ warranties upon project completion.
          10. QUALITY ASSURANCE
            1. MANUFACTURER QUALIFICATIONS:
              1. Manufacturer shall have 20 years of manufacturing experience.
              2. Manufacturer shall have trained technical service representatives employed by the manufacturer, independent of sales.
              3. Manufacturer shall provide site visit reports in a timely manner.
          11. CONTRACTOR QUALIFICATIONS:
            1. Contractor shall be authorized by the manufacturer to install specified materials prior to the bidding period through satisfactory project completion.
            2. Applicators shall have completed projects of similar scope using the same or similar materials specified.
            3. Contractor shall provide a full-time, on-site superintendent or foreman experienced with the specified roofing from beginning through satisfactory project completion.
            4. Applicators shall be skilled in the application methods for all materials.
            5. Contractor shall maintain a daily record, on-site, documenting material installation and related project conditions.
            6. Contractor shall maintain a copy of all submittal documents, on-site, available always for reference.
          12. DELIVERY, STORAGE, AND HANDLING
            1. Refer to each product data sheet or other published literature for specific requirements.
            2. Deliver materials and store them in their unopened, original packaging, bearing the manufacturer's name, related standards, and any other specification or reference accepted as standard.
            3. Protect and store materials in a dry, well-vented, and weatherproof location. Only materials to be used the same day shall be removed from this location. During cold weather, store materials in a heated location, removing only as needed for immediate use.
            4. When materials are to be stored outdoors, store away from standing water, stacked on raised pallets or dunnage, at least 4 in or more above ground level. Carefully cover storage with “breathable” tarpaulins to protect materials from precipitation and to prevent exposure to condensation.
            5. Carefully store roof membrane materials delivered in rolls on end with selvage edges up. Store and protect roll storage to prevent damage.
            6. Properly dispose of all product wrappers, pallets, cardboard tubes, scrap, waste, and debris. All damaged materials shall be removed from the job site and replaced with new, suitable materials.
          13. SITE CONDITIONS
            1. SAFETY:
              1. The contractor shall be responsible for complying with all project-related
                safety and environmental requirements.
              2. Heat-welding shall include heating the specified membrane ply using propane roof torches or electric hot-air welding equipment. The contractor shall determine when and where conditions are appropriate to utilize heat-welding equipment. When conditions are determined by the contractor to be unsafe to proceed, equivalent SBS-modified bitumen materials and methods shall be utilized to accommodate requirements and conditions.
              3. Refer to NRCA CERTA recommendations, local codes, and the building owner’s requirements for hot work operations.
              4. The contractor shall review project conditions and determine when and where conditions are appropriate to utilize the specified liquid-applied or semi-solid roofing materials. When conditions are determined by the contractor to be unsafe or undesirable to proceed, measures shall be taken to prevent or eliminate the unsafe or undesirable exposures and
                conditions, or equivalent approved materials and methods shall be utilized to accommodate requirements and conditions.
              5. The contractor shall refer to product Safety Data Sheets (SDS) for health, safety, and environment-related hazards, and take all necessary measures and precautions to comply with exposure requirements.
            2. ENVIRONMENTAL CONDITIONS:
              1. Monitor substrate temperature and material temperature, as well as all environmental conditions such as ambient temperature, moisture, sun, cloud cover, wind, humidity, and shade. Ensure conditions are satisfactory to begin work and ensure conditions remain satisfactory during the installation of specified materials. Materials and methods shall be adjusted as necessary to accommodate varying project conditions. Materials shall not be installed when conditions are unacceptable to achieve the specified results.
              2. Precipitation and dew point: Monitor weather to ensure the project environment is dry before and will remain dry during the application of roofing materials. Ensure all roofing materials and substrates remain above the dew point temperature as required to prevent condensation and maintain dry conditions.
              3. Heat-Welding Application: Take all necessary precautions and measures to monitor conditions to ensure all environmental conditions are safe to use roof torches and hot-air welding equipment. Combustibles, flammable liquids, and solvent vapors that represent a hazard shall be eliminated. Flammable primers and cleaners shall be fully dry before proceeding with heat-welding operations. Prevent or protect wood, paper, plastics, and other such combustible materials from direct exposure to open flames from roof torches. Refer to NRCA CERTA recommendations.

        5. PERFORMANCE REQUIREMENTS
          1. WIND UPLIFT RESISTANCE:
            1. Performance testing shall be in accordance with ANSI/FM 4474, FM 4450, FM 4470, UL 580, or UL 1897.
              1. Roof System Design Pressures: Calculated in accordance with ASCE 7, or applicable standard, for the specified roof system attachment requirements.
              2. Design Pressures:
                1. Field of Roof (Zone 1): See Drawings
                2. Perimeter of Roof (Zone 2): See Drawings
                3. Corners of Roof (Zone 3): See Drawings
              3. Approval Rating:
                1. NOA NO. 20-0902.15 – pages 78-79
                2. Maximum Design Pressure: -382.5 psf
          2. FIRE CLASSIFICATION:
            1. Performance testing shall be in accordance with UL 790, ASTM E108, FM 4450, or FM 4470 to meet the 1/4:12 roof slope requirement.
              1. Meets requirements of UL Class A or FM Class A.
            2. Performance testing shall be in accordance with UL 1256, FM 4450, or FM 4470 to meet the specified requirements for interior flame spread and fuel contribution.
              1. Meets requirements of UL 1256, or FM Class 1.
          3. ROOF SLOPE:
            1. Finished roof slope for SBS modified bitumen surfaces shall be ¼ inch per foot (2 percent) minimum for roof drainage.
          4. IMPACT RESISTANCE:
            1. Performance testing for impact resistance shall be in accordance with FM 4450, FM 4470, ASTM D3746 or CGSB 37-GP 56M to meet the specified impact resistance requirements.
              1. Meets requirements for FM-SH (Severe Hail), ASTM D3746, or CGSB 37-GP 56M.
            2. Performance testing for Large Missile Impact Resistance shall be in accordance with SSTD 12-99.
              1. Meets requirements for State of Florida Public Shelter Design Criteria for Enhanced Hurricane Protection Areas.
          5. CYCLIC FATIGUE:
            1. The roof system shall pass ASTM D5849 Standard Test Method for Evaluating Resistance of Modified Bituminous Roofing Membrane to Cyclic Fatigue (Joint Displacement). Passing results shall show no signs of cracking, splitting, or tearing over the joint.
              1. Roof system shall pass Test Condition 4, tested at 14°F (-10°C) in accordance with ASTM D5849. (SOPREMA ELASTOPHENE glass fiber reinforced membranes).
              2. Roof system shall pass Test Condition 5, tested at -4°F (-20°C) in accordance with ASTM D5849. (SOPREMA SOPRALENE polyester reinforced membranes).

        6. WARRANTY
          1. Manufacturer's No Dollar Limit (NDL) Warranty. The manufacturer shall provide the owner with the manufacturer’s warranty, providing labor and materials for 20 years from the date the warranty is issued.
          2. The contractor shall guarantee the workmanship and shall provide the owner with the contractor’s warranty covering workmanship for a period of 2 years from the completion date.


      2. PRODUCTS
        1. MANUFACTURER
          1. SINGLE SOURCE MANUFACTURER: All SBS modified bitumen membrane and flashing sheets shall be manufactured by a single supplier with 20 years or more of manufacturing history in the US.
            1. Comply with the Manufacturer’s requirements as necessary to provide the specified warranty.
          2. PRODUCT QUALITY ASSURANCE PROGRAM: Manufacturer shall be an ISO 9001 registered company. A ‘Quality Compliance Certificate (QCC) for reporting/confirming the tested values of the SBS Modified Bitumen Membrane Materials will be supplied upon request.
          3. ACCEPTABLE MANUFACTURER:
            1. SOPREMA, located at: 310 Quadral Dr., Wadsworth, OH 44281; Tel: 800-356-3521; Tel: 330-334-0066; Website: www.soprema.us.

        2. ROOFING SYSTEM
          1. ROOFING SYSTEM BASIS OF DESIGN: SOPREMA
            1. The roof membrane assembly shall consist of a multi-ply, prefabricated, reinforced, homogeneous Styrene-Butadiene-Styrene (SBS) block copolymer modified asphalt membrane, secured to a prepared substrate. Reinforcement mats shall be impregnated (saturated) and coated with a high-quality SBS modified bitumen blend. The cross-section of the sheet material shall contain no oxidized or non-SBS-modified bitumen.

        3. SBS-MODIFIED BITUMEN MEMBRANES
          1. BASE PLY:
            1. BASE PLY, HEAT-WELDED:
              1. SOPREMA SOPRALENE FLAM 180: SBS-modified bitumen membrane with plastic burn-off film on top and bottom surfaces. Non-woven polyester reinforcement. Meets or exceeds ASTM
                D6164, Type I, Grade S, per ASTM D5147 test methods:
                1. Thickness: 118 mils (3.0 mm)
                2. Width: 39.4 in (1 m)
                3. Length: 32.8 ft (10 m)
                4. Roll weight: 81 lb (36.7 kg)
                5. Net mass per unit area, lb/100 sq ft (g/sq m): 75 lb (3662g)
                6. Peak load @ 0°F (-18°C), lbf/in (kN/m): MD 115 lbf/in (20.1kN/m), XMD 90 lbf/in (15.8 kN/m)
                7. Elongation at peak load @ 0°F (-18°C), lbf/in (kN/m): MD 35%, XMD 40%
                8. Peak load @ 73.4°F (23°C), lbf/in (kN/m): MD 85 lbf/in(14.9 kN/m), XMD 65 lbf/in (11.4 kN/m)
                9. Elongation at peak load @ 73.4°F (23°C), lbf/in (kN/m): MD 55%, XMD 60%
                10. Ultimate Elongation @ 73.4°F (23°C), lbf/in (kN/m): MD 65%, XMD 80%
                11. Tear Strength @ 73.4°F (23°C), lbf (N): MD 125 lbf (556N), XMD 85 lbf (378 N)
                12. Low temperature flexibility, °F (°C): MD/XMD: -15°F (-26°C)
                13. Dimensional stability, %: MD/XMD: Less than 0.5%
                14. Compound stability, °F (°C): MD/XMD: 240°F (116°C)
          2. FLASHING BASE PLY
            1. FLASHING BASE PLY, HEAT-WELDED:
              1. SOPREMA SOPRALENE FLAM 180: SBS-modified bitumen membrane with plastic burn-off film on top and bottom surfaces. Non-woven polyester reinforcement. Meets or exceeds ASTM
                D6164, Type I, Grade S, per ASTM D5147 test methods:
                1. Thickness: 118 mils (3.0 mm)
                2. Width: 39.4 in (1 m)
                3. Length: 32.8 ft (10 m)
                4. Roll weight: 81 lb (36.7 kg)
                5. Net mass per unit area, lb/100 sq ft (g/sq m): 75 lb (3662g)
                6. Peak load @ 0°F (-18°C), lbf/in (kN/m): MD 115 lbf/in (20.1kN/m), XMD 90 lbf/in (15.8 kN/m)
                7. Elongation at peak load @ 0°F (-18°C), lbf/in (kN/m): MD 35%, XMD 40%
                8. Peak load @ 73.4°F (23°C), lbf/in (kN/m): MD 85 lbf/in(14.9 kN/m), XMD 65 lbf/in (11.4 kN/m)
                9. Elongation at peak load @ 73.4°F (23°C), lbf/in (kN/m): MD 55%, XMD 60%
                10. Ultimate Elongation @ 73.4°F (23°C), lbf/in (kN/m): MD 65%, XMD 80%
                11. Tear Strength @ 73.4°F (23°C), lbf (N): MD 125 lbf (556N), XMD 85 lbf (378 N)
                12. Low temperature flexibility, °F (°C): MD/XMD: -15°F (-26°C)
                13. Dimensional stability, %: MD/XMD: Less than 0.5%
                14. Compound stability, °F (°C): MD/XMD: 240°F (116°C)
          3. CAP SHEET:
            1. CAP SHEET, HEAT-WELDED:
              1. SOPREMA SOPRALENE 180 FR GR: SBS-modified bitumen membrane Cap Sheet with a sanded bottom surface and mineral granule top surface. Non-woven polyester reinforced. UL Class A for specified roof slope requirements. Meets or exceeds ASTM D6164, Type I, Grade G
                1. Thickness: 157 mils (4.0 mm)
                2. Width: 39.4 in (1 m)
                3. Length: 32.8 ft (10 m)
                4. Roll weight: 117 lb (53.1 kg)
                5. Net mass per unit area, lb/100 sq ft (g/sq m): 109 lb (5322g)
                6. Peak load @ 0°F (-18°C), lbf/in (kN/m): MD 115 lbf/in (20.1kN/m), XMD 90 lbf/in (15.8 kN/m)
                7. Elongation at peak load @ 0°F (-18°C), lbf/in (kN/m): MD 35%, XMD 40%
                8. Peak load @ 73.4°F (23°C), lbf/in (kN/m): MD 85 lbf/in (14.9 kN/m), XMD 65 lbf/in (11.4 kN/m)
                9. Elongation at peak load @ 73.4°F (23°C), lbf/in (kN/m): MD 55%, XMD 60%
                10. Ultimate Elongation @ 73.4°F (23°C), lbf/in (kN/m): MD 65%, XMD 80%
                11. Tear Strength @ 73.4°F (23°C), lbf (N): MD 125 lbf (556N), XMD 85 lbf (378 N)
                12. Low temperature flexibility, °F (°C): MD/XMD: -15°F (-26°C)
                13. Dimensional stability, %: MD/XMD: Less than 0.5%
                14. Compound stability, °F (°C): MD/XMD: 240°F (116°C)
                15. Granule Surfacing:
                  1. White mineral granules.
          4. FLASHING CAP SHEET
            1. FLASHING CAP SHEET, HEAT-WELDED:
              1. SOPREMA SOPRALENE FLAM 180 FR GR: SBS-modified bitumen membrane Cap Sheet with a burn-off film bottom surface and mineral granule top surface. Non-woven polyester reinforced. UL Class A for specified roof slope requirements. Meets or exceeds ASTM D6164, Type I, Grade G
                1. Thickness: 157 mils (4.0 mm)
                2. Width: 39.4 in (1 m)
                3. Length: 32.8 ft (10 m)
                4. Roll weight: 118 lb (53.5 kg)
                5. Net mass per unit area, lb/100 sq ft (g/sq m): 110 lb (5371g)
                6. Peak load @ 0°F (-18°C), lbf/in (kN/m): MD 115 lbf/in (20.1kN/m), XMD 90 lbf/in (15.8 kN/m)
                7. Elongation at peak load @ 0°F (-18°C), lbf/in (kN/m): MD35%, XMD 40%
                8. Peak load @ 73.4°F (23°C), lbf/in (kN/m): MD 85 lbf/in (14.9 kN/m), XMD 65 lbf/in (11.4 kN/m)
                9. Elongation at peak load @ 73.4°F (23°C), lbf/in (kN/m): MD 55%, XMD 60%
                10. Ultimate Elongation @ 73.4°F (23°C), lbf/in (kN/m): MD 65%, XMD 80%
                11. Tear Strength @ 73.4°F (23°C), lbf (N): MD 125 lbf (556N), XMD 85 lbf (378 N)
                12. Low temperature flexibility, °F (°C): MD/XMD: -15°F (-26°C)
                13. Dimensional stability, %: MD/XMD: Less than 0.5%
                14. Compound stability, °F (°C): MD/XMD: 240°F (116°C)
                15. Granule Surfacing:
                  1. White mineral granules.
        4. ACCESSORIES
          1. PRIMERS:
            1. SOPREMA ELASTOCOL 500 Primer: Asphalt cut-back primer. Primer for the preparation of membrane substrates for asphalt, heat-welded, hot asphalt, and COLPLY ADHESIVE, solvent-based, cold adhesive-applied, and cement applications.
              1. Meets or exceeds ASTM D41
              2. VOC content: 350 g/L or less.
          2. GENERAL PURPOSE ROOFING CEMENT AND MASTIC:
            1. SOPREMA SOPRAMASTIC: SBS Mastic. Fiber-reinforced, roofing cement, packaged in 5-gallon pails. General-purpose roofing cement for low-slope roofing used for sealing membrane T-joints and membrane edges along terminations, transitions, and at roof penetrations.
              1. VOC Content: 190 g/L or less.
              2. Meets or exceeds ASTM D4586, Type I, Class II.
          3. GENERAL PURPOSE SEALANT
            1. SOPREMA SOPRAMASTIC SP1: General-purpose, paintable, gun-grade, elastomeric, polyether moisture-curing sealant for sealing SBS membrane terminations, Kynar 500 PVDF, horizontal and vertical construction joints.
              1. VOC Content: 20 g/L or less.
              2. Meets or exceeds ASTM C920, Type S, Grade NS, Class 50.
              3. Standard color.
          4. LIQUID-APPLIED REINFORCED FLASHING SYSTEM:
            1. SOPREMA ALSAN FLASHING: Single-component, polyurethane bitumen resin with polyester reinforcing fleece fabric fully embedded into the resin to form roof system flashings.
              1. VOC Content: 250 g/L.
              2. SOPREMA ALSAN FLASHING: Liquid resin, Meets or exceeds ASTM C836.
              3. SOPREMA ALSAN POLYFLEECE: Non-woven polyester reinforcement.
              4. Surfacing: SOPREMA ALSAN FLASHING with mineral granules broadcast into wet SOPREMA ALSAN FLASHING to match adjacent SBS-modified bitumen cap sheet.
          5. MINERAL GRANULES:
            1. SOPREMA Granules: No. 11, mineral-coated colored granules, color to match the cap sheet, supplied by the membrane cap sheet manufacturer.
              1. SOPREMA GRANULES
          6. EXPANSION JOINT:
            1. SOPREMA SOPRAJOINT: Low-profile, polyester knit-reinforced, SBS-modified bitumen expansion joint membrane. The top surface consists of an aluminum-clad bond breaker, with a plastic burn-off film on the bottom surface for torch or hot-air welding.
              1. Thickness: 160 mils (4.0 mm)
              2. Width: 18 in (457 mm)
              3. Roll Length: 32.8 ft (10 m)
              4. Expansion joint, maximum unsupported span: 2 in (51 mm)
              5. Expansion joint, maximum displacement: 5/8 in (16 mm)
          7. WALKWAY PROTECTION:
            1. SOPREMA SOPRAWALK: Polyester reinforced SBS modified bitumen walkway protection with a granule surface and sanded underside.
              1. Thickness: 200 mils (5.0 mm)
              2. Width: 39.4 in (1 m)
              3. Roll Length: 26 ft (7.9 m)
              4. Granule Surfacing:
                1. Color: Black, Grey, Tan

      3. EXECUTION
        1. EXAMINATION
          1. Examination includes visual observations, qualitative analysis, and quantitative testing measures as necessary to ensure conditions remain satisfactory throughout the project.
          2. The contractor shall examine all roofing substrates, including, but not limited to, insulation materials, roof decks, walls, curbs, rooftop equipment, fixtures, and wood blocking.
          3. The applicator shall not begin installation until conditions have been properly examined and determined to be clean, dry, and otherwise satisfactory to receive specified roofing materials.
          4. During the application of specified materials, the applicator shall continue to examine all project conditions to ensure conditions remain satisfactory to complete the specified roofing system.

        2. PREPARATION
          1. Before commencing work each day, the contractor shall prepare all roofing substrates to ensure conditions are satisfactory to proceed with the installation of specified roofing materials. Preparation of substrates includes, but is not limited to, substrate repairs, securement of substrates, eliminating all incompatible materials, and cleaning.
          2. Where conditions are found to be unsatisfactory, work shall not begin until conditions are made satisfactory to begin work. Commencement of work shall indicate the contractor’s acceptance of conditions.

        3. PRIMER APPLICATION
          1. Examine all substrates and conduct adhesion peel tests as necessary to ensure satisfactory adhesion is achieved.
          2. Apply the appropriate specified primer to dry, compatible substrates as required to enhance adhesion of new specified roofing materials.
          3. Apply primer using brush, roller, or sprayer at the rate published on the product data sheet. Lightly prime for uniform coverage; do not apply heavy or thick coats of primer.
          4. Asphalt Primer: Apply SOPREMA ELASTOCOL 500 primer to dry compatible masonry, metal, wood, and other required substrates before applying asphalt and heat-welded membrane plies. Primer is optional for solvent-based SBS adhesives and cements. Refer to product data sheets.
          5. Project conditions vary throughout the day. Monitor changing conditions, primer drying times, and membrane plies' adhesion. Adjust primer and membrane application methods as necessary to achieve the desired results.

        4. HEAT WELDING
          1. The Contractor is responsible for project safety. Where conditions are deemed unsafe to use open flames, the manufacturer’s alternate membrane application methods shall be used to install SBS modified bitumen membrane and flashings. Acceptable alternate installation methods include hot asphalt, cold adhesive-applied, self-adhered membranes, and mechanically fastened plies. Hot-air welding equipment may be used in lieu of roof torches to seal membrane side and end laps where heat welding the laps is necessary. Refer to NRCA CERTA, local codes, and the building owner’s requirements for hot work operations.
          2. Single or multi-nozzle, hand-held propane roof torches shall be used to install heat-welded membrane and flashing plies. Multi-nozzle carts (dragon wagons) may also be utilized to install membrane plies. Seven (7) nozzle carts are recommended for more uniform heat application in lieu of five (5) nozzle carts.

        5. SBS MASTIC AND GENERAL-PURPOSE ROOFING CEMENT APPLICATION
          1. Apply SOPREMA SOPRAMASTIC general purpose SBS mastic and roofing cement to seal drain leads, metal flanges, seal along membrane edge at terminations, and where specified and required in detail drawings.
          2. Do not use general-purpose SBS mastics and roofing cement where flashing cement applications are required. Do not use SBS mastics and roofing cement beneath SBS-modified bitumen membrane and flashing plies.
          3. Apply general-purpose SBS mastic and elastic roofing cement using a caulk gun, or a notched trowel at 2.0 – 2.5 gallons per square on each surface. Application rates vary based on substrate porosity and roughness. Tool-in as necessary to seal laps.
          4. Embed matching granules into wet cement where exposed.

        6. HEAT-WELDED, FULLY ADHERED MEMBRANE APPLICATION
          1. Follow material product data sheets and published general requirements for installation instructions.
          2. Ensure environmental conditions are safe and satisfactory, and will remain safe and satisfactory, during the application of the heat-welded membrane and flashings.
          3. Ensure all primers are fully dry before beginning heat-welding operations.
          4. Unroll the membrane onto the roof surface and allow time to relax prior to heat welding.
          5. Starting at the low point of the roof, lay out the membrane to ensure the plies are installed perpendicular to the roof slope, shingled to prevent back-water laps.
          6. Ensure all roofing and flashing substrates are prepared and acceptable to receive the heat-welded membrane.
          7. Cut membrane to working lengths and widths to conform to rooftop conditions and lay out to always work to a selvage edge.
          8. Ensure specified side-laps and end-laps are maintained. End-laps should be staggered 3 ft apart.
          9. Direct roof torch on the roll as necessary to prevent overheating and damaging the membrane and substrates.
          10. As the membrane is unrolled, apply heat to the underside of the membrane until the plastic burn-off film melts away. Continuously move the torch side-to-side across the underside of the roll to melt the bitumen on the underside of the sheet, while continuously unrolling the membrane.
          11. While unrolling and heating the sheet, ensure approximately ¼ to 1/2 in of hot bitumen flows ahead of the roll as it is unrolled, and there is 1/8 to 1/4 in bleed out at all laps.
          12. Adjust the application of heat to the underside of the membrane and to the substrate as required for varying substrates and environmental conditions.
          13. At the 6 in end-laps, melt the plastic burn-off film from the top surface or embed granules and remove surfacing, where present, using a torch or hot-air welder.
          14. At end-laps where T-Joints exist, cut a 45-degree dog-ear away from the selvage edge, or otherwise ensure the membrane is fully heat-welded watertight at all T-Joints.
          15. Each day, physically inspect all side and end-laps, and ensure the membrane is sealed watertight. Where necessary, use a torch or hot-air welder and a clean trowel to ensure all laps are fully sealed.
          16. Inspect the installation each day to ensure the plies are fully adhered. Repair all voids, wrinkles, open laps, and all other deficiencies.
          17. Offset cap sheet side and end-laps away from the base ply laps so that cap sheet laps are not located within 18 in of base ply laps.

        7. FLASHING APPLICATION, HEAT WELDED
          1. Refer to the SBS manufacturer’s membrane application instructions, flashing detail drawings, and follow product data sheets and other published requirements for
            installation instructions. Refer to the manufacturer’s membrane flashing detail drawings.
          2. The contractor is responsible for project safety. Refer to NRCA CERTA recommendations and building owner requirements for hot work operations.
          3. Where required to seal substrates for fire safety, install specified adhered, self-adhered, or fastened backer ply to the substrate. Ensure backer-ply covers and seals all substrates that require protection from torch operations.
          4. Ensure all flashing substrates that require primer are primed, and the primer is fully dry.
          5. Unroll the flashing base ply and flashing cap sheet onto the roof surface to their complete length. Once relaxed, cut the membrane to the required working lengths to accommodate the flashing height, cants, and the required overlap onto the horizontal roof surface.
          6. Cut the flashing membrane from the end of the roll to always install flashings to the side-lap line or selvage edge line.
          7. Lay out the flashing base ply and flashing Cap Sheet to offset all side-laps a minimum of 12 inches so that side-laps are never aligned on top of the ply beneath. Shingle the flashing ply laps to prevent backwater laps.
          8. Install non-combustible cant strips at transitions where required.
          9. Ensure correct membrane and flashing sequencing to achieve redundant, multiple, watertight flashings.
          10. ROOF MEMBRANE BASE PLY:
            1. Before installing flashings, install the roof membrane base ply in the horizontal field of the roof, and extend the base ply up to the top of the cant, where present, at roof terminations, transitions, and penetrations.
          11. FLASHING BASE PLY:
            1. Install the flashing base ply starting at the top leading edge of the vertical flashing substrate, down over the cant and onto the horizontal surface of the roof a minimum of 3 inches beyond the of base of the cant onto the roof. Cut the base ply at corners to form 3-inch side-laps. Install gussets to seal corner transitions.
            2. Install one or more flashing base ply(s) at all roof terminations, transitions, and penetrations.
          12. ROOF MEMBRANE CAP SHEET:
            1. Install the roof membrane Cap Sheet in the horizontal field of the roof over the flashing base ply up to the roof termination, transition, or penetration, and up to the top of cants where present.
            2. Using a chalk line, mark a line on the membrane cap sheet a minimum of 4 inches from the base of the cant onto the roof. Where granules are present, embed the cap sheet granules using a torch and trowel or granule embedder to prepare the surface to receive the flashing cap sheet.
          13. FLASHING CAP SHEET:
            1. Install the flashing Cap Sheet starting at the top leading edge on the vertical substrate, over the cant and onto the roof surface 4 inches from the base of the cant onto the roof.
            2. Install the flashing Cap Sheet to ensure a minimum two (2) ply flashing system is present at all roof terminations, transitions, and penetrations.
            3. During the membrane and flashing installation, ensure all plies are completely adhered into place, with no bridging, voids, or openings. Ensure bitumen or flashing cement bleed-out is present at all flashing side and end-laps.
            4. Use a damp sponge float or damp rag to press-in the heat-welded flashing plies during installation.
            5. Where sufficient bitumen bleed-out is not present, and for all self-adhered plies, apply specified gun-grade sealant or mastic to seal the membrane termination along all roof terminations, transitions, and penetrations. These include gravel stop edge metal, pipe penetrations, along the top edge of curb and wall flashing, and all other flashing terminations where necessary to seal flashings watertight.
            6. Fasten the top leading edge of the flashing 8 in on-centers with appropriate 1 in metal cap nails or other specified fasteners and plates. Seal fastener penetrations watertight using specified sealant or mastic.
            7. Manufacturer’s liquid-applied, reinforced flashing systems shall be installed where conditions are not favorable to install SBS modified bitumen flashings. Such conditions include irregular shapes penetrating roof surfaces (I-beams), confined areas and low flashing heights. Manufacturer’s liquid-applied, reinforced flashing systems are recommended in lieu of pitch pans and lead pipe flashings.

        8. LIQUID-APPLIED, SINGLE-COMPONENT, BITUMEN-URETHANE FLASHING SYSTEM APPLICATION
          1. Refer to the manufacturer’s details drawings, product data sheets, and published general requirements for application rates and specific installation instructions.
          2. Pre-cut SOPREMA ALSAN POLYFLEECE polyester reinforcing fleece to conform to roof terminations, transitions and penetrations being flashed. Ensure a minimum 2 in overlap of fleece at side and end-laps. Ensure the completed liquid-applied flashing membrane is fully reinforced.
          3. Apply the base coat of SOPREMA ALSAN FLASHING liquid-applied flashing resin onto the substrate using a brush or roller, working the material into the surface for complete coverage and full adhesion at 2.0 gallons per square.
          4. Immediately apply the SOPREMA ALSAN POLYFLEECE, reinforcing into the wet base coat of resin. Using a brush or roller, work the SOPREMA ALSAN POLYFLEECE into the wet resin while applying the second coat of SOPREMA ALSAN FLASHING resin to completely encapsulate the fleece at 2.0 gallons per square, and extend the liquid resin 1 inch beyond the fleece.
          5. Apply a finish coat of SOPREMA ALSAN FLASHING resin at 2.0 gallons per square within 2-3 hours. When applying the finish coat more than 24 hours, the surface may need to be cleaned using acetone or MEK to ensure satisfactory adhesion.
          6. Broadcast mineral granules into the wet finish coat as required to match the adjacent cap sheet.

        9. WALKWAYS
          1. At areas outlined on the drawings, and around the perimeter of all rooftop equipment and at all door and stair landings, install walkway protection.
          2. Cut walkway from end of rolls. No piece shall be less than 24 in and no more than 60 in.
          3. Remove foil/film or embed granules where present on cap sheet.
          4. Provide a 4 in space between sheets for drainage.
          5. Locate walkway membranes a minimum of 2 in from side-laps, end-laps and flashing membranes.
          6. Fully adhere walkway protection by heat welding or adhering the field with cold adhesive and heat welding a 3 in perimeter.

        10. CLEAN-UP
          1. Clean up and properly dispose of waste and debris resulting from these operations each day as required to prevent damages and disruptions to operations.

    • ORAL REPRESENTATION

      No oral representation, conversation,  or statement made by any City staff or official shall be binding on the City. The contents of this Solicitation and any subsequent addenda issued by the City shall govern all aspects of this Solicitation.
       

    • RESPONDENT’S WARRANTY

      The Respondent warrants that no one was paid a fee, commission, gift, compensation, remuneration, bonus, stipend, or other consideration contingent upon receipt of an award for the services and/or supplies specified herein.

    • WARRANTY BY MANUFACTURER

      A copy of the manufacturer’s standard warranty, and any special warranty, as/if applicable must be submitted with responses. Failure to comply with this provision may disqualify the responses that do not comply at the option of the City as non-responsive.

    • ADDENDA

      If any revisions to the Solicitation become necessary (other than changes to the deadline for Response submission), the City will notify all registered Respondents requesting the corresponding document at least three (3) calendar days before the date scheduled for opening on  Tuesday, April 7, 2026 at 11:00 am. The City may revise the deadline for Response submission at any time prior to the date and time scheduled for opening the Responses. It is the sole responsibility of all Respondents to ascertain whether any addenda have been issued before the Solicitation deadline by either calling or checking with the City’s Purchasing Division Director or Purchasing staff. 

    • CANCELLATION OF THE SOLICITATION

      The City expressly reserves the right to cancel this Solicitation, to reject any or all responses, and/or readvertise and re-solicit the requirements at any time for any reason whatsoever when determined to be in the best interest of the City. This right is expressly reserved and clearly announced in this Solicitation. 

    • METHOD OF AWARD

      The contract will be awarded to the lowest responsive and responsible Respondent complying with all the provisions of this Solicitation, provided the Response prices are reasonable and it is in the best interest of the City to accept it. The City reserves the right to reject any or all Responses and to waive any minor informality or technicality in Responses received whenever such rejection or waiver is in the interest of the City. The City also reserves the right to reject the Response of a Respondent who has previously failed to perform properly or complete on time contracts of a similar nature, or Response of a Respondent whose investigation indicates is not in position to perform or fulfill the requirements of the contract.

      All services provided to the City of Hialeah shall be rendered pursuant to the terms of a "contract". The City of Hialeah will not sign any contracts submitted by a Respondent.

      Contractor awarded contract. The Contract provides that the contractor will render the requested services to the Owner as provided for in this document pursuant to the issuance of a Purchase Order through the City's Purchasing Division.

    • DEVELOPMENT COSTS

      Neither the City nor its officers, employees, or representatives shall be liable for any expenses incurred by any Person in connection with the preparation, submission, or presentation of a Response in response to this Solicitation. The Response and the information in the Response shall be provided at no cost to the City.

    • SPECIFIC REQUIREMENTS IN AGREEMENT

      The terms and conditions contained in this Solicitation shall govern the City’s competitive procurement process. However, after the City and the Respondent execute the Agreement, the parties shall be governed solely by the terms and conditions set forth in the Agreement (Contract Documents).

    • NO WARRANTY CONCERNING CITY DATA

      The data/information contained in this Solicitation, and any data/information that may be provided by an employee or agent of the City, are presented to the Respondents as a convenience only. The City makes no warranty or guarantee concerning the accuracy of any data or information set forth in this Solicitation or any other document. Respondents shall make no claim and will have no recourse against the City because of any such data/information that proves to be erroneous in any respect. EACH RESPONDENT SHALL BE SOLELY RESPONSIBLE FOR DETERMINING ALL OF THE RELEVANT FACTS THAT MAY AFFECT ITS RESPONSE.

    • TAX-EXEMPT STATUS

      The City is exempt from Florida Sales and Federal Excise taxes on direct purchases of tangible property by the City.

    • SOLICITATION SUBMISSION AND OPENING

      Responses will be electronically opened and may be received up to but not later than Tuesday, April 7, 2026 at 11:00 am as indicated on the cover page of this Solicitation. Submit Electronic Responses via the City of Hialeah  https://procurement.opengov.com/portal/cityofhialeahfl. A list of Respondents shall be available via the City of Hialeah e-Procurement Portal. A list of Respondents shall be available via the City of Hialeah e-Procurement Portal. 

      The City of Hialeah e-Procurement Portal Clock is the official clock/record for the determination of all deadline dates and times. Without exception, responses will not be accepted after the submission deadline regardless of any technical difficulties such as poor internet, connections, disruptions, or going offline. The City strongly recommends completing and electronically submitting your response well ahead of the deadline. Paper responses may not be submitted nor will they be considered. 


    • COST OF SOLICITATION PREPARATION

      Each Respondent assumes all risks and shall pay all expenses associated with the preparation and submittal of a Response in response to this Solicitation. The City shall not be liable for any expenses incurred by the Respondent when responding to this Solicitation, including but not limited to the cost of travel, site visits, and making presentations to the City.

    • ASSIGNMENT OF SOLICITATION

      A Respondent shall not transfer, sell, pledge, give, grant, or assign its Response, in whole or in part, directly or indirectly, to any third-party following submission of a Response to the City. No exceptions.

    • PROJECT MANAGER

      Upon award, the Contractor(s) shall report and work directly with the designated Project Manager or any other designee for the City.

    • COMPLETED WORK

      The City shall be notified by the Contractor(s) upon completion of work. The City shall inspect and approve the same before authorizing payment. Work not satisfactorily completed shall be redone by the Contractor(s) at no additional charge to the City.

    • WITHDRAWAL OF SOLICITATION

      A Respondent may withdraw their electronically submitted Response. Responses, once opened, shall not be withdrawn or modified except to the extent (if any) agreed to by the City in its sole discretion during subsequent contract negotiation.

    • PUBLIC RECORDS AND EXEMPTIONS

      As provided specifically in Section 119.071 (1) (b), Florida Statutes, Responses become “public records” and shall be subject to public disclosure consistent with Chapter 119, Florida Statutes. Respondents shall invoke the exemptions to disclosure provided by law, in the Response, by providing the specific statutory authority for the claimed exemption, identifying the data or other materials to be protected, and stating the reasons why such exclusion from public disclosure is necessary.

      The Respondent shall comply with the Public Records Laws, including but not limited to: (1) keeping and maintaining all public records that ordinarily and necessarily would be required by the City in order to perform the service; (2) providing the public with access to public records on the same terms and conditions that the City would provide the records and at a cost that does not exceed the cost provided in Chapter 119, Florida Statutes, or as otherwise provided by law; (3) ensuring that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law; and (4) meeting all requirements for retaining public records and transferring, at no cost, to the City all public records in possession of the Contractor upon termination of the Contract and destroying any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements upon such transfer. In addition, all records stored electronically must be provided to the City in a format that is compatible with the information technology systems of the City. Failure to meet any of these provisions or to comply with Florida’s Public Records Laws as applicable shall be a material breach of this Agreement and shall be enforced by the terms and conditions of the Agreement.

      IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONTRACTOR’S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS AGREEMENT, THE CONTRACTOR SHOULD CONTACT THE CITY’S CUSTODIAN OF PUBLIC RECORDS: THE CITY CLERK, BY TELEPHONE (305/883-5820), E-MAIL (CityClerk@hialeahfl.gov), OR MAIL (CITY OF HIALEAH, OFFICE OF THE CITY CLERK, 501 PALM AVENUE, 3RD FLOOR, HIALEAH, FLORIDA 33010).

    • DELIVERY

      The Successful Respondent shall make delivery of any item(s) ordered herein within the required period of time specified on the purchase order. Failure to deliver and respond as specified may be cause to deem the Successful Respondent in default. Shipments/delivery must be via Freight on Board (“FOB Destination”) arrangements for the designated delivery destination(s) in the City agreed to by the parties. 

    • PACKING SLIP/ DELIVERY TICKET TO ACCOMPANY ITEMS DURING DELIVERY

      The Successful Respondent shall enclose a complete packing slip or delivery ticket with any items to be delivered in conjunction with this Solicitation. The packing slip shall be attached to the shipping carton(s) which contain the items and shall be made available to the City’s authorized representative during delivery. The packing slip or delivery ticket shall include, at a minimum, the following information: purchase order number; date of order; a complete listing of items being delivered; and back-order quantities and estimated delivery of back-orders if applicable.

    • GROUNDS FOR REJECTING RESPONSES

      The City reserves the right to reject any and all Responses for reasons including, but not limited to, the following: (1) when such rejection is in the best interests of the City; (2) if such Response is deemed non-responsive; (3) if the Respondent is deemed non-responsible; or (4) if the Response contains any material misstatements, irregularities, defects, errors, mistakes or omissions. Minor irregularities contained in a Response may be waived by the City in its discretion. A minor irregularity, technicality, error, mistake, or omission is a variation from the Solicitation that does not affect the price of the contract nor does it give a Respondent an advantage or benefit not enjoyed by other Respondents and does not adversely impact the City.

      Responses found to be non-responsive may not be considered. A Response may be found to be non-responsive because, among other things, the Respondent: failed to utilize or complete or sign the required forms; failed to provide any information requested by the City; provided incomplete, indefinite, or ambiguous responses; failed to comply with the applicable deadlines; or provided improper or undated signatures. The City’s grounds for rejecting Responses include, but are not limited to, evidence of: collusion among Respondents; a lack of experience, expertise, or other qualifications to perform the required work; a submission of more than one Response by any Person under the same or different names; the failure to perform satisfactorily or meet financial obligations on previous contracts; the employment of unauthorized aliens in violation of Section 274(A)(e) of the Immigration and Naturalization Act; the listing of a Respondent on the U.S. Comptroller General’s List of Ineligible Companies for Federally Financed or Assisted Projects; or the listing of a Respondent on the City’s or the State’s Debarred, Convicted or Discriminatory Contractor’s List or a listing of the Respondent as a debarred or discriminatory vendor per Section 287.133, Florida Statutes or discriminatory vendor under Section 287.134, Florida Statutes or is contracting with scrutinized companies under Section 287.135, Florida Statutes or is a suspended vendor under Section 287.1351, Florida Statutes or has antitrust violations per Section 287.137, Florida Statutes, or is in violation of Section 287.138, Florida Statutes, prohibiting contracting with entities of foreign countries of concern . In addition, Responses will be rejected if the Responses are not delivered to the City’s Purchasing Division on or before the date and in the manner and time specified for the submittal of the Response. 


    • ADDITIONS/DELETIONS OF FACILITIES/PRODUCTS/SUPPLIERS

      Although this Solicitation identifies specific products/suppliers to be provided, it is hereby agreed and understood that facilities, related products, or suppliers may be added/deleted to/from this contract at the option of the City. When an additional product to the contract is required, the suppliers shall be invited to submit price quotes for these new product(s). If prices are not competitive or are not carried, the City maintains the right to add additional suppliers to the contract to carry those items required. If these quotes are comparable with market prices offered for similar products/suppliers, they shall be added to the contract, as determined by the City when it is in the best interest of the City, and an addendum and a separate purchase order shall be issued by the City.

    • CONE OF SILENCE / CONFLICT OF INTEREST AND CODE OF ETHICS

      After the advertisement of this Solicitation, all communications concerning this Solicitation shall be directed to the City’s Purchasing Division Department. Potential Respondents and their agents and employees shall not contact the Mayor, any member of the City Council, or any member of the City staff, except the Purchasing Division Director, to discuss this Solicitation. Notwithstanding any other provision of this section, the imposition of a cone of silence on this Solicitation shall not preclude purchasing staff from obtaining industry or trade comments, input, or performing market research provided all communications related thereto with a potential offeror, service provider, Respondent, lobbyist, or consultant are in writing or are made at a duly noticed public meeting. The Miami-Dade County Cone of Silence Ordinance, Section 2-11.1(t), Miami-Dade County Code is deemed as being incorporated by reference herein and made applicable to this solicitation. This Section does not apply to oral communications at pre-solicitation meetings, oral and/or written presentations before selection committees, contract negotiations, and public presentations made to the City Council during any duly noticed public meeting. A copy of all written communications must be filed with the City Clerk and a copy will be forwarded to other respondents who are on record for this Solicitation.

    • BUSINESS ENTITY REGISTRATION

      The City of Hialeah requires business entities to complete and file a registration application before doing business with the City. Respondents need not register with the City to present a Response; however, the selected Respondent(s) must register before the award of a contract because the failure to register may result in the rejection of the Response. To register, contact the Purchasing Division at (305) 883-5865. It is the responsibility of the business entity to update and renew its application concerning any changes, such as new address, telephone number, etc. during the performance of any agreement, purchase order, or similar document obtained as a result of this Solicitation. 

    • FAILURE TO PERFORM

      Should it not be possible to reach the Respondent/Contractor(s) and/or should remedial action not be taken within 48 hours of any failure to perform according to specifications, the City reserves the right to declare Contractor(s) in default of the contract, terminate the contract, and/or make appropriate reductions in the contract payment and exercise any other remedies available under Florida law . The City expressly reserves all of its rights and remedies in this respect.

    • STATE REGISTRATION REQUIREMENTS

      Any Respondent required by Florida law to register to do business in this state shall either be registered or have applied for registration with the Florida Department of State in accordance with the provisions of Chapters 607, 608, 617, and/or 621 Florida Statutes. A copy of the registration/application and current certificate of good standing will be required prior to the award of a contract. Any partnership submitting in response to this Solicitation shall have complied with the applicable provisions of Chapter 321, Florida Statutes. Any Limited Liability Company submitting in response to this Solicitation shall have complied with the applicable provisions of Chapter 605, Florida Statutes.

    • MANUFACTURER'S NAME AND APPROVED INDUSTRY STANDARD EQUIVALENTS

      Unless otherwise specified, any manufacturers’ names, trade names, brand names, information, or catalog numbers listed in a specification are descriptive, not restrictive. The Respondent shall provide any equipment that meets or exceeds the applicable specifications, including without limitation the following:

      • Equal in every important attribute, to include industry quality measurable standard, quality of product durability/reliability/dependability, and warranty coverage, and the delivery schedule.

      • The Successful Respondent shall demonstrate compatibility/comparability, including appropriate catalog materials, literature, specifications, test data, etc. The City shall determine, in its sole discretion, subject to the concurrence of the Project Manager, whether equipment is acceptable as an equivalent.

      • Where an equal is proposed, the Response shall be accompanied by complete factory information sheets (specifications, brochures, etc.) and test results of the unit proposed as an equal. Failure to do so at the time of Response submittal may deem your Response non-responsive.

    • EXECUTION OF SOLICITATION

      The Response must contain a manual signature (an electronic signature conforming to the requirements of Florida law is acceptable) of an authorized representative in the space provided on the Response Form. Failure to properly sign the Response shall invalidate the same and it shall NOT be considered for award eligible for consideration or award. If a correction is necessary, draw a single line through the entered figure and enter the corrected figure above it. Corrections must be dated and initialed by the person signing the Response. Electronic initialing approved by Florida Law is acceptable. Any illegible entries, pencil Responses, or corrections not initialed will not be tabulated. The original Response conditions and specifications CANNOT be changed or altered in any way after being submitted to the City.

    • COMPLETE SERVICES REQUIRED

      The City shall be notified by the Contractor(s) upon completion of work. The City shall inspect and approve the same before authorizing payment. Work not satisfactorily completed shall be redone by the Contractor(s) at no additional charge to the City.

    • TERMINATION

      FOR DEFAULT
      If the Contractor(s) defaults in its performance under this Contract and does not cure the default within 30 days after written notice of default, the City may terminate this Contract, in whole or in part, upon written notice without penalty to the City and without recourse against the City. In such event, the Contractor(s) shall be liable for damages, including the excess cost of procuring similar supplies or services, provided that if (1) it is determined for any reason that the Contractor(s) was not in default or (2) the Contractor(s)’s failure to perform is without its and/or (either or both, as applicable) its sub-consultant’s or subcontractor’s control, fault, or negligence, the termination will be deemed to be a termination for the convenience of the City.

      FOR CONVENIENCE
      The City may terminate this Contract, in whole or in part, upon thirty (30) days’ prior written notice when it is in the best interests of the City, for convenience, without any cause. If this Contract is for supplies, products, construction, equipment, goods and materials, or software, and is so terminated for the convenience of the City, the Contractor(s) will be compensated in accordance with an agreed-upon adjustment of cost. To the extent that this Contract is for services and is so terminated, the City shall be liable only for payment in accordance with the payment provisions of the Contract for those goods, services, construction, supplies, products, equipment, goods, and materials, or software satisfactorily rendered or supplied prior to the effective date of termination.

    • LEGAL REQUIREMENTS

      Federal, State, County and City laws, ordinances, codes, rules, and regulations that in any manner affect the items covered herein apply. Lack of knowledge by the Respondent will in no way be a cause for relief from responsibility for compliance by the Respondent.

      The individual executing this Response on behalf of the Company warrants to the City that the Company is a Florida corporation duly constituted and authorized to do business in the State of Florida, is in good standing and that Company possesses all of the required licenses and certificates of competency required by the State of Florida and the County of Miami-Dade to provide the goods or perform the services herein described.

    • SOLICITATION OPENING

      Solicitations shall be opened electronically on the date and at the time and in the manner specified on the City’s e-Procurement Portal. Solicitations will not be opened except as provided in this section. 

    • FEDERAL REQUIREMENTS

      The CONTRACTOR shall comply with all the applicable federal required standard provisions, as set forth in 2 C.F.R. Sec. 200.326 and 2 C.F.R. Part 200. In the event of any conflicts, the provisions of 2 C.F.R. Sec. 200.326 and 2 C.F.R. Part 200 shall prevail.

    • DISPUTES

      In case of any doubt or difference of opinion as to the services to be furnished hereunder, the decision of the Purchasing Director, after consultation with the City Attorney shall be final and binding on both parties. Any timely protest meeting the requirements of Section 2-815.1 of the City Code shall be handled pursuant to Section 2-815.1 of the City Code. 

    • CHANGE ORDERS

      Any work that is estimated prior to commencement that exceeds or varies from the original scope of work shall require an approved change order. The change order must be pre-approved in writing by the City’s project manager.

    • GUARANTEED RESPONSE TIMES

      The Contractor shall guarantee a minimum and maximum response time in its submittal as requested to correct errors, defects, non-conforming work and/or materials, and situations that may warrant an immediate response.

    • PATENTS & ROYALTIES

      The Respondent, without exception, shall indemnify, defend (at its own cost and expense), hold, and save harmless the City of Hialeah, Florida, and its officials & employees from liability of any nature or kind, including costs and expenses for, or on account of, any copyrighted, patented, or unpatented invention, intellectual property rights, process, goods, or articles manufactured or used in the performance of the contract, including their use by the City. If the Respondent uses any design, device, or materials covered by letters, patent, copyright, and/or any other intellectual property rights it is mutually understood and agreed, without exception, that the Response prices shall include all royalties and/or costs arising from the use of such design, device, or materials in any way involved in providing the required goods or services. This Section shall survive the cancellation/expiration of the Contract and the Work. 

    • OSHA

      The Respondent warrants that the product and services supplied to the City shall conform in all respects to the standards outlined in the Occupational Safety and Health Act of 1970, as amended, and the failure to comply with this condition will be considered as a breach of contract. Any fines levied because of inadequacies to comply with these requirements shall be borne solely by the Respondent responsible for same.

    • CONTACT INFORMATION

      The Contractor shall provide the City with the names and phone numbers of those persons to contact for a response to a request. The Contractor shall maintain 24 hours per day, 365 days per year, and the ability to respond when requested by the City. The list shall also include the names and phone numbers of the Contractor's authorized representative. The City shall also provide the Contractor a list of names and (cell) phone numbers of their authorized representatives.

    • GUARANTEED WORK

      The Contractor shall guarantee all work performed as to the quality of the work and the compliance with all applicable codes, laws, and regulations. The Contractor shall guarantee all work performed for a period no less than one year from the date of acceptance. The guarantee is not a warranty; the guarantee applies to the workmanship and the proper methods of work. The guarantee will be that the Contractor at no cost to the City will perform inspections, testing, and necessary corrective measures.

      Product Warranty: The Contractor shall be responsible for following and complying with all product manufacturers'’ instructions to meet the requirements for product warranties. This applies to all products furnished by the Contractor or the City. All product warranties shall be turned over to the City upon completion of the job.

    • SPECIAL CONDITIONS

      Any Special Conditions that vary from these General Conditions shall have precedence and in the event of an express conflict, the Special Condition(s) will govern and control.

    • ANTI-DISCRIMINATION

      The Respondent certifies compliance with the non-discrimination clause contained in Section 202, Executive Order 11246, as amended by Executive Order 11375, relative to equal employment opportunity for all persons without regard to race, color, religion, sex, or national origin.

    • CONCURRENT WORK

      Work may be performed concurrently by the utilities in the City or the City’s contractor in the right-of-way and it shall be the responsibility of the Contractor to coordinate his work with the utility companies, the City, and the City’s contractors.

      Utility Locations: The Contractor is responsible for all utility preservation, facilitating relocation if necessary, and damage prevention and must comply with Florida Sunshine One Call Requirements.

      Protection of Existing Structures: The Contractor shall take full responsibility for maintaining and restoring all existing structures encountered by his construction operations, including paving, catch basins, drains, electrical light power, telephone poles, gas mains, and other structures encountered above and below ground. Damage to utilities will be repaired by the respectively utility. Where a catch basin is located within the area to be paved, the Contractor shall cover the opening to prevent introduction of asphalt into the structure. If deleterious material is introduced into the catch basin, the Contractor shall clean it to the satisfaction of the Engineer, at no additional cost 

    • INSURANCE/PERMIT

      Respondents are required to assume the full duty, obligation and expense of obtaining all necessary licenses, permits and insurance and assure all work complies with all Miami-Dade County and City of Hialeah Code and building requirements, and the Florida Building Code. The Respondent shall be liable for any damages or loss to the City occasioned by negligence of the Respondent (or agent) or any person the Respondent has designated in the completion of the contract as a result of the Response. The Insurance Coverage required by the City for this Work is provided in the Response. Any modifications to the Insurance Coverage must be approved in advance and in writing by the City Risk Manager or designee prior to solicitation closing on Tuesday, April 7, 2026. This Section shall survive the cancellation/expiration of the Contract and the Work.

      NO MODIFICATIONS TO THE INSURANCE REQUIREMENTS WILL BE ALLOWED AFTER THE SOLICITATION CLOSING.

    • PARTS AND MATERIALS

      The Contractor shall furnish all supplies and materials. The Contractor Shall be informed when each work order is issued as to if the Contractor or City is to furnish materials. In some cases, both parties may supply items. When the Contractor supplies materials a list of all materials supplies must be included in the invoice documentation of each work order.

    • BID BOND/BID SECURITY/BID DEPOSIT

      A bid bond will be required if the bid amount exceeds $100,000.00. A Bid Bond, a certified check, cashier’s check, Treasurer’s check or bank draft of any State or National Bank in the amount of five percent (5%) of the total bid amount must be submitted as an original hard copy prior to the closing date and time of the solicitation. The bonding company must appear on the US Treasury List. The Bid Bond of the successful Respondent will be retained until receipt and acceptance of a performance bond and all other required documents. Bid Bonds of all other Bidders will be returned without interest upon Award of Contract. Failure to provide the bid bond when required shall result in the Bidder being “non-responsive” and rejected. The original bid bond must be delivered prior to the closing of the solicitation to the Purchasing Division with the name of the solicitation clearly indicated.

    • TRADE NAMES

      In cases where an item is identified by a manufacturer's name, trade name, catalogue number, or reference, it is understood that the Respondent proposes to furnish the item so identified and does not propose to furnish an “EQUAL” unless the proposed “EQUAL” is definitely, expressly, and clearly indicated by the Respondent.

      The reference to a name brand is intended to be descriptive, but not restrictive, and only to indicate to the prospective Respondent articles that will be satisfactory. Responses on other makes and catalogs will be considered, provided each Respondent clearly states in their Response exactly what they propose to furnish and forwards with their Response a cut illustration or other descriptive matter that will clearly indicate the character of the article covered by their Response.

      The City hereby reserves the right to approve as an equal, or reject as not being equal, any article the Respondent proposes to furnish that contains major or minor variations from the specification requirements but may comply substantially with the specifications.

      If no particular brand, model, or make is specified, and if no data is required to be submitted with the Response, the successful Respondent afterward and before manufacturer shipment may be required to submit working drawings or detailed descriptive data sufficient to enable the City to judge if such requirement of the specification is being complied with.

    • SUBCONTRACTORS

      The Respondent shall furnish the Owner (to the attention of the City’s Risk Management Division), the names of any subcontractors that will be performing work under the primary Respondent. Additionally, subcontractors must supply the primary Respondent with proof of proper insurance and licenses. The minimum licensing and insurance qualifications for the subcontractors shall be the same as the primary Respondent. The subcontractor shall be listed, and all required documents supplied, with the primary Respondent's original Response. Any and all subcontractors that the primary Respondent wishes to include in the future will be strictly subject to approval by the Owner.

      The Respondent shall be responsible to comply with and fulfill all requirements for compliance with the conditions, procedures, and requirements of the contract and any and all special instructions, special conditions, policies, and scope of services. Verification of the Respondent being in compliance with all conditions and requirements will be made by the Owner's representative and must be obtained prior to approval of payment for any rendered services. The Respondent must self-perform at least 50% of the Work.

    • PERFORMANCE AND PAYMENT BOND

      Performance and Payment Bonds will be required if the contract amount exceeds $ 200,000.00. The successful Bidder shall post a Performance and Payment Bond from a Corporate Surety after an approved award, which is satisfactory to the City as security for the performance and prompt payment to all persons supplying labor and material in the execution of the work to be performed under this Contract and on any and/or all duly authorized modifications hereof. A bond will be posted on a per project basis and shall be a sum equal to one hundred percent (100%) of each project(s) total, unless otherwise specified. The bond may be in the form of a Cash Bond or Surety bond written through an approved, reputable, and responsible company authorized to do business in the State of Florida. Attorneys-in-fact who sign bid bonds or contract bonds must file with such bond a certified copy of power of attorney to sign said bond.

      Performance Bond must be filed by the Contractor with the City Clerk, in the full amount of the contract price, as set forth here within this section in form and with corporate surety currently authorized to transact business in Florida, conditioned upon the performance of the work in accordance with the Contract and the Plans and Specifications thereof, and for the payment of all persons performing labor and furnishing goods, services, equipment, supplies, and/or materials in connection with the Contract and indemnifying, defending, and holding harmless said City of Hialeah from any expense, loss, action, claim, or cost arising from and out of the improper/deficient/defective/substandard/negligent performance of said Contract and/or the failure to make required payments to all such persons.

    • SUBCONTRACTORS

      The Respondent shall furnish the Owner (to the attention of the City’s Risk Management Division), the names of any subcontractors that will be performing work under the primary Respondent. Additionally, subcontractors must supply the primary Respondent with proof of proper insurance and licenses. The minimum licensing and insurance qualifications for the subcontractors shall be the same as the primary Respondent. The subcontractor shall be listed, and all required documents supplied, with the primary Respondent's original Response. Any and all subcontractors that the primary Respondent wishes to include in the future will be strictly subject to approval by the Owner.

      The Respondent shall be responsible to comply with and fulfill all requirements for compliance with the conditions, procedures, and requirements of the contract and any and all special instructions, special conditions, policies, and scope of services. Verification of the Respondent being in compliance with all conditions and requirements will be made by the Owner's representative and must be obtained prior to approval of payment for any rendered services.

    • BID BOND/BID SECURITY/BID DEPOSIT FORFEITED LIQUIDATED DAMAGES

      The following specification shall apply to bid/proposal, performance, payment, maintenance, and all other types of bonds:

      All Bonds shall be written through surety insurers authorized to do business in the State of Florida as surety, with the following qualifications as to management and financial strength according to the latest edition of Bests Insurance Guide, published by A.M. Best Company, Oldwick, New Jersey.

      Bond AmountBest Rating
      500,000 to 1,499,999 AVI
      1,500,000 to 2,499,999AVIII
      2,500,000 to 4,999,999 AX
      5,000,000 to 9,999,999AXII
      over 10,000,000AXV


      On bond amount of $500,000 or less, the provisions of Section 287.0935, Florida Statutes shall be in effect and surety companies not otherwise qualifying with this paragraph may optionally qualify by:

      1. Providing evidence that the surety has twice the minimum surplus and capital required by the Florida Insurance Code at the time the Invitation for Bid and/or Request for Proposals is issued.

      2.Certifying that the surety is otherwise in compliance with the Florida Insurance Code.

      3.Providing a copy of the currently valid Certificate of Authority issued by the United States Department of the Treasury under ss. U.S.C. 9304-9308.

      Surety insurers shall be listed in the latest Circular 570 of the U.S. Department of Treasury entitled A Surety Companies Acceptable to the Federal Bonds, published annually. The bond amount shall not exceed the underwriting limitations.

    • NOTICE TO OWNER

      The address that any and all Notices to Owner should be sent to is: The City of Hialeah Purchasing Division 5601 E 8th Avenue, Building 4., Hialeah, Florida 33013. Attention: Purchasing Division Director Luis Suarez. The primary contractor, any sub-contractor or any material supplier submitting a Notice to Owner must use the stated address. Each Notice to Owner must be satisfied prior to payment of invoices to the contract. A signed partial release of lien must be submitted along with the invoice for each payment request. Final payments will not be made until all signed builder or material release of liens and a final release of lien has been submitted. The primary contractor must notify the Owner of any notice or lien received from any sub-contractor equipment supplier or material supplier. The primary contractor is responsible to provide all release of liens from any contactor, sub- contractors, equipment supplier, material supplier and/or laborer that have filed a Notice to Owner with the City. The Director shall be furnished with a list of Sub-Contractors by the Contractor. 

    • FACILITIES

      The City reserves the right to inspect the Respondent’s facilities and /or local office at any time during regular business hours with prior oral or written notice.

    • RELEASE OF LIEN

      The Contractor is responsible to furnish all partial and full releases of liens to include the primary Contractor as well as any and all sub-contractors, suppliers, laborers, etc., as applicable, performing work or supplied materials or equipment. The Contractor shall furnish applicable partial or releases of liens for all work performed.

      Note: No invoice will be processed nor will any payment be made to the contractor if/when any required related releases of liens have not been executed and furnished to the City as the Owner.

      Administrative Charges for Obtaining Release or Collection of Funds: The Contractor is responsible for the payment of all monies owed sub-contractors and material/equipment suppliers and laborers including the material/equipment suppliers and laborers for the subcontractors.
      The owner may charge the contractor or deduct a charge amount from the contract for administrate cost for collection for monies owed the sub-contractor or material/equipment suppliers. The contractor is responsible for and, must obtain all required release of lien both full and partial from all sub-contractors and material/equipment suppliers. Should the contractor not obtain and furnish the required releases the owner may charge the contractor or deduct a charge amount from the contract for administrate cost for obtaining releases both full or partial from all sub- contractors and material/equipment suppliers. The administrative charge may be up to an amount of 10% of the total contract price per separate incident.

    • SOLICITATION TABULATIONS

      Solicitation Tabulations will be made available electronically to all Respondents upon award of this solicitation via the City of Hialeah e-Procurement Portal https://procurement.opengov.com/portal/cityofhialeahfl.

    • RIGHT TO AUDIT RECORDS

      The City shall be entitled to audit the books and records of the Contractor or any sub-contractor to the extent that such books and records relate to the performance of the Contract or any sub-contract of the Contract. Such books and records shall be maintained by the Contractor for a period of three (3) years from the date of final payment under the Contract and by the subcontractor for a period of three (3) years from the date of final payment under the sub-contract unless a shorter period is otherwise authorized in writing by the City.

    • APPLICABLE LAW AND VENUE; ATTORNEY'S FEES

      The laws of the State of Florida shall govern this Solicitation and the contract between the City of Hialeah and the successful Respondent. Any action or proceeding including, without limitation, dispute resolution and/or mediation, concerning this Solicitation or the Agreement shall be brought exclusively in the State or Federal Courts or administrative officers in and for Miami-Dade County, Florida. Parties consent to jurisdiction within Miami-Dade County, Florida. Each party shall bear their own attorney’s fees.

    • ACCEPTANCE

      The City will be deemed to have accepted the work after the Procurement Division is notified by the user department of its satisfaction of the work is completed. Risk of loss will only pass to the City following actual acceptance by the City. The work under this contract shall remain the property of the Contractor until the City accepts it. In the event the work furnished under this contract is found to be defective or does not conform to the specifications/scope of work, the City reserves the right to cancel the contract upon written notice to the Contractor and/or to direct the Contractor to promptly cure and furnish conforming work at no additional cost to the City and/or institute and maintain a civil action for specific performance, damages, and /or such other actions as the City determines are in its best interests.

    • CLARIFICATION AND ADDENDA TO SOLICITATION SPECIFICATIONS

      If any person contemplating submitting a Response under this Solicitation is in doubt as to the true meaning of the specifications or other Solicitation documents or any part thereof, the Respondent must submit a request for clarification to the City of Hialeah Purchasing Director. Respondents shall submit all inquiries regarding this Solicitation via the City of Hialeah e-Procurement Portal, located at https://procurement.opengov.com/portal/cityofhialeahfl.Please note the deadline for submitting inquiries. All answers to inquiries will be posted on the City of Hialeah e-Procurement Portal. Respondents may also click “Follow” on this Solicitation to receive an email notification when answers are posted. It is the responsibility of the respondent to check the website for answers to inquiries.

      Any interpretation of the Solicitation, if made, will be made only by Addendum duly issued by the City of Hialeah Purchasing Division Director. The City shall issue an Informational Addendum if clarification or minimal changes are required. The City shall issue a Formal Addendum if substantial changes which impact the technical submission of Responses are required.

    • AWARD OF CONTRACT
        1. The Formal Solicitation, any addenda issued, the Respondent's response, and the Purchase Order, which for purposes of this Solicitation collectively serve as the Contract Documents, and any Work Order(s) or similar document issued by the City, shall constitute the entire Contract unless modified in accordance with any ensuing Contract, or amendment approved by the City and executed by the parties.
           
        2. The City may award a contract to a Respondent only through action taken by the City Council.

        3. While the City may determine to award a contract to a Respondent(s) under this Solicitation, said Award may be conditional on the subsequent submission of other documents as specified in the Special Conditions. The Respondent shall be in default of any conditional award if any of these documents are not submitted in a timely manner and in the form required by the City. If the Respondent is in default, the City, through the Purchasing Division Director, will void/rescind its acceptance of the Respondent’s offer and may determine to select the second lowest most responsive, responsible Respondent, reject remaining responses and/or re-solicit Responses. The City may, at its sole option, seek monetary restitution from the defaulting Respondent as a result of damages or excess costs sustained and/or may prohibit the Respondent from submitting future Responses for one (1) year.

        4. The City reserves the right to exercise the option to renew a term contract of any successful Respondent(s) to a subsequent optional renewal period; provided that such option is stipulated in the contract ultimately awarded in regard to this Response.

        5. The City reserves the right to automatically extend any contract for a maximum period not to exceed ninety (90) calendar days in order to provide City departments with continual service and supplies while a new contract is being solicited, evaluated and/or awarded, provided this is expressly made a part of any contract awarded in regard to this Response.

        6. The City reserves the right to award the Contract on a split-order, lump sum, individual-item, multiple item/respondent(s) basis, or such method of award in the best interest of the City, unless otherwise specified.

        7. Where the Contract involves a single shipment of goods to the City, the Contract term shall conclude upon completion of the expressed or implied warranty periods.

    • CODES/REGULATIONS

      It is the sole responsibility of the Contractor to comply with any and all applicable Federal, State, County, and City Laws, Codes, and Regulations including, without limitation, any and all Building, Life-Safety, Electrical, Environmental Codes and Regulations. The Contractor, vendor, consultant, lessee, or concessionaire (as applicable) understands that violation of this section shall be deemed a default under the terms of the Solicitation, contract, lease, or agreement (as applicable).

    • ASSIGNMENT

      The City has relied on the Respondent’s submission in selecting the Respondent. The Respondent shall not assign, transfer, convey, sell, pledge, grant, or otherwise dispose of any contract, or similar document, in whole or in part, including any or all of its right, title, or interest therein, or its power to execute such contract to any person, company, incorporated business entity including a corporation or LLC without the prior written consent of the City, which may be withheld, refused or conditioned.

    • SITE/WORK INSPECTION BY OWNER

      All work will be inspected by the Ci t y during the job, and for final approval of each job. In addition, the work site will be inspected for cleanness, safety, and progress of the work schedule. The inspections will include evaluation of proper construction, installation, or repair, as well as any requirements set by city standards or policy. All work will be inspected by the Owner. Additional permitted work will be inspected by the permitting agency or agencies having jurisdiction.

    • COMPLETED WORK

      The City shall be notified by the Contractor(s) upon completion of work. The City shall inspect and approve the same before authorizing payment. Work not satisfactorily completed shall be redone by the Contractor(s) at no additional cost, expense, fee, or charge to the City.

    • LAW, PERMIT AND REGULATIONS

      The Respondent shall apply for, obtain and pay all licenses, permits, regulatory and other required approval(s), and inspection fees as may be required by the Agreement , by law, and this Solicitation. The Respondent shall comply with all applicable  laws, ordinances, regulations, and Florida Building Code requirements applicable to the construction, goods or services contemplated herein.

    • INFORMATION

      All information, data, designs, plans, drawings, and specifications/scope of work furnished to or developed for the City by the Contractor or its employees, pursuant to this contract, shall be the sole property of the City and all rights herein are reserved by the City, except that the Contractor may disclose any such information to its corporate affiliates and their agents.

    • SPOT MARKET PURCHASES

      It is the intent of the City to purchase the goods and/or services specifically listed in this Solicitation from the selected Respondent. However, items that are to be “Spot Market Purchased” may be purchased by other methods, i.e., Federal, State, County, Entities or Agencies, Special Districts, other public agency, or local contracts.

    • INCENTIVES/ DISCENTIVES

      The City has EXCLUDED incentive/disincentive for early completion provisions in the contract. Liquidated damages may apply for untimely delivery of goods, materials, supplies, or services  if included in the Contract Documents. .

    • SUB-CONTRACTOR COMPLIANCE

      All sub-contractors are obligated to, and will follow the same requirements, regulations, and procedures as the primary contractor. All work by any sub-contractor must be pre-approved by the Owner. The use of sub-contractors is only after receiving prior written approval from the City. Payment for services rendered by any approved sub-contractor requires approved compliance following the same terms and conditions as the primary contractor prior to payment with each payment request (invoice).

    • PERMITS

      It shall be the Contractor's responsibility to obtain any applicable permits and required approvals. Any municipal permits issued by the City of Hialeah shall be at NO cost to the Contractor if any City of Hialeah payments are paid by the Contractor, they will be reimbursable.

    • NON-COLLUSION

      By submitting this Response, Respondent certifies that this offer is made without prior understanding, agreement, or connection with any corporation, firm or person submitting an offer for the same materials, services, supplies, or equipment and is in all respects fair and without collusion or fraud.

      No premiums, rebates or gratuities are permitted, either with, before to or after any delivery of material or provision of services. Any violation of this provision may result in the Contract cancellation, return of materials or discontinuation of services and the possible removal from the vendor Response list(s).

    • CONTRACTOR EMPLOYEES

      All of the Contractor's employees shall be considered to be at all times the sole employees of the Contractor under its sole direction and not employees or agents of the Owner.

        1. The Contractor shall supply competent and physically capable employees. All Contractor employees performing work under this contract shall keep minimum acceptable standards of cleanliness, conduct, and decency as determined by the Owner.

        2. The Owner may require the Contractor to remove immediately any employee it deems careless, incompetent, insubordinate, inebriated, absent or late on 3 or more occasions, or otherwise objectionable and whose employment on City property is not in the best interests of the Owner as deemed by the owner. Failure by the Contractor to immediately remove one of its employees under such circumstances may be sufficient grounds for immediate termination of the Contract.

        3. Employees shall be punctual, productive, and not leave the site during their work hours (except lunch breaks) without prior approval from the Contractor or having an excused absence.

    • STANDARDIZED CHANGES

      Contract documents shall be modified, if necessary, to reflect the requirements of 23 Code of Federal Regulations ("CFR") 635.109, as amended. The changed conditions contract clauses shall be made part of, and incorporated in this project which has been approved under 23 United States Code ("U.S.C.") 106, as amended.

    • LOCAL PREFERENCE

      In a competitive bid process where an award, if any, is to be made to the responsive and responsible bidder offering the lowest bid, the local Bidder shall be entitled to the preference subject to Section 2-820. Local Business Preference of the Code, which, except where contrary to federal or state law, or any other funding source requirements, provides that preference be given to local businesses.

          1. A Local Business who is within two (2%) percent of the lowest bidder, who is not entitled to preference, and is determined to be the lowest bidder, shall be provided an opportunity to offer a price that must be at least two (2%) percent less than the lowest bidder.

            NOTE: THE FOREGOING LOCAL PREFERENCE WILL NOT APPLY IF THIS WORK IS BEING FUNDED BY THE STATE OF FLORIDA OR THE UNITED STATES OR A DEPARTMENT OR AGENCY OF THE STATE OF FLORIDA OR A FEDERAL GOVERNMENT AGENCY OR IF DISALLOWED BY LAW OR A FUNDING SOURCE BEING USED FOR PAYMENT

    • USE OF PUBLIC STREETS

      Construction shall be performed in such a manner as to provide a minimum of inconvenience to the residents of the area. Any earth or other excavated material spilled from trucks shall be removed by the Contractor and the streets shall be cleaned twice daily to the satisfaction of the Streets Director.

    • STORAGE OF EQUIPMENT

      The Contractor is responsible for all tools and equipment as well as materials. Storage of these items on site must be requested and approved by the City. The City is not responsible for the loss or damage of any tools, equipment, or materials stored by the Contractor at the Owners site, or in the possession of the Contractor.

    • LOCAL PREFERENCE

      For competitive proposals and other competitive procurement solicitations (not solely based on price but objective factors with point or percentage totals), a local business in compliance with Section 2-819.2 will have an additional two (2) points or two (2%) percent, as applicable, added to its ranked point score or percentage received during the evaluation process.

          1. A Local Business local business shall have an additional two points added to its ranked point score received during the evaluation process 

          2. A local business employing a minimum of five full time employees that reside within City of Hialeah city limits shall have an additional two points added to its ranked point score received during the evaluation process 

            NOTE: THE FOREGOING LOCAL PREFERENCE WILL NOT APPLY IF THIS WORK IS BEING FUNDED BY THE STATE OF FLORIDA OR THE UNITED STATES OR A DEPARTMENT OR AGENCY OF THE STATE OF FLORIDA OR A FEDERAL GOVERNMENT AGENCY OR IF DISALLOWED BY LAW OR A FUNDING SOURCE BEING USED FOR PAYMENT

    • SAFETY

      The Contractor shall be responsible for the safety of the Contractors employees. The Contractor shall abide by all Federal, State, County, and City safety requirements and regulations. The Contractor is responsible to furnish the Contractors employees with all required safety equipment. The Contractor is required to comply with all OSHA regulations including but not limited to "Right to Know", "Confined Space Entry" and "Airborne Blood Pathogens".

    • E-VERIFY EMPLOYMENT VERIFICATION

      The Successful Respondent shall E-Verify the employment status of all employees and subcontractors to the extent required by federal, state, and local laws, rules, and regulations. The Successful Respondent shall not employ, contract, hire, or retain any person who is not legally authorized under federal law to be employed in the United States, as set forth in 8 U.S.C. Section 132a(h)(3), as interpreted by any applicable federal rule or regulation and pursuant to Chapter 448.95 of the Florida Statutes. The City shall consider the employment by any Successful Respondent of unauthorized aliens a violation of Section 274A(e) of the Immigration and Nationality Act. If the Successful Respondent knowingly employs unauthorized aliens, such violation shall be cause for termination of the Contract. Furthermore, the Successful Respondent agrees to utilize the U.S. Agency of Homeland Security’s E-Verify System, https://everify.uscis.gov/emp, to verify the employment eligibility of all employees during the term of this Contract. The Successful Respondent shall also include a requirement in subcontracts that the subcontractor shall also utilize the E-Verify System to verify the employment eligibility of all employees of the subcontractor during the term of this Contract. A sample E-Verify affidavit to be submitted to the City is attached.

      By entering into this Contract, the Contractor and its Subcontractors are jointly and severally obligated to comply with the provisions of Section 448.095, Florida Statutes, as amended, titled “Employment Eligibility.” The Contractor affirms that (a) it has registered and uses the U.S. Department of Homeland Security’s E-Verify system to verify the work authorization status of all new employees of the Contractor; (b) it has required all Subcontractors to this Contract to register and use the E-Verify system to verify the work authorization status of all new employees of the Subcontractor; (c) it has an affidavit from all Subcontractors to this Contract attesting that the Subcontractor does not employ, contract with, or subcontract with, unauthorized aliens; and (d) it shall maintain copies of any such affidavits for the duration of the Contract. Registration information is available at: (http://www.uscis.gov/e-verify)

      If the City has a good faith belief that the Contractor has knowingly violated Section 448.09(1), Florida Statutes, then the City shall terminate this contract in accordance with Section 448.095(5)(c), Florida Statutes. In the event of such termination, the Contractor agrees and acknowledges that it may not be awarded a public contract for at least one (1) year from the date of such termination and that the Contractor shall be liable for any additional costs incurred by the City because of such termination.

      In addition, if the City has a good faith belief that a Subcontractor has knowingly violated any provisions of Sections 448.09(1) or 448.095, Florida Statutes, but the Contractor has otherwise complied with its requirements under those statutes, then the Contractor agrees that it shall terminate its contract with the Subcontractor upon receipt of notice from the City of such violation by the Subcontractor in accordance with Section 448.095(5)(c), Florida Statutes.

      Any challenge to termination under this provision must be filed in the Circuit or County Court by the City, Contractor, or Subcontractor no later than twenty (20) calendar days after the date of contract termination.

    • USE OF BARRICADES AND WORK SITE SAFETY

      The Contractor shall supply and use all pedestrian warning devices, overhead protection and any necessary barricade devices to keep the public or anyone other than the Contractors employees out of job sites. The Contractor shall furnish and post any required signs and overhead protection. The Contractor is responsible for the safety of the work site at all times.

    • DRAFT AGREEMENT

      Respondents should fully review the Draft Agreement in its ENTIRETY. Exceptions not expressly and timely taken by addendum process of clarifications to questions posed are expressly and unconditionally waived.  A copy of the Draft Professional Services Agreement is attached to this solicitation.

    • TESTING

      The Project Manager or other person designated by the Purchasing Division Purchasing Division Director to supervise the work shall have the right at any time to have tests made on any material used on the job. All expenses for tests shall be borne by the City of Hialeah, except the cost of re-testing materials which failed to meet the specifications and waiting time due to Contractor failure to be ready for tests when scheduled. The cost and scheduling of such re-testing shall be the responsibility of the Contractor. All re-testing shall be done by the testing laboratory which tested the failed samples. The Contractor will inform the City of his source of materials with sufficient time to secure the necessary samples and perform the necessary tests. The Contractor shall request and receive inspections of specific phases of work as required elsewhere in these specifications.

    • NO SHARING OF DATA WITH CERTAIN FOREIGN COUNTRIES OF CONCERN

      Respondent affirms by the Form included in this Solicitation that it does not meet any of the criteria listed in Section 287.138 (2) (a) ---(c), Florida Statutes.

        1. The Respondent intending to provide goods or services to the City during any contract renewal, extension, or amendment, as applicable, affirms and stipulates that it is not in violation of Florida Statutes (F.S.) 287.138 entitled “Contracting with entities of foreign countries of concern prohibited.”

        2. The Respondent further affirms to the City, as a governmental entity defined in Florida Statutes (F.S.) 287.138, that: it is not giving access to an individual’s personal identifying information if the foreign country of concern, as defined in F.S. 287.138, owns the entity or has a controlling interest in the entity or the entity is organized under the laws of or has its principal place of business in a foreign country of concern.

        3. A sample affidavit concerning Contracting with foreign countries of concern is attached. This Affidavit will affirm under penalty of perjury that the Contractor does not meet any of the criteria in paragraphs (2) (a)-(c) of 287.138, F.S.. All Affidavits must be executed and submitted to the City prior to any award of this Contract. Affidavit forms are available, upon request, from the City Purchasing Divisions.

    • NO LABOR THROUGH COERCION

      Respondent affirms that it does not use coercion for labor or services it uses as defined in 787.06, F.S. Respondent, prior to entering into an Agreement with the City shall furnish an Affidavit, under penalty of perjury, that is does not use coercion for labor or services.

    • AS-BUILT INFORMATION

      As work progresses, the Contractor must record all information pertaining to changes and deviations from the contract drawings with special attention to all underground installations. At the completion of the job, the Contractor shall submit a complete set of reproducible and in electronic form as-built drawings to the City. Additionally, the contractor shall maintain a field book with all deviations recorded. The completed as-built sketches and field books and electronic files shall become the property of the City. As-built information must be supplied with each pay request. Failure to provide as-built information is cause to reject pay requests.

    • EXISTING SIDEWALK

      The Contractor shall preserve the existing sidewalk, if any, throughout the project unless otherwise directed by the Project Manager or other person designated in writing by the City Director or designee.

    • NO ILLEGAL TRANSPORT OF ALIENS

      Prohibition Against Governmental Entity Contracts With Common Carrier or Contracted Carrier

      By entering into, amending, or renewing this Contract, including, without limitation, a grant agreement or economic incentive program payment agreement (all referred to as “Contract”), as applicable, the Common Carrier or Contracted Carrier (collectively referred to as “Carrier” or “Contractor”) is obligated to comply with the provisions of Section 908.111, Florida Statutes (“F.S.”), titled “Prohibition against governmental entity contracts with Common Carriers,” etc. as amended, which is deemed as being incorporated by reference in this Solicitation. All definitions and requirements from Section 908.111, F.S. apply to this Solicitation.

      This compliance includes Contractor providing an attestation that it is not willfully providing, nor will it willfully provide, any service during the Contract term in furtherance of transporting a person into the State of Florida knowing that the person is an unauthorized alien, except to facilitate the detention, removal, or departure of the person from the State of Florida or the United States. This attestation by the Contractor shall be in the form attached to this solicitation in the response section  - Common Carrier or Contracted Carrier Attestation Form and must be executed by Contractor and provided to the City of Hialeah when entering, amending, or renewing a Contract. The Contract shall not be effective unless and until Contractor executes and provides such attestation.

      Additionally, the Contractor acknowledges and agrees that this Paragraph and the corresponding compliance with the requirements of Section 908.111, F.S., are deemed added to Section 2.22 of this Solicitation (LEGAL REQUIREMENTS). The Contractor further affirms that if it is found in violation of the required attestation, or of any requirement of the Contractor set forth in Section 908.111, F.S., such violation shall be just cause for immediate termination of the Contract by the City, without opportunity to cure, and exclusive of any procedures to cure set forth in elsewhere in the Contract for other events of default. Such termination shall be effective on the termination date stated in the written notice provided by the City and Contractor shall take all actions as provided for in of this Contract.  If the City terminates this Contract for cause under this subsection, the City shall retain its rights under this Solicitation (1) terminate or cancel any other Contract(s) that such individual or corporation or other entity has with the City and that such individual, corporation or other entity shall pay all direct or indirect costs associated with such termination or cancellation, (2) debar Contractor from the City contracting in accordance with the City or other applicable debarment procedures.

    • NON-APPROPRIATION OF FUNDS

      In the event no funds or insufficient funds are appropriated and budgeted or are otherwise unavailable in any fiscal period for payments due under this contract, then the City, upon written notice to the Successful Respondent(s) or their assignee of such occurrence, shall have the unqualified right to terminate the contract without any penalty or expense. No guarantee, warranty or representation is made that any particular project(s) or work will be awarded to any firm(s).

    • RESTORATION OF SURVEY MARKERS

      When existing survey markers are removed or destroyed as a result of the construction, it shall be the responsibility of the contractor to replace them using a registered licensed surveyor. Hand and Rolled Asphalt Adjacent to Curb and Catch Basins:

      Asphalt adjacent to curbs and asphalt aprons around catch basins shall be hand-rolled using a steel roller with a minimum weight of 200 pounds.

    • PURCHASING AGREEMENTS WITH OTHER GOVERNMENT AGENCIES

      At the option of the awarded respondent, the submission of any Response in response to this Solicitation constitutes a Response made under the same terms and conditions, for the same contract price, to other governmental agencies including the State of Florida and its agencies, political subdivisions, counties, special districts, and cities.

      Each governmental agency desiring to accept these Responses, and make an award thereof, shall do so independently of any other governmental agency. Each agency is responsible for its own purchases and each shall be liable only for goods, materials and/or services ordered and received by it and no agency assumes any liability by virtue of this Response excepting its own purchases.

    • COMPLETION OF PUNCH LIST ITEMS

      Punch list items must be completed within 30 days of completion of final work. Failure to complete punch list items shall result in a deduction from the Contractor's monthly invoice, an amount equal to the cost of incomplete punch list items. This amount shall be in addition to the 10% or other specified retainage.

    • INDEMNIFICATION OF CITY

      The Respondent (Contractor) will be required to indemnify, defend (at its own cost and expense), save, and hold harmless the City in the Agreement in the manner provided herein: for itself, and for its officers, directors, employees, subcontractors, subconsultants, agents, representatives, successors, assigns, and any other individual or entity who may attempt to sue or be sued on the Respondent/Contractor’s behalf, hereby unequivocally agrees to protect, defend, indemnify, forever discharge, release, waive, save and hold harmless the City, its officers, whether elected or appointed, directors, employees, attorneys, contractors, agents, representatives, and all other persons, entities, organizations, and corporations affiliated therewith (all of whom collectively constitute the “City’s Released Parties"), from and against any and all claims, suits, causes of action, damages, losses, liabilities, costs, or expenses, including court costs and attorney’s fees at all levels of proceedings (including administrative, trial and appellate levels), and from any judgments, orders, or decrees entered thereon or resulting therefrom, for any personal injury, loss of life, loss or destruction to property, claim for royalties, and /or other intellectual property rights, any alleged infringement of any other property rights, any statutory or strict liability claims or actions, or any other liability, loss, cost, or expense of whatever kind and premised on whatsoever theory of liability (all of which collectively constitute “Claims”), due to its negligent acts or omissions, arising out of, resulting from, relating to, incidental to, or in any way connected to the work , goods, and services agreed to or performed by the Respondent/Contractor under the Agreement. The obligation of the Respondent/Contractor under this Section is absolute and unconditional; to the extent allowed by applicable law or not otherwise prohibited, it is not conditioned in any way on any attempt by a City’s Released Parties to collect from an insurer any amount under a liability insurance policy, and is not subject to any set-off, defense, offset, deduction, crossclaim, or counterclaim that the Respondent/Contractor might have against the City’s Released Parties.

      If a City’s Released Parties requests that the Respondent/Contractor defend it with respect to any legal proceeding for which the City’s Released Parties are entitled to indemnification, the City’s Released Parties may participate in the defense at the Respondent/Contractor’s sole cost and expense. The Respondent/Contractor shall advance or promptly reimburse to a City’s Released Parties any and all costs and expenses incurred by the City’s Released Parties in connection with investigating, preparing to defend, settling, or defending any legal proceeding for which the City’s Released Parties are entitled to indemnification under this Section, whether or not the City’s Released Parties is a party or potential party to it. This Section shall survive the cancellation or expiration of this Agreement. This Section will be interpreted to comply with Sections 725.06 and/or 725.08, Fla. Stat., as and if applicable. If any sentence or Section is judicially declared to be invalid it shall be severable and independent from the remainder of the Section which will continue in operative force and effect.

    • PLANS

      The Contractor or designated representative shall supervise their employees when any work is being performed and it shall be the Contractor's responsibility to make sure the employees are following the plans. All plans' revision expenses caused by the Contractor's or his employees' fault are the sole responsibility of the Contractor.

    • RESTORATION OF PAVEMENT PARKWAY

      The cost of restoration of pavement or parkways shall be included in the unit cost of the item being constructed. No separate payment will be made for restoration.

    • CONFLICTS OF INTEREST

      The City’s conflict of interest guidelines are contained in Chapter 26 of the City Code, as amended, and the guidelines shall apply to any Response submitted in response to this Solicitation. Each Respondent, City employee, Council member, and the Mayor also must comply with all applicable requirements set forth in Section 2-11.1 (Conflict of Interest and Code of Ethics Ordinance) of the Miami-Dade County Code of Ordinances and Florida Ethics Code, Sections 112.311-112.3261, Florida Statutes. Respondents should be aware that no Person under the City’s employ who presently exercises any functions or responsibilities on behalf of the City in connection with this Solicitation may have any personal financial interest, directly or indirectly, with any vendor providing professional or other goods and/or services on work assigned to the Respondent, except as fully disclosed to and if approved by the City. No Person having such an interest shall be employed by the Respondent to work or consult on this project.

    • METHOD OF PAYMENT

      The City complies with Sections 218.70-218.80, Florida Statutes (The Local Government Prompt Payment Act). Prompt payment is made within forty-five (45) days of the date on which proper invoicing is received for goods and services, and twenty-five (25) business days for construction services. These time limits will not apply if an invoice is improper/incomplete or is contested/ controverted. 

    • MAINTENANCE OF TRAFFIC

      Unless otherwise specifically permitted by the proper authorities, the Contractor shall at all times maintain the streets passable on which he is conducting his work. The contractor will maintain access to all houses, garages, etc., with the least possible interruption and shall conduct his work so that the inconvenience to all property owners adjacent to the work will be at a minimum. All property owners shall be notified in advance if access to their property is to be temporarily interrupted in case of any hardship resulting therefrom; the Contractor shall make suitable arrangements with the property owners to the satisfaction of the Director.

      The Contractor shall provide all temporary signing, striping, detouring, barricading, signals, competent flagmen, and etc. required in accordance with the minimum requirements of the current Manual of Uniform Traffic Control Devices, latest edition , whenever and wherever needed for pursuance of the project, and/or as directed by the owner or designated representative. The Contractor shall supply the City or designated representative with a traffic maintenance plan. Use of Police must be approved in advance by the City of Hialeah. The Contractor may not submit additional charges for cost incurred for providing a Maintenance of Traffic plan.

    • SITE MANAGEMENT, DUST CONTROLS, ETC.

      The Contractor shall maintain the site of the work in a reasonable condition, shall avoid or promptly remove the accumulation of dirt, debris, etc., from streets and storage areas, shall control the creation of a dust nuisance by sprinkling or chloride treatment, shall limit noise, and vibration and take such other measure as may be reasonable or proper to avoid undue nuisance to surrounding property owners. The Contractor shall, at all times, keep the premises free from accumulation of waste materials or rubbish caused by his employees or work, or the employees or work of any of his subcontractors. The Contractor shall not stockpile materials at the project site unless approved in writing by the City Director or designee.

    • OBJECTIONS AND PROTESTS

      Pursuant to Section 2-815.1 of the City Code, Any responsible bidder, qualified bidder, or any qualified offeror, submitting a responsive bid or proposal, who is aggrieved in connection with the solicitation or the proposed award of a contract may file a written protest with the city clerk. The following procedures shall be used for resolution of protested formal solicitations and awards over the minimum bid amounts set forth in Section 2-812 the City Code, as amended:

      1. Protest of solicitations. Any actual or prospective bidder or offeror who perceives itself aggrieved in connection with the solicitation of a contract over the minimum bid amounts set forth in Section 2-812 may file a written protest with the city clerk within five business days prior to the date set for opening of bids or receipt of proposals. The protest shall be filed within five business for opening of bids or receipts of proposals.

      2. Protest of award. Any actual bidder or offeror who perceives itself aggrieved in connection with the recommended award to the City Council over the minimum bid amounts set forth in Section 2-812 of a contract may file a written protest with the city clerk. The protest shall be filed within three business days after such aggrieved person knows or should have known of the facts giving rise thereto.

      3. Note no protest is provided in the City Code for contracts under the current minimum bid amounts  set forth in Section 2-812 of the City Code, as amended  

    • TIE SOLICITATIONS

      Whenever two or more Responses which are equal with respect to price, quality, and service are received by the City (“tie responses”) for the purchase of commodities or contractual services, a Response electronically received first in time and verified by the Purchasing Director’s office will be given preference in the award process.

    • CERTIFIED APPLICATOR

      When materials are installed that require applicator certification the contractor must provide the owner with documents verifying that the contractor is a current certified applicator certified by the manufacture. The contractor must meet any and all requirements by material manufacturers in order to apply the materials and to validate the application and qualify for all warranty/guarantee requirements.

    • SITE CLEAN-UP/MAINTENANCE OF SITE

      The Contractor is responsible for keeping job sites clean on a daily basis. The job site must be completely clean after the job and the Contractor must remove and dispose of all waste, trash and debris.

    • INSURANCE

      Each Respondent must provide proof of its ability to obtain insurance complying with the requirements specified in the Agreement. At a minimum, each Respondent shall submit an “Information Only Accord Certificate” demonstrating the Respondent’s ability to obtain the required level of insurance. Certificates of insurance complying with the requirements in the Agreement do not need to be submitted with the Response; however, certificates of insurance will be required before the City executes the Agreement with the Contractor. The Contractor must submit, prior to signing the Agreement, Certificates of Insurance naming the City of Hialeah as an additional insured for the insurance required by this Solicitation. The Contractor must ensure that all required insurance coverage remains current and in effect throughout the remainder of the term of the Agreement.

      All insurers must satisfy the applicable requirements set forth in the Insurance Requirements and Insurance Checklist found in the Response of this Solicitation. The City’s Risk Manager must review and approve the insurers and the certificates of insurance before the City executes the Agreement with the Contractor.

    • DELIVERY / LIQUIDATED DAMAGES

      Time is of the essence in the commencement, progress, and completion of the Work. Upon failure to begin or complete the project or each stage of the work in accordance with the contract documents, and proposal, and to the satisfaction of the City within five (5) working days of the time allowed, the bidder may be subject to charges for liquidated damages in the amount of $500.00 for each and every calendar day the work remains incomplete. As compensation due the City for loss of use and for additional costs incurred by the City due to such non-completion of the work, the City shall have the right to deduct the said liquidated damages from any amount due or that may become due to the bidder under this agreement or to invoice the bidder for such items if the costs incurred exceed the amount due to the bidder. The Contractor by the act of submitting a response expressly agrees to the procedure provided for in this Section.

    • SOLICITATION CONDITIONS

      THE CITY'S RIGHTS

      In its sole and absolute discretion, the City may: reject any or all Responses; cancel and re-advertise this Solicitation; postpone or cancel this Solicitation process at any time; or waive any minor irregularities, technicalities, omissions, or mistakes in this Solicitation or in any Response received by the City. These, by definition, can never change prices or give a Respondent an advantage or benefit over any other Respondents.

      The City shall have the sole and absolute discretion to determine: the manner and extent to which the City will investigate a Respondent’s qualifications; whether a Respondent is responsive and responsible; whether a Respondent will be awarded the Agreement; and whether any award will be made as a result of this Solicitation. In addition to these rights, the City reserves unto itself all other rights, privileges, and immunities provided by law, custom, Home Rule Powers, and regulations. The City expressly reserves the rights to reject some or all of the responses, to re-advertise/re-bid, and/or reject the award/execution of any Agreement.

      In no event will any successful challenger of any decision taken by the City in this procurement process be automatically entitled to an award of the Agreement.

      The submittal of a Response shall constitute an offer by the Respondent to provide the goods/services described in this Solicitation, subject to and in compliance with the requirements in the Agreement.

      There shall be no contractual expectations as a result of the response being awarded. If a contract is fully executed then work under the contract may commence once the City issues a Work Order, Notice of Commencement or Notice to Proceed, as applicable. 

      BY SUBMITTING A RESPONSE, EACH RESPONDENT ACKNOWLEDGES AND AGREES THAT THE RESPONDENT ACCEPTS ALL OF THE TERMS, CONDITIONS, AND LIMITATIONS IMPOSED ON THE RESPONDENT IN THIS SOLICITATION AND ANY APPENDED AGREEMENT (CONTRACT).

       

      RULES, REGULATIONS, AND REQUIREMENTS

      Each Respondent shall comply with all applicable laws, including but not limited to all local, state, and federal laws, codes, ordinances, rules, and regulations applicable to this Solicitation and the services required in the Agreement.


    • DAMAGES TO PUBLIC/PRIVATE PROPERTY

      The Successful Respondent(s) shall carry out the work with such care and methods as not to result in damage to public or private property adjacent to the work. Should any public or private property be damaged or destroyed, the Respondent(s) shall assume the expense and repair or make restoration as is practical and acceptable to the City and/or owners of destroyed or damaged property promptly within a reasonable length of time (not to exceed one month from the date damage occurred).

    • SOLICITATION SUBMISSION

      Sealed Responses will be received for the Solicitation through the City of Hialeah e-Procurement Portal located at https://procurement.opengov.com/portal/cityofhialeahfl.

      Each Response submitted to the City must include all of the original completed Response forms to include original electronic/digital signatures, and all of the information requested in the Response forms and this Solicitation. Responses may be considered “non-responsive” if the required information is not submitted with the Response, particularly with any "must" requirements that are stated in mandatory terms in the solicitation.

      Before submitting a Response, each Respondent shall make all investigations and examinations necessary to determine whether any addenda to this Solicitation were issued by the City’s Purchasing Department. It is the responsibility of the Respondent to ensure all addenda have been received before submitting a Response.

      All responses should include ALL fees, including shipment, delivery, and related charges (if any). Shipments must be via “FOB Destination “arrangements.

    • CLAIMS AND DISPUTES

      If any major dispute arises between the City and Contractor regarding the meaning or requirements of any part of this Agreement and no agreement is reached; such dispute shall be submitted first to the Mayor of the City who shall make a final decision.  If the Contractor disagrees with the decision, the Contractor may elect arbitration under the rules of the American Arbitration Association.  Any dispute arising out of or relating to the Agreement shall be settled by arbitration in accordance with the Construction Industry Rules of the American Arbitration Association.  The City and Contractor shall share equally the expense of an arbitrator and each party shall bear their own costs and attorney’s fees.  A major dispute is defined as a dispute with respect to material terms of this Agreement such as Contract Time, Contract Sum, Scope of Work, Experience of Workforce or Contractor, Quality or Performance of Work, Bond, Insurance or Indemnity that cannot be resolved amicably among the parties within a reasonable period of time.  Pending resolution of a claim or dispute, unless otherwise agreed to by the parties, the Contractor shall proceed diligently with performance of the Agreement; provided the City is diligently performing all other obligations under the Agreement except those obligations that gave rise to the claim or dispute. Any other dispute shall be resolved by the City Project Manager, whose decision shall be binding on the City.

      If the contractor desires to make a claim for enlargement to the Contract Time as a result of circumstances or events beyond the Contractor’s control and not as a result of the Contractor’s delay other than Force Majeure, written notice shall be given in a timely fashion prior to or contemporaneously with the event or circumstances that necessitates the claim; or within 7 days of the event.  The Contractor's claim shall include a cost estimate and describe the probable effect of delay on progress of the Work.

    • LATE SUBMISSIONS

      Without exception, responses will not be accepted after the submission deadline regardless of any technical difficulties such as poor internet connections or in any other manner than as required in this Solicitation. The City of Hialeah strongly recommends completing and submitting your response well ahead of the deadline.

    • ALTERATIONS OF PLANS OR OF CHARACTER OF WORK

      The Engineer reserves the right to make, at any time prior to or during the progress of the work, such increases or decreases in quantities, whether a significant change or not, and such alterations in the details of construction, whether a substantial change or not, including but not limited to alterations in the grade or alignment of the road or structure or both, as may be found necessary or desirable by the Engineer. Such increases, decreases or alterations shall not constitute a breach of Contract, shall not invalidate the Contract, nor release the Surety from any liability arising out of this Contract or the Surety bond. The Contractor agrees to perform the work, as altered, the same as if it had been a part of the original Contract.

    • SOLICITATION CLARIFICATIONS AND INQUIRIES

      Respondents shall submit all inquiries regarding this Solicitation via the City of Hialeah e-Procurement Portal, located at https://procurement.opengov.com/portal/cityofhialeahfl. Please note the deadline for submitting inquiries. Late inquiries will not be considered. All answers to inquiries will be posted on the City’s e-Procurement Portal. Respondents may also click “Follow” on this Solicitation to receive an email notification when answers are posted. It is the responsibility of the Respondent to check the website for answers to inquiries.

      The Solicitation number and title must be identified in all correspondence. Be sure to include the page and paragraph number of the Solicitation for each question and suggestion to ensure that they are responded to correctly. All questions and suggestions must be delivered no later than Tuesday, March 31, 2026 at 2:00 pm. Each Respondent shall be deemed to have waived all objections to the terms of this Solicitation that are not submitted to the Purchasing Division Director in compliance with the requirements and deadline in this Section.

      The City will only respond to questions timely submitted to the City via the e-procurement Portal.

      NO ORAL QUESTIONS OR SUGGESTIONS WILL BE ADDRESSED BY THE CITY. NO QUESTIONS WILL BE ACCEPTED AFTER THE DEADLINE FOR SUBMITTING WRITTEN QUESTIONS ON THE E-PROCUREMENT PORTAL.

      The City’s official responses to questions and suggestions will be issued in an addendum to this Solicitation. Respondents may not rely on oral or written statements provided by the City, unless such statements are contained in a written addendum to this Solicitation. It is the Respondent’s sole responsibility to ensure the Respondent receives all addenda.

    • CHANGE IN THE WORK

      Changes to the Work may be accomplished after execution of the Agreement, and without invalidating the Agreement, by written Change Order.  A Change Order may represent a change in the Work, an adjustment in the amount of the Contract Sum and an adjustment in the Contract Time.  No claims, demands or invoices whatsoever for extra work will be considered or paid unless provided in a written Change Order duly authorized and signed by the City.  The City has administrative authority to execute Change Orders that do not exceed the contingency expenditures reserve amount of 10% of the Contract Sum.  If the Change Order exceeds contingency reserves then such Change Order may require approval or authorization by resolution of the City Council and the Mayor.  The Contractor shall not perform any change in the Work without first receiving a written, executed and valid Change Order.  A Change Order is a written instrument prepared by the Contractor and signed by the City, stating their agreement upon all of the following: A change in the Work, the amount of the adjustment in the Contract Sum, if any, and the extent of the adjustment in the Contract Time, if any.

    • CLAIMS BY CONTRACTOR

      When the Contractor deems that extra compensation or a time extension is due beyond that agreed to by the Engineer, whether due to delay, additional work, altered work, differing site conditions, breach of Contract, or for any other cause, the Contractor shall follow the procedures set forth herein for preservation, presentation and resolution of the claim.

      Submission of timely notice of intent to file a claim, preliminary time extension request, time extension request, and the certified written claim, together with full and complete claim documentation, are each a condition precedent to the Contractor bringing any circuit court, arbitration, or other formal claims resolution proceeding against the City for the items and for the sums or time set forth in the Contractor’s certified written claim. The failure to provide such notice of intent, preliminary time extension request, time extension request, certified written claim and full and complete claim documentation within the time required shall constitute a full, complete, absolute and irrevocable waiver by the Contractor of any right to additional compensation or a time extension for such claim.

    • LABOR

      No construction work shall be performed by convict labor at the work site or within the limits of any Federal-aid highway construction project from the time of award of the contract or the start of work on force account until final acceptance of the work by the STD unless it is labor performed by convicts who are on parole, supervised release, or probation.


      No procedures or requirement shall be imposed by any State which will operate to discriminate against the employment of labor from any other State, possession or territory of the United States, in the construction of a Federal-aid project.

    • CONTRACT TIME AND EXTENSIONS

      Contract Time:
      The Respondent shall substantially complete all assigned Work within the time specified in the Notice to Proceed, calculated in calendar days from the issuance date of the Notice to Proceed by the City ("Performance Period"), unless the Performance Period is extended. The Respondent shall submit a performance schedule identifying the phases and progress of Work and providing a period of completion for each phase of work for review and acceptance by the City prior to commencement of Work. The Respondent shall pursue all phases of the Work diligently to completion as set forth in the approved performance schedule. 

      Contract Time Extensions:
      The City may grant an extension of the Performance Period when a controlling item of work is delayed by factors not reasonably anticipated or foreseeable at the time of response. The City may allow such extension of time only for delays occurring during the Performance Period or authorized extensions of the Performance Period. When failure by the City to fulfill an obligation under the Contract results in delays to the controlling items of work, the City will consider such delays as a basis for granting a time extension to the Contract. 

      The sum of the duration of the initial Indefinite Delivery/Indefinite Quantity (ID/IQ) contract and any optional contract extension shall not exceed five years.

    • CONTRACT TIME AND EXTENSIONS

      Contract Time:
      The Respondent shall substantially complete all assigned Work within 150 calendar days from the issuance date of the Notice to Proceed by the City ("Performance Period"), unless the Performance Period is extended.  The Respondent shall submit a performance schedule identifying the phases and progress of Work and providing a period of completion for each phase of work for review and acceptance by the City prior to commencement of Work. The Respondent shall pursue all phases of the Work diligently to completion as set forth in the approved performance schedule. 

      Contract Time Extensions:
      The City may grant an extension of the Performance Period when a controlling item of work is delayed by factors not reasonably anticipated or foreseeable at the time of response. The City may allow such extension of time only for delays occurring during the Performance Period or authorized extensions of the Performance Period. When failure by the City to fulfill an obligation under the Contract results in delays to the controlling items of work, the City will consider such delays as a basis for granting a time extension to the Contract. 

      The sum of the duration of the initial Indefinite Delivery/Indefinite Quantity (ID/IQ) contract and any optional contract extension shall not exceed five years.

       

    • EQUIPMENT RENTAL RATES

      Work performed by equipment-rental agreement:

      For any work proposed to be performed by equipment-rental agreement, Contractor agrees to notify the City in writing of such intention before using the rented equipment, and indicate whether the equipment will be rented on an operated or non-operated basis. Contractor agrees to include with the written notice a listing and description of the equipment and a description of the particular work to be performed with such equipment. As an exception to the above requirements, the Department will not require written notice for equipment to be rented (without operators) from an equipment dealer or from a firm whose principal business is the renting or leasing of equipment.

      The operators of all rented equipment, whether rented on an operated or a non-operated basis are operators subject to all wage rate requirements applicable to the project. When renting equipment without operators, the Contractor shall carry the operators on his own payroll. For equipment that is rented on an operated basis, and when required by the Contract or requested by the City, furnish payrolls from the lessor with the names of the operators shown thereon.

      When a lessor provides rentals of equipment on an operated basis that exceeds $10,000, such lessor is subject to any Equal Employment Opportunity requirements that are applicable to the project.

    • INSPECTOR GENERAL

      All parties affiliated with this project agree to comply with s. 20.55(5). F.S., and to incorporate in all subcontracts the obligation to comply with s. 20.055(5). F.S. It is the duty of the Contractor and subcontractors to cooperate with the inspector general in any investigation, audit, inspection, review, or hearing pursuant to this project.

    • COMPLIANCE WITH FHWA 1273

      This contract will require that the Contractor comply with the provisions contained in FHWA-1273.

      A copy of the FHWA-1273 provisions are included in this IFB and the electronic version, dated October 23, 2023 is posted on the Florida Highway Administration’s website at the following URL address: https://www.fhwa.dot.gov/programadmin/contracts/1273/1273.pdf 

    • FEDERAL LABOR STANDARDS PROVISIONS

      The Respondent must comply with all applicable Federal Labor Standards Provisions to this project. A copy of Form HUD-4010 is included in this IFB.

    • PREVAILAING MINIMUM WAGE RATES (DAVIS-BACON)

      For this Contract, payment of predetermined minimum wages applies.

      This project is being assisted by the United States of America and Federal Labor Standards Provisions are included in this Contract pursuant to the provisions applicable to such Federal assistance.

      The U.S. Department of Labor Wage Rates applicable to this Contract are provided in the attachment section of this IFB.  In instances where the Wage Rate Determination is modified or replaced by the U.S. Department of Labor during the project’s advertisement period, contractors must take into account and adhere to the Wage Rate Determination in effect up through ten days prior to the opening of the solicitation responses.  Contractors are responsible for obtaining the applicable Davis-Bacon Act (DBA) Wage Rate Determination through the Wage Determinations web site (https://sam.gov) and ensure that employees receive the minimum wages applicable.

      Contractors are responsible for determining the appropriate staffing necessary to perform the contract work and are also responsible for complying with the minimum wage and benefits requirements for each classification performing work on the contract. If a classification considered necessary by the contractor for performance of the work is not listed on the applicable Wage Rate Determination, the contractor must initiate a request for approval of an additional classification along with the proposed wage and benefit rates for that classification.

      Instructions for completing Payroll Form WH -347 and Payroll Form WH-347 are included in the attachments section of this IFB, for the convenience of contractors and subcontractors required by their Federal or Federally-aided construction-type contracts and subcontracts to submit weekly payrolls. Properly filled out, this form will satisfy the requirements of Regulations, Parts 3 and 5 (29 C.F.R., Subtitle A), as to payrolls submitted in connection with contracts subject to the Davis-Bacon and related Acts.

      While completion of Form WH-347 is optional, it is mandatory for covered contractors and subcontractors performing work on Federally financed or assisted construction contracts to respond to the information collection contained in 29 C.F.R. §§ 3.3, 5.5(a). The Copeland Act (40 U.S.C. § 3145) requires contractors and subcontractors performing work on Federally financed or assisted construction contracts to "furnish weekly a statement with respect to the wages paid each employee during the preceding week." U.S. Department of Labor (DOL) Regulations at 29 C.F.R. § 5.5(a)(3)(ii) require contractors to submit weekly a copy of all payrolls to the Federal agency contracting for or financing the construction project, accompanied by a signed "Statement of Compliance" indicating that the payrolls are correct and complete and that each laborer or mechanic has been paid not less than the proper Davis-Bacon prevailing wage rate for the work performed. DOL and federal contracting agencies receiving this information review the information to determine that employees have received legally required wages and fringe benefits.

      Under the Davis-Bacon and related Acts, the contractor is required to pay not less than prevailing wage, including fringe benefits, as predetermined by the Department of Labor. The contractor's obligation to pay fringe benefits may be met either by payment of the fringe benefits to bona fide benefit plans, funds or programs or by making payments to the covered workers (laborers and mechanics) as cash in lieu of fringe benefits.

    • COMPLIANCE WITH FEDERAL ENDANGERED SPECIES ACT AND OTHER WILDLIFE REGULATIONS

      The Federal Endangered Species Act requires that the City of Hialeah, in conjunction with the Florida Department of Transportation investigate the potential impact to a threatened or endangered species prior to initiating an activity performed in conjunction with a highway construction project. If the City’s investigation determines that there is a potential impact to a protected, threatened or an endangered species, the City will conduct an evaluation to determine what measures may be necessary to mitigate such impact. When mitigation measures and/or special conditions are necessary, these measures and conditions will be addressed in the Contract Documents or permits.

      In addition, in cases where certain protected, threatened or endangered species are found or appear within close proximity to the project boundaries, FDOT has established guidelines that will apply when interaction with certain species occurs, absent of any special mitigation measures or permit conditions otherwise identified for the project.

      These guidelines are posted at the following URL address:https://fdotwww.blob.core.windows.net/sitefinity/docs/default-source/programmanagement/implemented/urlinspecs/files/endangeredwildlifeguidelines.pdf?sfvrsn=e27baf3f_2.

      Take responsibility to obtain this information and take all actions and precautions necessary to comply with the conditions of these guidelines during all project activities.

      Prior to establishing any off-project activity in conjunction with a project, notify the Engineer of the proposed activity. Covered activities include but are not necessarily limited to borrow pits, concrete or asphalt plant sites, disposal sites, field offices, and material or equipment storage sites. Include in the notification the Financial Project ID, a description of the activity, the location of the site by township, range, section, county, and city, a site location map including the access route, the name of the property owner, and a person to contact to arrange a site inspection. Submit this notification at least 30 days in advance of planned commencement of the off-site activity, to allow for the City to conduct an investigation without delaying job progress.

      Do not perform any off-project activity without obtaining written clearance from the Engineer. In the event the City's investigation determines a potential impact to a protected, threatened or endangered species and mitigation measures or permits are necessary, coordinate with the appropriate resource agencies for clearance, obtain permits and perform mitigation measures as necessary. Immediately notify the Engineer in writing of the results of this coordination with the appropriate resource agencies. Additional compensation or time will not be allowed for permitting or mitigation, associated with Contractor initiated off-project activities.


    • COMPLIANCE WITH SECTION 4(F) OF THE USDOT ACT

      Section 4(f) of the USDOT Act prohibits the U. S. Secretary of Transportation from approving a project which requires the use of publicly owned land of a public park, recreation area or a wildlife and waterfowl refuge, or of any historic site of national, state, or local significance unless there is no prudent or feasible alternative to using that land and the program or project includes all possible planning to minimize the harm to the site resulting from the use.

      Before undertaking any off-project activity associated with any federally assisted undertaking, ensure that the proposed site does not represent a public park, recreation area, wildlife or waterfowl refuge, or a historic site (according to the results of the Cultural Resources Survey discussed in 120‑6.2). If such a site is proposed, notify the Engineer and provide a description of the proposed off-site activity, the Financial Project ID, the location of the site by township, range, section, a county or city map showing the site location, including the access route and the name of the property. It is the Contractor’s responsibility to submit justification for use of Section 4(f) property that is sufficient for the Florida Department of Transportation and the Federal Highway Administration to make a Section 4(f) determination. Submit this notification sufficiently in advance of planned commencement of the off-site activity to allow a reasonable time for the Engineer to conduct an investigation without delaying job progress. Do not begin any off-project activity without obtaining written clearance from the Engineer.


    • WARRANTY

      The contractor warrants that the Work is constructed in a good workmanlike manner in accordance with the approved plans and all applicable standards and specifications, and will be free from defects for a period of time, as detailed in this section, from the date of Final Acceptance (“Warranty Period”). Asphalt pavement consisting of asphalt concrete structural course and asphalt concrete friction course, subject to a three (3) year warranty period after final acceptance. Portland Cement Concrete Pavement (Concrete Pavement), subject to a five (5) year warranty period after final acceptance. Aluminum light poles are subject to a one (1) year warranty period after final acceptance. Luminaires are subject to a one (1) year parts and labor warranty period, and a ten (10) year manufacturer's warranty period after final acceptance.  All other general physical components of the project not explicitly mentioned in this section will subject to a twelve (12) month warranty period. During the Warranty Period, Contractor shall make all needed repairs or replacements to any of the components of the Work constructed that are deemed defective by the City, in the City’s sole discretion.

    • HAULING AND DISPOSAL REQUIREMENTS

      The awarded Contractor shall ensure that all solid waste, dumpster, and roll-off service for the disposal of debris generated by this solicitation is performed by a City-authorized hauler or private collector possessing a valid non-exclusive franchise, as required by Hialeah Code of Ordinances, Chapter 78, "Solid Waste", as amended and other applicable laws and regulations.

      For a current list of authorized participants in the City's Non-Exclusive Franchise Program (including both collectors and brokers), please visit https://www.hialeahfl.gov/1079/Non-Exclusive-Franchise-Program.

    Submission Requirements

    • Solicitation Package
    • Letter of Intent (required)

      Each Respondent shall submit a letter of intent, which shall be signed by an authorized officer of the company or other Person authorized to bind the Respondent to the terms presented in its Response. The letter of intent must expressly state that the Respondent will provide the services requested in the Solicitation, in compliance with the terms in the Agreement, for the prices submitted with the Response.

    • Respondent's Statement of Organization (required)

      Please download the below documents, complete and have notarized. 

    • Subcontractor (required)

      Please download the below documents, complete and have notarized.

    • Subcontractor (required)

      Please download the below documents, complete, and upload.

    • Public Entity Crimes Affidavit (required)

      Please download the below documents, complete and have notarized. An online notarization option will be provided for you when responding.

    • Non-Collusion Affidavit (required)

      Please download the below documents, complete and have notarized. 

    • Insurance Requirements & Checklist (required)

      Please download the below documents, complete and have notarized. 

    • Drug-Free Workplace (required)

      Please download the below documents, complete and have notarized. 

    • Certification to Accuracy of Solicitation (required)

      Please download the below documents, complete and have notarized. 

    • City of Hialeah Disclosure Affidavit (required)

      Please download the below documents, complete and have notarized. 

    • Assignment of Antitrust Claims (required)

      Please download the below documents, complete and have notarized. 

    • E-Verify Sworn Statement (required)

      Please download the below documents, complete and have notarized. 

    • Is the entity's principle business location within Hialeah city limits? (required)

      If yes, please download the below documents, complete, and upload completed.

      If no, please download the form and upload blank.

    • Is the entity's principle business location within Hialeah city limits? (required)

      If yes, please download the below documents, complete, and upload completed.

      If no, please download the form and upload blank.

    • Common Carrier or Contracted Carrier Attestation (required)

      Please download the below documents, complete, and upload.

    • ”No sharing of personal identifying data with foreign countries of concern” (required)

      Please download the below documents, complete and have notarized. 

    • Bid Bond (required)

      The Bidder shall complete and submit the Bid Bond Form. AN ORIGINAL COPY OF THE BOND MUST BE RECEIVED PRIOR TO THE CLOSING DATE OF THE SOLICITATION IN ORDER FOR YOUR SUBMITTAL TO BE CONSIDERED RESPONSIVE. The bond must be delivered DIRECTLY to the Purchasing Division Office located at 501 Palm Avenue, 4th Floor, Hialeah, FL 33010. The office is open during normal business hours M-F 8:30 am-5 pm (excluding city-recognized Holidays).  

    • Affidavit Required by Section 787.06, Florida Statutes, “Human Trafficking” (required)

      Please download the below documents, complete and have notarized. 

    • Certificate of Receipt (required)

      Please download the below documents, complete, and upload.

    • Litigation and Debarments (required)

      To establish responsibility the Respondent cannot have one (1) or more of the following circumstances.

      A. Have a member, principal, officer, or stockholder who is in arrears or in default of any debt or contract involving the City, is not a debtor or in default to the City ; or is not a , guarantor, maker,  or surety upon any obligation to the City, and/or has failed to perform faithfully any contract with the City; or

      B. Have any record of any pending lawsuit(s) or unsatisfied civil judgments against the Respondent or conviction(s) of criminal acts including, without limitation, any crimes involving fraud or moral turpitude, fraud, deceit, or have ever been declared bankrupt or had a receiver appointed over their property or been the subject of an assignment for the be benefit of creditors in the past seven (7) years.

      C. Be on the convicted vendor list per “Public Entity Crimes”, Section 287.133, Fla. Stat and/or the Discriminatory Vendor List”, Section 287.134, Fla. Stat. or.

      D. Have been debarred within the past seven (7) years by any public agency in Florida 

      These findings of responsibility will apply jointly and severally to the Respondent as a business entity and to a member, principal, officer, or stockholder of the Respondent. 

      RESPONDENT MEETS ONE (1) OR MORE OF THE FOLLOWING CIRCUMSTANCES.

    • Litigation and Debarment Disclosure (required)

      If YES to the Litigation and Debarments question, please disclose within this text window. Failure to disclose any circumstances listed above shall result in a response being deemed NON-RESPONSIVE.

      If NO to the Litigation and Debarments question, please label this section as N/A".

    • CONFLICT OF INTEREST AND ETHICS (required)

      Each Respondent must confirm that the Respondent does not violate any of the following conflicts of interest provisions:

      (a) To the best of its knowledge, no officer, director, agent, or employee of the Respondent, or any relative of an officer, director, agent, or employee of the Respondent, is also an employee of the City.

      (b) To the best of its knowledge, no City employee owns, directly or indirectly, an interest of five percent (5%) or more in the Respondent’s firm or any of its subsidiaries or affiliates.

      (c) The Respondent does not directly or indirectly own or have a financial interest in more than ten percent (10%) of any other Respondent, regardless of whether such ownership is direct or through a parent, subsidiary, affiliate, other agreement or arrangement, or holding company of any other business entity.

      Each Respondent shall list and describe any professional or financial relationship that it has or had with the City, its elected or appointed officials, any employees or agents, or any of its agencies or component units, during the past five (5) years (i.e., since January 1, 2019), together with a statement explaining why each relationship do not constitute a conflict of interest relative to the services sought in this RFP. The
      Respondent shall have an ongoing obligation to give the Purchasing Division Director prompt written notice of any other professional or financial relationships that it enters into with the City, its elected or appointed officials, its employees or agents, or any of its agencies or component units before the Agreement is executed.

      Each Respondent must list all relationships that present potential, actual, or perceived conflicts of interest in connection with the Respondent’s potential work under this Solicitation. Concerning each such conflict, please provide a brief explanation of the facts and issues involved in the potential conflict. If the Respondent is not aware of any potential conflict, the Respondent should state there are no such conflicts expressly.

      Each Respondent must identify all persons that are involved with this Solicitation on behalf of the Respondent. In addition to the representatives previously addressed by the Respondent in their response to this Solicitation, please identify the names of any person serving as the Respondent’s lawyer, lobbyist, or public relations representative with regard to this Solicitation. The Respondent also must promptly notify the City Clerk in writing if any person is added to this list after the submittal of the Proposal.

      If the Respondent is participating in any discussions concerning a merger, acquisition, partnership, or assignment of the Agreement, please identify the other person(s) that may be participating in the work performed under the Agreement.

      RESPONDENT MEETS ONE (1) OR MORE OF THE FOLLOWING CIRCUMSTANCES.

    • Conflicts of Interest and Ethics

      If YES to the Conflicts of Interest and Ethics question, please disclose within this text window. Failure to disclose any circumstances listed above shall result in a response being deemed NON-RESPONSIVE.

      If NO to the Conflicts of Interest and Ethics question, please label this section as N/A".

    • Certification Regarding Debarment, Suspension, And Other Responsibility Matters (required)

      Please download the below documents, complete, and upload.

    • Assurance of Compliance (required)

      Please download the below documents, complete, and upload.

    • Respondent's Initial Section 3 Goals (required)

      Please download the below documents, complete, and upload.

    • Minority Business Utilization Commitment (required)

      Please download the below documents, complete, and upload.

    • Section 3 Packet (required)

      Please download the below documents, complete, and upload.

    • Section 3 Business Certification (required)

      Please download the below documents, complete, and upload.

    • Lap Certification of Current Capacity (required)

      The Contractor must certify that they have the financial capacity to complete the project. It is required that the Contractor download, complete, and submit attached form FDOT form # 525-101-46.

    • Lobbying Certification (required)

      Bidder must download FDOT form #375-030-33 and FDOT form #375-030-034d, complete, and upload.

    • Non-Collusion Declaration and Compliance with 49 CFR §29.110(a) (required)

      Please download the non-collusion declaration and compliance with 49 CFR §29.110(a) form, complete, and upload.

    • Vendor Eligibility Check Prior to Contract Award (required)

      Please download the vendor eligibility check prior to contract award form, complete, and upload.

    • Capacity to Perform

      To establish responsibility each Respondent must provide information demonstrating that the Respondent will be able to dedicate sufficient capable personnel, inventory, materials, equipment, and other resources to perform the work required under the Agreement. Each Respondent must identify and describe the resources it has available to serve the City.

    • Please upload a list of all capable personnel, inventory, materials, equipment, and other resources to perform the work required under the Agreement (required)
    • APPROACH TO CITY’S WORK

      Each Respondent must include a description of the systematic approach and actions to be taken to provide the services requested under the RFP. This systematic approach must describe, at a minimum, the established procedure and Respondent’s capability to follow all applicable rules and maintain a safe work environment from which the Respondent will perform the services pursuant to the requirements of the Agreement.

      The below requirements must be completed per each program proposed

      A. Provide a Written Narrative not exceeding five (5) pages with supporting information detailing the proposed program. The narrative must include but is not limited to:

      • Description of proposed program(s) offered
      • Description of the staff type, quantity, qualifications and training necessary to the proposed program   
      • Sample curricula and/or class schedule
      • A brief description of the registration process
      • Itemized registration cost and fees
      • Accepted payment methods
      • Mock flyers or ads for the proposed program
      • Itemized list of all uniforms or equipment provided to participants
      • Itemized list of all proposed equipment utilized in conjunction with the services of this RFP.
      • If applying for Goodlet Tennis, provide a description of the use and function of the Pro Shop.

      B. Download, complete and upload one (1) Program Request form per program being proposed. (FOUND IN THE ATTACHMENTS)

       

    • Experience

      To establish responsibility, each Respondent shall submit proof that a Respondent is a Person who is licensed or authorized to complete the roofing services required in this Solicitation and is licensed to do business in the State of Florida and in “Good” standing.

    • Upload the following: (required)

      A. Respondent must submit a copy of a valid building contractor, general contractor, or roofing contractor license.

      B. Respondent must submit proof that they are authorized by the manufacturer to install the roofing system. 

      C. Respondent must proof of they are an active corporation in the State of Florida.

      D. Respondent must submit a copy of a valid Business Tax Receipt (BTR).

    • Completed Project #1

      To establish responsibility each Respondent must submit proof that it has completed a minimum of three (3) contracts within the last four (4) years, in which the Respondent provided Florida cities, counties or other Florida governmental agencies; or alternatively, each Respondent must submit proof that it has worked on a minimum of one (1) contract of substantially similar scope of services and value/cost, within the last four (4) years, in which the Respondent provided similar services to non-governmental entities; or a combination of both with at least two contracts being for work performed for a government entity.

      Do not include references from the City of Hialeah.

      For each such contract, the Respondent must provide the following information:

    • Contact Information (required)

      Name telephone number and email address for your client's contact person or representative for each contract.

    • Description of Services (required)

      A narrative description of the services performed. 

    • Contract Duration (required)
    • Dollar Amount of the Contract (required)
    • Completed Project #2

      To establish responsibility each Respondent must submit proof that it has completed a minimum of three (3) contracts within the last four (4) years, in which the Respondent provided Florida cities, counties or other Florida governmental agencies; or alternatively, each Respondent must submit proof that it has worked on a minimum of one (1) contract of substantially similar scope of services and value/cost, within the last four (4) years, in which the Respondent provided similar services to non-governmental entities; or a combination of both with at least two contracts being for work performed for a government entity.

      Do not include references from the City of Hialeah.

      For each such contract, the Respondent must provide the following information:

    • Contact Information (required)

      Name telephone number and email address for your client's contact person or representative for each contract.

    • Description of Services (required)

      A narrative description of the services performed. 

    • Contract Duration (required)
    • Dollar Amount of Contract (required)
    • Completed Project #3

      To establish responsibility each Respondent must submit proof that it has completed a minimum of three (3) contracts within the last four (4) years, in which the Respondent provided Florida cities, counties or other Florida governmental agencies; or alternatively, each Respondent must submit proof that it has worked on a minimum of one (1) contract of substantially similar scope of services and value/cost, within the last four (4) years, in which the Respondent provided similar services to non-governmental entities; or a combination of both with at least two contracts being for work performed for a government entity.

      Do not include references from the City of Hialeah.

      For each such contract, the Respondent must provide the following information:

    • Contact Information (required)

      Name telephone number and email address for your client's contact person or representative for each contract.

    • Description of Services

      A narrative description of the services performed.

    • Reference #1

      Each Response must be accompanied by a list of three (3) references, which shall include the name of the company, dates of contract, description of the completed work or goods supplied, a contact person and the current telephone number. Each reference may be either public or private entities, but must be distinct and cannot be duplicated. Do not include references from the City of Hialeah, and please. NO RESPONSE WILL BE CONSIDERED WITHOUT THIS WRITTEN LIST OF REFERENCES. IT WILL BE DEEMED NON-RESPONSIVE. 

    • Entity Name (required)
    • Contract Term Dates (required)
    • Description of goods or services supplied (required)
    • Entity contact name (required)
    • Entity contact email (required)
    • Entity contact phone number  (required)
    • Reference #2

      Each Response must be accompanied by a list of three (3) references, which shall include the name of the company, dates of contract, description of the completed work or goods supplied, a contact person and the current telephone number. Each reference may be either public or private entities, but must be distinct and cannot be duplicated. Do not include references from the City of Hialeah, and please. NO RESPONSE WILL BE CONSIDERED WITHOUT THIS WRITTEN LIST OF REFERENCES. IT WILL BE DEEMED NON-RESPONSIVE 

    • Entity Name (required)
    • Contract Term Dates (required)
    • Description of goods or services supplied (required)
    • Entity contact name (required)
    • Entity contact email (required)
    • Entity contact phone number (required)
    • Reference #3

      Each Response must be accompanied by a list of three (3) references, which shall include the name of the company, dates of contract, description of the completed work or goods supplied, a contact person and the current telephone number. Each reference may be either public or private entities, but must be distinct and cannot be duplicated. Do not include references from the City of Hialeah, and please. NO RESPONSE WILL BE CONSIDERED WITHOUT THIS WRITTEN LIST OF REFERENCES. IT WILL BE DEEMED NON-RESPONSIVE 

    • Entity Name (required)
    • Contract Term Dates (required)
    • Description of goods or services supplied (required)
    • Entity contact name (required)
    • Entity contact email (required)
    • Entity contact phone number (required)
    • SOLICITATION CONFIRMATION

      By submitting their response and price proposal, the respondent certifies they have followed all solicitation rules and are making a legally binding offer to accept any resulting award. 

    • RESPONSE & PRICE PROPOSAL CONFIRMATION (required)

      The Respondent certifies that this response and price proposal is submitted in accordance with the solicitation specifications and conditions governing this Solicitation, and that the Respondent will accept any award(s) made to them as a result of this Solicitation.

      This confirmation constitutes the unequivocal offer of the Respondent to be bound by the terms of its response and price proposal.

    • This Solicitation will be for (required)
    • What is the estimated value of the project? (required)
    • How will the project be funded? (required)
    • What account(s) will be utilized for the expenditure? (required)

      If no account has been designated, please see OMB before continuing.

    • Please describe the other funding source, and provide an account number. (required)

      If no account has been designated, please see OMB. Be as detailed as possible when describing the funding source.

    • What will be the term of the resulting contract? (required)
    • Will the contract require renewal terms? (required)

      Please choose the applicable option

    • Will the contract require renewal terms? (required)

      Please choose the applicable option

    • Will the contract require renewal terms? (required)

      Please choose the applicable option

    • Will the contract require renewal terms? (required)

      Please choose the applicable option

    • Is Local Vendor Preference applicable to this solicitation? (required)
    • Is a pre-bid/pre-proposal meeting necessary? (required)
    • What is the address of the pre-bid/pre-proposal meeting site? (required)
    • Will subcontractors be allowed? (required)

      Note: A self-performance requirement sets a minimum percentage of work that the contractor must complete in this project rather than utilize subcontractors.

    • What is the ____% of the self-performance requirement? (required)
    • Does the project have completion estimate? (required)

      A completion estimate is important for solicitation projects because it is crucial for both the companies bidding on the project and the organization soliciting the bids.

      For bidders, the estimate is the foundation of their proposal, allowing them to:

      • Submit competitive and profitable bids.
      • Effectively manage resources like labor and materials.
      • Identify and plan for potential risks.

      For project owners, the estimate helps them to:

      • Accurately evaluate and compare different proposals.
      • Secure necessary funding by establishing a budget.
      • Monitor the project's progress and costs to prevent overruns.
    • What is the completion estimate for this project in calendar days? (required)
    • Will this project include Grant funded Roadway Construction? (required)
    • Which solicitation template was chosen? (required)

    Questions & Answers

    Q (No subject): Due to Soprema’s current policy not allowing new contractor certifications (a restriction that has been in place for an extended period), we would like to formally inquire whether certifications from other nationally recognized roofing manufacturers would be considered acceptable. Specifically, would it be permissible to submit a certification from an alternative manufacturer that provides: Comparable system specifications Equivalent material performance standards Similar warranty coverage terms and duration Equal or higher quality assurance requirements for installation Please confirm whether equivalent manufacturer certifications and warranties will satisfy the project requirements. We look forward to your clarification to ensure full compliance with the bid specifications.

    A: Please see Scope of Services - Section 4.4 - Alternate Materials, on Question & Answer tab "Request Substitution".


    Q (No subject): What is the Budget or engineers estimate for this project

    A: The budget is approximately $300,000.00


    Q (Alternative Material Request): Currently the Scope of work has Soprema as the BOD and we would like to submit an alternative manufacture for consideration on this project. If the below statement is not sufficient please direct me to an email address to submit all the requested documents. Soprema System Materials Vapor Barrier - Sopralene 180 SP 3.0 (ASTM 6164 T1 G-S) Insulation - Sopra ISO/Tapered (ASTM 1289 T2 C1 G2) Coverboard - Sopra Board 1/4" (ASTM Null) Base Ply and Flashing - Sopralene Flam 180 (ASTM 6164 T1 G-S) Cap Ply and Flashing - Sopralene 180 FR GR (ASTM 6164 T1 G-G) Warranty - 20 Year NDL FBC/NOA Testing - 20-0902.15 Pg. 78-79 Proposed Manufactor - Johns Manville Vapor Barrier - Dynaweld 180 S (ASTM 6164 T1 G-S) Insulation - Enrgy 3 ISO/Tapered (ASTM 1289 T2 C1 G2) Coverboard - DensDeck Prime 1/4" (ASTM C 1177) Base Ply and Flashing - DynaWeld 180 S (ASTM 6164 T1 G-S) Cap Ply and Flashing - DynaWeld 180 FR (ASTM 6164 T1 G-G) Warranty - 20 Year NDL FBC/NOA Testing - FBC 17013-R31 (HVHZ) C-A-56

    A: Alternative manufacture can be use if it is approved be Dade County and do not delay the start of the project.


    Q (Request for Substitution): Please see system C-A-22 at page 21 of 60. The proposed system is market with a black arrow.

    A: Please provide substitution form for alternate proposed materials. On the Question & Answer tab "Request Substitution" and complete and attach form using the uploader.


    Q (Request for Substitution): Currently the Scope of work has Soprema as the BOD and we would like to submit an alternative manufacture for consideration on this project. If the below statement is not sufficient please direct me to an email address to submit all the requested documents. Soprema System Materials Vapor Barrier - Sopralene 180 SP 3.0 (ASTM 6164 T1 G-S) Insulation - Sopra ISO/Tapered (ASTM 1289 T2 C1 G2) Coverboard - Sopra Board 1/4" (ASTM Null) Base Ply and Flashing - Sopralene Flam 180 (ASTM 6164 T1 G-S) Cap Ply and Flashing - Sopralene 180 FR GR (ASTM 6164 T1 G-G) Warranty - 20 Year NDL FBC/NOA Testing - 20-0902.15 Pg. 78-79 Proposed Manufactor - Johns Manville Vapor Barrier - Dynaweld 180 S (ASTM 6164 T1 G-S) Insulation - Enrgy 3 ISO/Tapered (ASTM 1289 T2 C1 G2) Coverboard - DensDeck Prime 1/4" (ASTM C 1177) Base Ply and Flashing - DynaWeld 180 S (ASTM 6164 T1 G-S) Cap Ply and Flashing - DynaWeld 180 FR (ASTM 6164 T1 G-G) Warranty - 20 Year NDL FBC/NOA Testing - FBC 17013-R31 (HVHZ) C-A-56

    A: Please provide new specifications according to the changes attached.


    Q (Clarifications on Roof System and Testing): 1. Clarify please the new roof systems on summary of work because on site visit today It was stated that the new roof system was being installed on top of the existing lightweight concrete. 2. Who is responsible for the antennas? 3. Could you please confirm whether the Fasteners Pull Test and Moisture Survey have already been performed?

    A: 1.yes the roof system needs to be installed on top of existing LWC. 2. COH is responsible for the antennas 3.YES


    Q (Confirm Existing Roofing Material): Good afternoon, I hope all is well, at the pre-construction meeting today we were not allowed to do core samples on roofs 1-4, please confirm if there is preexisting tapered insulation or LWIC, if there is insulation, please confirm the height of the insulation at the highest point and lowest point of each roof section. If there is the LWIC please confirm high points and low points.

    A: Please see addendum No. 3. Please see revised core samples on Attachments Tab.


    Q (Coping Cap / Metal Flashing ): Per my visitation at the pre construction meeting today, please confirm that we are to tie into the coping cap that is connected to the standing seam metal panels with splice plates. Please confirm metal material that is to be installed for coping ( Galv. Alum. Stainless ). Furthermore , there were 6 different sizes of coping caps on different sections of the roof please confirm we are to go back with the same sizes.

    A: Yes, go back with the same sizes.


    Q (Stucco on Building 4 ): Good morning, During our preconstruction meeting on Building 4 the Stucco on the interior and top of the parapet was severely damaged and falling apart, please confirm if we are responsible to remove and replace the stucco on the interior and top of the parapet.

    A: Yes, contractor is responsible for the removal and replacement of stucco on the interior and top of the parapet.


    Q (A/C Equipment): During the walk through there was a A/C unit and Curb snug to the parapet wall. Please confirm Hialeah will be responsible remove and relocate the curb and A/C unit, along with any electrical conduits.

    A: Yes, the city will be responsible for the removal and relocation of the A/C unit along with any electrical conduits.


    Q (Slope of Roof ): Per Bid document you are requesting 1/8 slope or 1/4 please confirm a slope you would like to use and not either or since this will create a gap in Bids. Please confirm we are to use a Min 1/8 slope for the tapered insulation.

    A: 1/4 R-19 Average.


    Q (Pressure Treated Coping Cap Nailer ): Please confirm if we are to re-use existing Nailer or remove and replace with new PT Nailer.

    A: Remove and replace with new PT Nailer.


    Q (Min or Average Insulation ): Please confirm what is the R-Value we are supposed to achieve an average if R-19 or and Min of R-19 , Please confirm

    A: Average of R-19.


    Q (Lightning Protection ): There is no current lightning protection, are we to install new Lightning protection to all 4 Roofs , please confirm.

    A: No lightning protection system is needed for any of the buildings.


    Q (Request for Substitution): Elevate Roof Substitution. See attachment below!

    A: Please provide substitution form for alternate proposed materials. On the Question & Answer tab "Request Substitution" and complete and attach form using the uploader.


    Q (Contact ): Hi I'm trying to get my surveyor scheduled to go out to look at the roofs before the end of the week. Is there a contact/phone number i can call to confirm when he can go out there? Thanks!

    A: Contact Fernando at 786-271-7392


    Q (Clarification on Scope of Work): Does the aluminum roofing form part of the scope of work?

    A: No.


    Q (Request for Substitution): Respectfully submits this request for approval of a roofing system substitution for the above-referenced project. Attached for your review is the Polyglass technical approval letter confirming that the proposed roofing assembly is eligible for a Twenty (20) Year Polyglass NDL Roof System Warranty when installed in accordance with Polyglass installation requirements. The proposed system complies with the HVHZ assembly FL1654-R41 and provides a design pressure rating of −240 psf. The assembly includes a complete manufacturer-supported system consisting of vapor retarder, insulation, cover board, base membrane, and cap membrane.

    A: Please provide new specifications according to the changes attached.


    Q (Core Cuts): Good afternoon, At the pre-construction meeting we were not allowed to do core samples on roofs 1-4, please confirm the height of the insulation at the highest point and lowest point of each roof section. If there is the LWIC please confirm high points and low points.

    A: Please see addendum No. 3. Revised core samples attached.


    Q (Roof Inspection, Construction Oversight and Observation): Will this roof Replacement Project require any Roof Inspections, Weekly Reports, Project Management, and Construction Observation/ Observation?

    A: Yes, to all


    Q (Roof Inspection, Construction Oversight and Observation Proposal Creation): Thank you for that helpful Information. Since OptaMiss is not a roofing contractor, should we create our proposal for these services to be billed from the commencement of work through completion?

    A: Please see minimum qualifications, Section 3.5, respondent must possess a valid building contractor, general contractor, or roofing contractor license.


    Q (Request for Substitution): Currently the Scope of work has Soprema as the BOD and we would like to submit an alternative manufacture for consideration on this project. Concession Stand Soprema System Materials Vapor Barrier - Sopralene 180 SP 3.0 (ASTM 6164 T1 G-S) Insulation - Sopra ISO/Tapered (ASTM 1289 T2 C1 G2) Coverboard - Sopra Board 1/4" (ASTM Null) Base Ply and Flashing - Sopralene Flam 180 (ASTM 6164 T1 G-S) Cap Ply and Flashing - Sopralene 180 FR GR (ASTM 6164 T1 G-G) Warranty - 20 Year NDL FBC/NOA Testing - 20-0902.15 Pg. 78-79 Proposed Manufactor - Johns Manville Vapor Barrier - Dynaweld 180 S (ASTM 6164 T1 G-S) Insulation - Enrgy 3 ISO/Tapered (ASTM 1289 T2 C1 G2) Coverboard - DensDeck Prime 1/4" (ASTM C 1177) Base Ply and Flashing - DynaWeld 180 S (ASTM 6164 T1 G-S) Cap Ply and Flashing - DynaWeld 180 FR (ASTM 6164 T1 G-G) Warranty - 20 Year NDL FBC/NOA Testing - FBC 17013-R31 (HVHZ) C-A-56 Main Recreation Building Soprema System Materials Fastened Base Sheet - SopraBase TG (ASTM 4601 T2) Base Ply and Flashing - Sopralene Flam 180 (ASTM 6164 T1 G-S) Cap Ply and Flashing - Sopralene 180 FR GR (ASTM 6164 T1 G-G) Warranty - 20 Year NDL FBC/NOA Testing - FL3915-R39 (LWC-89) Proposed Manufactor - Johns Manville Fastened Base Sheet - PermaPly 28 (ASTM 4601 T2) Base Ply and Flashing - DynaWeld 180 S (ASTM 6164 T1 G-S) Cap Ply and Flashing - DynaWeld 180 FR (ASTM 6164 T1 G-G) Warranty - 20 Year NDL FBC/NOA Testing - FBC 17013-R31 (HVHZ) LC-M-25

    A: Yes, approved.


    Q (Request for Substitution): We do not work with Soprema. Elevate materials are widely available.

    A: You have to follow Soprema specs.


    Q (No subject): Given the current slope of the decks observed during the site visit, is tapered insulation necessary for this project, or can standard insulation be used?

    A: It can be done without tapered insulation, and standard insulation can be used if necessary.


    Q (Insurance Requirements): Could you please provide the Insurance Requirements and Insurance Checklist for this solicitation, including minimum limits, endorsements, and additional insured requirements? These are referenced in the solicitation, but we are unable to locate them in the available files.

    A: Please see Section 5. Response - 1.5. Insurance Requirements & Checklist.


    Q (Alternate Roof Assembly Clarification): Please confirm whether bidders may submit an approved equal roof assembly in lieu of the basis-of-design system where the proposed assembly does not include the separate vapor barrier and coverboard layers shown in Section 4.6, provided the complete system: 1. is Miami-Dade / Florida approved; 2. meets or exceeds the required minimum design pressure of -75.0 psf; 3. complies with all applicable ASTM standards and project specification requirements; and 4. provides the required 20-year NDL warranty. If acceptable, please confirm that an approved equal system without the separate vapor barrier and coverboard layers will be permitted and will not render the bid non-responsive, provided all code, performance, and warranty requirements are satisfied.

    A: Approved equal system, separate vapor barrier is not needed but cover board is necessary over insulation.


    Q (Trim/accessory Metal Inquiry): Trim/accessory Metal What material and gauge shall be for Scuppers, Counter Flashing or other metal products exposed.

    A: 24-gauge galvanized steel


    Q (Substitution Request Deadline): Please confirm the deadline and procedure for submitting substitution requests through the Q&A portal. Are substitution requests required to be submitted by the Q&A/RFI deadline, or may they be submitted later with supporting documentation prior to bid due date?

    A: Please provide substitution requests through the Q&A portal on the Question & Answer tab "Request Substitution" and complete and attach form using the uploader. Substitution requests are required to be submitted by the RFI deadline as they need to be approved by the construction director.


    Q (Proposed manufacturers substitution): Below are the proposed manufacturers substitution. Vapor Barrier: Current Material: Sopralene 180 SP 3.0 (ASTM 6164 T1 Grade S) Substitution: Certainteed - Flintlastic Ultra Poly SMS (ASTM 6164 T1 Grade S) Insulation: Current Material: Sopra ISO with Tapered Substitution: Certainteed ACFoamII ISO Tapered Cover Board: Current Material: SopraBoard 1/4" Asphaltic Board Substitution: USG Securock Gypsum-Fiber Roof Board 1/4" Base Ply and Base Flashing: Current Material: Sopraleme Flam 180 (ASTM 6164 T1 Grade S) Substitution: Certainteed - Flintlastic Ultra Poly SMS (ASTM 6164 T1 Grade S) Flashing: Current Material: Sopralene Flam 180 FR GR White (ASTM 6164 T1 Grade G) Substitution: Certainteed - Flintlastic GTS-FR (ASTM 6164 T2 Grade G) exceeds required astm. Substitution warranty: 20 Year No Dollar Limit Warranty from Certainteed. Material substitution proposed is all stock items.

    A: Please provide substitution form for alternate proposed materials. On the Question & Answer tab "Request Substitution" and complete and attach form using the uploader.


    Q (Request for Substitution): Currently the Scope of work has Soprema as the BOD and we would like to submit an alternative manufacture for consideration. Concession Stand Soprema System Materials Vapor Barrier - Sopralene 180 SP 3.0 (ASTM 6164 T1 G-S) Insulation - Sopra ISO/Tapered (ASTM 1289 T2 C1 G2) Coverboard - Sopra Board 1/4" (ASTM Null) Base Ply and Flashing - Sopralene Flam 180 (ASTM 6164 T1 G-S) Cap Ply and Flashing - Sopralene 180 FR GR (ASTM 6164 T1 G-G) Warranty - 20 Year NDL FBC/NOA Testing - 20-0902.15 Pg. 78-79 Proposed Manufactor - Elevate System No.C-A-20 Vapor Barrier: Elevate SBS PolyTorch Base. Base Insulation Layer: Elevate ISO 95+ GL or ISOGARD GL Top Insulation Layer: Min .25-inch USG SECUROCK Gypsum-Fiber Roof Board Base Sheet and Flashing: One SBS Poly Torch Base torch. Cap Ply and Flashing: One SBS Poly Torch Base torch. Membrane: One ply SBS Premium Torch FR torch applied to ply or base sheet. Warranty: 20 Year NDL FBC/NOA : FL15892-R16 Main Recreation Building Soprema System Materials Fastened Base Sheet - SopraBase TG (ASTM 4601 T2) Base Ply and Flashing - Sopralene Flam 180 (ASTM 6164 T1 G-S) Cap Ply and Flashing - Sopralene 180 FR GR (ASTM 6164 T1 G-G) Warranty - 20 Year NDL FBC/NOA Testing - FL3915-R39 (LWC-89) Proposed Manufactor - Elevate System No.LWC-136 Base Insulation Layer: Elevate SBS Base attached with Elevate 1.7 base ply fasteners. Base Sheet and Flashing: One SBS Poly Torch Base torch. Cap Ply and Flashing: Elevate SBS Premium FR Torch, torch applied Warranty: 20 Year NDL FBC/NOA : FL984-R17

    A: Yes, approved


    Q (Request for Substitution): Currently, the Scope of Work identifies Soprema as the Basis of Design (BOD), and we would like to submit an alternative manufacturer for consideration on this project. Concession Stand: Soprema System Vapor Barrier - Sopralene 180 SP 3.0 (ASTM D6164 Type I, Grade S) Insulation - Sopra ISO / Tapered (ASTM C1289 Type II, Class 1, Grade 2) Coverboard - Sopra Board 1/4" (ASTM N/A) Base Ply and Flashing - Sopralene Flam 180 (ASTM D6164 Type I, Grade S) Cap Ply and Flashing - Sopralene 180 FR GR (ASTM D6164 Type I, Grade G) Warranty - 20 Year NDL FBC/NOA Testing - 20-0902.15 Pg. 78–79 Proposed System: Polyglass Vapor Barrier - Elastoflex S6 (ASTM D6164 Type I, Grade S) Insulation - Polytherm ISO / Tapered (ASTM C1289 Type II, Class 1, Grade 2) Coverboard - DEXcell FA Glass Mat 1/4" (ASTM C1177) Base Ply and Flashing - Elastoflex S6 (ASTM D6164 Type I, Grade S) Cap Ply and Flashing - Elastoflex S6 G FR (ASTM D6164 Type I, Grade G) Warranty - 20 Year Full System Warranty (RSW / NDL Equivalent) FBC/NOA Testing - FPA FL1654-R41 (HVHZ) System C-28 Main Recreation Building: Soprema System Fastened Base Sheet - SopraBase TG (ASTM D4601 Type II) Base Ply and Flashing - Sopralene Flam 180 (ASTM D6164 Type I, Grade S) Cap Ply and Flashing - Sopralene 180 FR GR (ASTM D6164 Type I, Grade G) Warranty - 20 Year NDL FBC/NOA Testing - FL3915-R39 (LWC-89) Proposed System: Polyglass Fastened Base Sheet - Elastobase V (ASTM D4601 Type II) Base Ply and Flashing - Elastoflex S6 (ASTM D6164 Type I, Grade S) Cap Ply and Flashing - Elastoflex S6 G FR (ASTM D6164 Type I, Grade G) Warranty - 20 Year Full System Warranty (RSW / NDL Equivalent) FBC/NOA Testing - FPA FL1654-R41 (HVHZ) Systems LWC-64

    A: Approved.


    Q (Request for Substitution): Below are the proposed manufacturer's Substitution. Vapor Barrier: Current Material: Sopralene 180 SP 3.0 (ASTM 6164 T1 Grade S) Substitution: Certainteed - Flintlastic Ultra Poly SMS (ASTM 6164 T1 Grade S) Insulation: Current Material: Sopra ISO with Tapered Substitution: Certainteed ACFoamII ISO Tapered Cover Board: Current Material: SopraBoard 1/4" Asphaltic Board Substitution: USG Securock Gypsum-Fiber Roof Board 1/4" Base Ply and Base Flashing: Current Material: Sopraleme Flam 180 (ASTM 6164 T1 Grade S) Substitution: Certainteed - Flintlastic Ultra Poly SMS (ASTM 6164 T1 Grade S) Flashing: Current Material: Sopralene Flam 180 FR GR White (ASTM 6164 T1 Grade G) Substitution: Certainteed - Flintlastic GTS-FR (ASTM 6164 T2 Grade G) exceeds required astm. Substitution warranty: 20 Year No Dollar Limit Warranty from Certainteed. Material substitution proposed is all stock items.

    A: Please provide substitution form for alternate proposed materials. On the Question & Answer tab "Request Substitution" and complete and attach form using the uploader.


    Q (Request for Substitution): Concession Stand Soprema System Materials Vapor Barrier - Sopralene 180 SP 3.0 (ASTM 6164 T1 G-S) Insulation - Sopra ISO/Tapered (ASTM 1289 T2 C1 G2) Coverboard - Sopra Board 1/4" (ASTM Null) Base Ply and Flashing - Sopralene Flam 180 (ASTM 6164 T1 G-S) Cap Ply and Flashing - Sopralene 180 FR GR (ASTM 6164 T1 G-G) Warranty - 20 Year NDL FBC/NOA Testing - 20-0902.15 Pg. 78-79 Concession stand Proposed Manufacture - Certainteed Flintboard ISO Tapered (ASTM D1621) Coverboard - USG securock Roof Board 1/4" (ASTM C1278 ) Base Ply and Flashing - Ultra Poly SMS Base Sheet (ASTM 6164 T1 G-S) Cap Ply and Flashing - GTS-FR (ASTM 6164 T2 G-G) Warranty - 20 Year NDL FBC/NOA Testing - FBC FL2533-R34 (HVHZ) C-73 Main Recreation Building Soprema System Materials Fastened Base Sheet - SopraBase TG (ASTM 4601 T2) Base Ply and Flashing - Sopralene Flam 180 (ASTM 6164 T1 G-S) Cap Ply and Flashing - Sopralene 180 FR GR (ASTM 6164 T1 G-G) Warranty - 20 Year NDL FBC/NOA Testing - FL3915-R39 (LWC-89) Main Recreation Building Proposed Manufacture - Certainteed Fastened Base Sheet - Poly SMS Base (ASTM 4601 T2) Base Ply and Flashing - Ultra Poly SMS Base Sheet (ASTM 6164 T1 G-S) Cap Ply and Flashing - GTS-FR (ASTM 6164 T2 G-G) Warranty - 20 Year NDL FBC/NOA Testing - FBC FL2533-R34 (HVHZ) LWC-75

    A: Yes, if the manufacturer is Miami-Dade approved and materials are similar and available at the time of the project start date.


    Q (Estimated Award and Project Start Date): Can you please confirm the anticipated award date for this solicitation, as well as the estimated project start date or notice to proceed date?

    A: A specific award date has not yet been established. Any updates regarding the timeline of this project will be issued through the Opengov portal.


    Q (Request for Substitution): We respectfully submit this Substitution Request for approval of Polyglass as an alternate manufacturer to the Soprema basis-of-design. Main Recreation Building: 1. Fastened Base Sheet – SopraBase TG (ASTM D4601 Type II) 2. Base Ply and Flashing – Sopralene Flam 180 (ASTM D6164 Type I, Grade S) 3. Cap Ply and Flashing – Sopralene 180 FR GR (ASTM D6164 Type I, Grade G) 4. Warranty – 20-Year NDL 5. FBC/NOA Testing – FL3915-R39 (LWC-89) Main Recreation Building Proposed System: Polyglass 1. Fastened Base Sheet – Polyglass G2 Base (ASTM D4601 Type II) 2. Base Ply and Flashing – Elastoflex S6 (ASTM D6164 Type I, Grade S) 3. Cap Ply and Flashing – Elastoflex S6 G FR (ASTM D6164 Type I, Grade G) 4. Warranty – 20-Year NDL 5. FBC/NOA Testing – FL1654-R41 (HVHZ), System LWC-64 Concession Stand Soprema System 1. Vapor Barrier – Sopralene 180 SP 3.0 (ASTM D6164 Type I, Grade S) 2. Insulation – Sopra ISO / Tapered (ASTM C1289 Type II, Class 1, Grade 2) 3. Coverboard – Sopra Board 1/4" 4. Base Ply and Flashing – Sopralene Flam 180 (ASTM D6164 Type I, Grade S) 5. Cap Ply and Flashing – Sopralene 180 FR GR (ASTM D6164 Type I, Grade G) 6. Warranty – 20-Year NDL 7. FBC/NOA Testing – 20-0902.15 Pg. 78–79 Concession Stand – Proposed Polyglass System 1. Vapor Barrier – Not required per City clarification for approved equal system 2. Insulation – Polytherm tapered insulation (ASTM C1289 Type II, Class 1, Grade 2) 3. Coverboard – DEXcell FA Glass Mat 1/4" (ASTM C1177) 4. Base Ply and Flashing – Elastoflex S6 (ASTM D6164 Type I, Grade S) 5. Cap Ply and Flashing – Elastoflex S6 G FR (ASTM D6164 Type I, Grade G) 6. Warranty – 20-Year NDL 7. FBC/NOA Testing – FL1654-R41 (HVHZ), System C-28 For the Concession Stand, this request follows the City’s clarification that a separate vapor barrier is not required for an approved equal system, but coverboard remains required over insulation. Supporting documents are attached for review.

    A: Yes, if the manufacturer is Miami-Dade approved and materials are similar and available at the time of the project start date.


    Key dates

    1. February 15, 2026Published
    2. March 17, 2026Responses Due

    AI classification tags

    Frequently asked questions

    SLED stands for State, Local, and Education. These are solicitations issued by state governments, counties, cities, school districts, utilities, and higher education institutions — as opposed to federal agencies.

    SamSearch Platform

    Stop searching. Start winning.

    AI-powered intelligence for the right opportunities, the right leads, and the right time.