Loading...
Res No 014-21-15634 (2)RESOLUTION NO.: 014-21-15634 A Resolution authorizing the City Manager to execute the Design build contract with Advanced Roofing Inc., (d/b/a Advanced Green technologies) for photovoltaic system design and solar panel installation at City Facilities. WHEREAS, the City Mayor and Commission wish to design a photovoltaic system and provide solar panels installations at the roof top of the Community Center and the Mobley Building; and WHEREAS, the City Commission budgeted for this project in the Capital Improvement Program 5-Year Plan; and WHEREAS, the scope will consist of a complete design of a photovoltaic system consisting of engineering, permitting, installation and interconnection of the system; and WHEREAS, the City issued a Request for Qualifications for "Design Build Solar Panel installation at City Facilities" and it was the consensus of the Committee Advanced Roofing provided the most comprehensive proposal in accordance with the Selection Criteria provided in the RFQ; and WHEREAS, the City Manager was authorized to negotiate and execute a design build contract with Advanced Roofing, in accordance with Resolution No. 055-20-15495 dated June 2, 2020; and WHEREAS, the cost of the solar system installation at the roof of the Community Center is $133,298. The solar system will offset approximately 22.66% of the annual energy consumption resulting in an annual cost savings of $10,798 and the payback period on the investment is estimated at 11.1 years; and WHEREAS, the roof of the Community Center is approximately seventeen (17) years old, and by coating the roof now we can coordinate the solar installation and twenty (20) years manufacturing warranty on labor and materials which aligns nicely with the twenty-five (25) year power production guarantee associated with the solar panels. The cost for the roof coating is $104,867; and WHEREAS, the cost for the roof coating and solar system installation at the Community Center building is $ 238,165; and WHEREAS, the cost for the solar system installation at the roof top of the Mobley Building is $58,917.00. The system will be installed over a new roof at this facility which has a ten (10) year warranty. The solar system will offset approximately 31.77% of the annual energy consumption resulting in an annual cost savings of $2,153 and the payback period on the investment is estimated at 21.8 years.; and WHEREAS, the Mayor and City Commission desire to authorize the City Manager to execute the Design build contract with Advanced Roofing Inc., (d/b/a Advanced Green technologies) for photovoltaic system design and solar panel installation at City Facilities for a total amount not to exceed $297,082. WHEREAS, the expenditure shall be charged $297,082 to the to the Capital Improvement Program Fund Account number 301-1790-519-6450 with a balance of $ 715,000 before this request was made. NOW THEREFORE, BE IT RESOLVED BY THE MAYOR AND CITY COMMISSIONERS OF THE CITY OF SOUTH MIAMI, FLORIDA: Page 1 of 2 Res. No. 014-21-15634 Section 1. The foregoing recitals are hereby rated and confirmed as being true and they are incorporated into this resolution by reference as if set forth in full herein. Sedan 2. The City Manager is hereby authorized execute the Design build contract with Advanced Roofing Inc., (d/b/a Advanced Green technologies) for photovoltaic system design and solar panel installation at City Facilities for a total amount not to exceed $297,092. The expenditure shall be charged $297,092 to the to the Capital Improvement Program Fund Account number 301-1790-519-6450 with a balance of $ 787,483.72 before this request was made. Section 3. Corrections. Conforming language or technical scrivener -type corrections may be made by the City Attorney for any conforming amendments to be incorporated into the final resolution for signature. Section 4: Severability. If any section, clause, sentence, or phrase of this resolution is for any reason held invalid or unconstitutional by a court of competent jurisdiction, the holding shall not affect the validity of the remaining portions of this resolution. Section 5: Effective Date: This resolution shall become effective immediately upon adoption. PASSED AND ADOPTED this 2 nd day of February. 2021. ATTEST: APPROV D: CITY CLPRK MAYOR READ AND APPROVED AS TO FORM, COMMISSION VOTE: 5-0 LANGUAGE, LEGALITY AND EXECUTION Mayor Philips: Yea THEREOF Vice Mayor Welsh: Yea Commissioner Harris: Yea Z Commissioner Liebman: Yea CI TTORNEY Commissioner Gil: Yea Page 2 of 2 Agenda Item No:2. City Commission Agenda Item Report Meeting Date: February 2, 2021 Submitted by: Aurelio Carmenates Submitting Department: Public Works & Engineering Item Type: Resolution Agenda Section: Subject: A Resolution authorizing the City Manager to execute the Design build contract with Advanced Roofing Inc., (d/b/a Advanced Green technologies) for photovoltaic system design and solar panel installation at City Facilities. 3/5 (Mayor Philips) Suggested Action: Attachments: Me m o_Sol ar_for_City_Faci I iti es_sf.docx Reso Solarfor City Facilities - ajc1-25-21.docx Res No 055-20-15495.pdf Community Center Solar Proposal 1-21-21.pdf Community Center Coating Proposal 1-21-21.pdf Mobley Building Solar Proposal.pdf YCASoutiami THE CITY OF PLEASANT LIVING CITY OF SOUTH MIAMI OFFICE OF THE CITY MANAGER INTER -OFFICE MEMORANDUM To: The Honorable Mayor & Members of the City Commission FROM: Shari Karnali, City Manager DATE: February 2, 2021 SUBJECT: A Resolution authorizing the City Manager to execute the Design build contract with Advanced Roofing Inc., (d/b/a Advanced Green technologies) for photovoltaic system design and solar panel installation at City Facilities. BACKGROUND: The City desires to design a photovoltaic system and provide solar panels installations at the roof top of the Gibson -Bethel Community Center and the Mobley Building. The scope will consist of a complete design of a photovoltaic system consisting of engineering, permitting, installation and interconnection of the system per attached proposals. The system will provide a twenty-five (25) year limited guarantee on module power output, ten (10) year guarantee on inverters and optimizers and two (2) year guarantee on contractor's materials and labor. The return on investment is not efficient for the Solar system installation at the Public Works Administration building and the Murray Park Aquatic center. The City issued a Request for Qualifications for "Design Build Solar Panel Installation at City Facilities." A Selection Committee comprised of former Mayor, Philip Stoddard; Quentin Pough, Parks & Recreation Director, and Chairperson of the committee, Aurelio Carmenates, Capital Improvements Program Director, who reviewed and scored the proposals in accordance with the Evaluation and Selection procedures addressed in RFQ. It was the consensus of the Committee that Advanced Roofing provided the most comprehensive proposal in accordance with the Selection Criteria provided in the RFQ. The City Manager was authorized to negotiate and execute a design build contract with Advanced Roofing, in accordance with Resolution No. 055-20-15495 dated June 2, 2020. The cost of the solar system installation for the roof of the Gibson -Bethel Community Center is $133,298. The solar system will offset approximately 22.66% of the annual energy consumption resulting in an annual cost savings of $10,798 and the payback period on the investment is estimated at 11.1 years. The Community Center's roof is approximately seventeen (17) years old, and by coating the roof now, the City can coordinate the solar installation and twenty (20) years manufacturing warranty on labor and materials, which aligns nicely with the twenty-five (25) year power production guarantee associated with the solar panels. The cost for the roof coating is $ 104,867. Therefore, the total cost for the roof coating and solar system installation at the Community Center building is $238,165. FA South Miami THE CITY OF PLEASANT LIVING CITY OF SOUTH MIAMI OFFICE OF THE CITY MANAGER INTER -OFFICE MEMORANDUM The cost for the solar system installation at the roof top of the Mobley Building is $58,917.00. The system will be installed over a new roof at this facility which has a ten (10) year warranty. The solar system will offset approximately 31.77% of the annual energy consumption resulting in an annual cost savings of $2,153 and the payback period on the investment is estimated at 21.8 years. AMOUNT: Amount not to exceed $ 297,082. FUND & ACCOUNT: The expenditure shall be charged $297,082 to the to the Capital Improvement Program Fund Account number 301-1790-519-6450 with a balance of $ 787,483.72 before this request was made. ATTACHMENTS: Proposed Resolution Resolution #055-20-15495 Advanced Roofing Inc., solar proposal for Community Center building dated January 21, 2021 Advanced Roofing Inc., coating proposal for Community Center Roof dated January 21, 2021. Advanced Roofing Inc., solar proposal for Mobley building dated January 21, 2021. RESOLUTION NO.: 054 1.M A Resolution authorizing the City Manager to negotiate and exert to a Design Build contract for solar panel installation at the Public Works Main Administration building and the Murray Park Aquatic Center. WHEREAS, the City Mayor and Commission desires to provide solar panels at the Public Works Main Administration building and the Murray Park Aquatic Center, and WHEREAS, the City Commission budgeted for this project In the Capital Improvement Program 5-Year Plan; and WHEREAS, the City Issued a Request for Qualifications (RFQ) for solar panels Installation at the Public Works Main Administration building and the Murray Park Aquatic Center; and WHEREAS, the City received three (3) proposals in response to the RFQ; and WHEREAS, a Selection Committee comprised of City Staff and former Mayor reviewed and ranked and scored the proposals in a virtual meeting held on May 21, 2020, in accordance with the Evaluation Selection Criteria contained in the RFQ; and WHEREAS, the Selection Committee recommends Advanced Roofing to be the most comprehensive proposal in accordance with the Selection Criteria provided in the RFQ; and WHEREAS, the Mayor and City Commission desire to authorize the City Manager to negotiate and enter Into a contract for solar panel Installation at the Public Works Main Administration building and the Murray Park Aquatic Center for a total amount not to exceed the allocated budget amount of $80,000. WHEREAS, the expense for this project shall be charged $SS,CW to the Capital Improvement Program Fund account number 3011790-S19-6450 which has a balance of $301,327.29 prior to this request and $25,000 to the to the Capital Improvement Program Fund account number 301-2030-S72-64S0, which has a balance of $25AW prior to this request. NOW THEREFORE, BE IT RESOLVED BY THE MAYOR AND CITY COMMISSIONERS OF THE CITY OF SOUTH MIAMI, FLORIDA: Section i. The foregoing recitals are hereby ratified and confirmed as being true and they are incorporated Into this resolution by reference as if set forth In full herein. Sealan 2. The City Manager is authorized to negotiate the price, terms and conditions for a Design Build contract starting with Advanced Roofing for solar installations at the Public Works Administration building and the Murray Park Aquatic Center for a total amount not exceed the allocated budget amount of $80,000. Should the City Manager be unable to negotiate a satisfactory contract with Advanced Roofing at a price the City Manager determines to be fair, competitive, and reasonable, negotiations with that firm may formally terminated and begin. negotiations with the second most qualified firm. Failing to reach an agreement, satisfactory with the City Manager, with the second most qualified firm, the City Manager may terminate negotiations with that firm and undertake negotiations with the third most qualified firm. Section 3. corrections. Conforming language or technical scrivener -type corrections may be made by the City Attorney for any conforming amendments to be incorporated into the final resolution for signature. Page 1 of 2 6 Res. No. 055-20-15495 Section 4: Severability. if any section, clause, sentence, or phrase of this resolution is for any reason held invalid or unconstitutional by a court of competent jurisdiction, the holding shall not affect the validity of the remaining portions of this resolution. Section 5: Effective Date: This resolution shall become effective Immediately upon adoption. PASSED AND ADOPTED this 2nd day of June, 2020. ATTEST: APPROVED: ow � CITY CL RK AYOR READ AND APPROVED A"O FORM, COMMISSION VOTE: 5-0 LAN5GkUA- LEGALIT AND EXECUTION Mayor Philips: Yea 1 nER0F Vice Mayor Welsh: Yea Commissioner Harris: Yea n / Commissioner Liebman: Yea C ATTORN Commissioner Gil: Yea Page 2 of 2 7 EXHIBIT No. I SCOPE OF SERVICES ATTACHMENT A DESIGN BUILD SOLAR PANEL INSTALLATION AT CITY FACILITIES RFQ #PW2020-08 1. General Requirements: The City intends to solicit for the turnkey services for the design, permitting, purchase and installation of rooftop grid -tied photovoltaic ("PV") systems by licensed solar installers for commercial properties. The work specified in this Request for Qualifications (RFQ) consists of furnishing all goods, materials, supplies and services necessary to provide a completed project that meets all of the needs described in this Scope of Services and as otherwise described in this RFQ (the "Work"). The Work is to be performed per specifications and the contract documents. The Work includes, but is not limited to keeping the project site clean and safe, the furnishing all labor of the Contractor and the labor of all allowable subcontractors, the cost of dumpster(s) and the disposal of materials as well as all necessary technical specifications and permits; all necessary equipment, including rental equipment, machinery, tools, means of transportation, the coordination with any other City contractor, subcontractors and utility companies (i.e. power, gas, water) and the erection of construction safety fencing, cones, etc. at the end of each working day. Prior to any digging, if required, Respondents must locate all underground utilities and other facilities as well as contacting Sunshine 811 to coordinate the process between excavators and member utilities in Florida so that they can mark the approximate location of underground lines, pipes and cables on construction site. Permit fees are waived for permits required to be issued directly by the City of South Miami. Permit fees from other government entities, if required, shall be the responsibility of the Respondent/Contractor however, in all cases; it is the responsibility of Respondents/Contractors to secure any and all permits that may be required for this project. Contractor shall have a Florida Solar Contractor's License — Certified Solar Contractor (CV) license and/or Electrical Contractor. It is highly desirable that the contractor will have taken the course, "Installing Grid -Connected Photovoltaic Systems," conducted by the Florida Solar Energy Center (FSEC). The work associated with this project should be reflected in the Respondents proposal and EXHIBIT 1, SCOPE OF SERVICES, ATTACHMENT A d1 B. 11. Scope of Work: Scope of work involves the turnkey services for the design, permitting, supply and installation of rooftop grid -tied photovoltaic ("W") systems and related materials at selected City facilities/buildings by a licensed solar installer for commercial properties. 35 of 83 The work involves the design, permitting, supply of solar panels and related materials and the installation at City facilities/buildings identified in Exhibit 1, Scope of Services. "Site Locations," listed below. The design will include electrical diagrams and calculations, system design layout and structural diagrams and calculations. Work activity is limited to the hours from 7:00 a.m. through 6:00 p.m., on weekdays from Monday through Friday. III. Site Locations: The projects are located at: I. City of South Miami Public Works Facility, Main Administrative Building, 479S SW 75' Avenue, Miami, F1331 SS. 2. City of South Miami Murray Park Aquatic Center, 6701 SW 58 Place, South Miami, FL 33143. NOTE: Please refer to Exhibit 1, Scope of Services, Attachment B, "Site Locations" IV. Project Duration: The complete construction of the project is 120 calendar days from notice to proceed. V. Evaluation and Selection of Consultants: Selection of consultants shall be in accordance with Florida Statute 287.055, "Consultants Competitive Negotiation Act," and, Exhibit 4, "Evaluation and Selection Criteria." VI. Warranty: Standard manufacturers' warranties shall apply as well as a minimum one (1) year warranty for labor and materials. As a part of the proposal, Respondents shall provide the name of the manufacturer of the equipment, related specification sheets, site location of the manufacturer, and contacts. If equipment is being provided, the standard manufacturer's warranty information must be provided in writing for all equipment being proposed, including installation by an authorized licensed solar panel installer before final payment is made. NOTE: A Performance and Payment Bond is required for the full amount of the project END OF SECTION 36 of 83 EXHIBIT 5 CONSTRUCTION CONTRACT DESIGN BJILD SOLAR PANEL INSTALLATION AT CITY FACILITIES RFQ #PW2020-08 THIS CONTRACT was made and entered into on thiD-4day of'FUJ)0 2021 by and between Advanced Roofing. Inc- (hereafter referred to as "Contractor"), and the City of South Miami hereafter referred to as "Owner'), through its City Manager (hereafter referred to as "City"). WITNESETH: That, the Contractor, for the consideration hereinafter fully set out, hereby agrees with the Owner as follows: I. The Contractor shall furnish all labor, materials, equipment, machinery, tools, apparatus, transportation and any other items necessary to perform all of the work shown on and described in the Contract Documents and shall do everything required by this Contract and the other Contract Documents hereinafter referred to as the Work. 2. The Contract Documents shall include this Contract, General Conditions to the Contract, if any, the drawings, plans, specifications and project manual, if any, any supplementary or special conditions, other documents referring to this contract and signed by the parties, the solicitation documents ("hereinafter referred to as 'Bid Documents") and any documents to which those documents refer which are used by the Owner as well as any attachments or exhibits that are made a part of any of the documents described herein. 3. The Contractor shall commence the Work to be performed under this Contract on a date to be specified in a Notice to Proceed and shall complete all Work hereunder within the length of time set forth in the Contract Documents. 4. The Owner hereby agrees to pay to the Contractor for the faithful performance of this Contract, subject to additions and deductions as provided in the Contract Documents and any properly approved, written change orders, in lawful money of the United States, the Lump Sum amount of Two Hundred ninety seven thousand and eighty-two Dollars ($,297,082.00 (spell Dollar Amount Awe) ("Contract Price"). 5. The expenses of performing Work after regular working hours, and on Sunday and legal holidays shall be included in the Contract Price. The City may demand, at any point in time, that any part, or all, of the Work be performed after regular working hours. In such event, the Respondent shall have no right to additional compensation for such work. However, nothing contained herein shall authorize work on days and during hours that are otherwise prohibited by ordinance unless specifically authorized or instructed in writing by the City. 6. Upon submission by the Contractor of evidence satisfactory to the Owner that all labor, material, and other costs incurred by the Contractor in connection with the construction of the Work have been paid in full, and after compliance with the terms for payment provided for in the Contract Documents, final payment on account of this Contract shall be made within sixty (60) calendar days after the completion by the Contractor of all Work covered by this Contract and the acceptance of such Work by the Owner. 7. The Work shall be completed in 120 calendar days. In the event that the Contractor shall fail to complete the Work within the time limit stipulated in the Contract Documents, or the extended time limit agreed upon, in accordance with the procedure as more particularly set forth in the Contract Documents, liquidated damages shall be paid by the Contractor at the rate of $800.00 per dollars per day dollars per day plus any monies paid by the Owner to the Consultant, if any, for additional engineering and inspection services, if any, associated with such delay. 8. It is further mutually agreed between the parties hereto that if a Payment and/or Performance Bond ('Bond') is required and if, at any time after the execution of this Contract and the Bond for its faithful performance and payment, the City shall deem the Surety or Sureties upon such bond(s) to be unsatisfactory, or if, for any reason such bond ceases to be adequate to cover the performance of the Work or payment to subcontractors and suppliers, the Contractor shall, at its expense within five (5) business days after the receipt of notice from the City so to do, furnish an additional bond or bonds in such form and amount and with such Surety or Sureties as shall be satisfactory to the City. In such event, no further payment to the 50 of 84 Contractor shall be deemed to be due under this Contract until such new or additional security for the faithful performance of the Work is furnished in the manner and in the form satisfactory to the City. 9. No additional Work or extras shall be done unless the same is duly authorized in writing, and in advance of the work by appropriate action by the City and in accordance with the Contract Documents. 10. The date that this contract was "made and entered into" and its effective date is the date that the contract is the signed by the City or, if the contract is required to be approved by resolution of the City Commission, then the Effective Date is the date of the resolution approving the Contract whichever is the later date. IN WITNESS WHEREOF, the parties hereto have executed this Contract on the day and date set forth next to their name below and may be signed in one or more counterparts, each of which shall, without proof or accounting for the other counterpart, be deemed an original Contract. CONTRACTOR: Advanced Roof". Inc. Signature: C Z' Print Signatory's Name: Robert P. Kornahrens Tide of Signatory: President ATTESTED: OWNER: CITY OF SOUTHH'MIIA.MIn,, \n/� Signature: Signature ` �,"� keno A. Pay CIVIC Shari Karnali City Clerk City Manager Read and Approved as to Form, Language, Legality, and Execution Thereof: Signatur City Attorney 51 of 84 EXHIBIT b CONSTRUCTION CONTRACT GENERAL CONDITIONS DESIGN BUILD SOLAR PANEL INSTALLATION AT CITY FACILITIES RFQ #PW2020-08 ARTICLE I — DEFINITIONS Whenever used in these General Conditions or in the other Contract Documents, the following terms shall have the meaning indicated. These definitions shall always apply when the section of the Contract specifically refers to this Article for the purpose of interpreting a word or group of words in that section of the Contract Document. However, when the section of the Contract, where the word to be defined is used, does not specifically refers to this Article to define the word or group of words, the definitions contained in this Article shall not apply unless the word or group of words, in the context of it or their use in the Contract Document in question, is/are ambiguous and open for interpretation. In addition, these definitions shall also not apply to interpret terms in a specific provision of a Contract Document if that specific provision contains a definition of these terms: Addenda: Written or graphic documents issued prior to the Bid Opening which modify or interpret the Contract Documents, Drawings and Specifications, by addition, deletions, clarifications or correction. A2olication for Payment: A form approved by the CONSULTANT, if any, or the City Manager which is to be used by the CONTRACTOR in requesting progress payments. Bid: The offer or proposal of the Bidder submitted on the prescribed form setting forth the prices and other terms for the Work to be performed. Bidder. Any person, firm or corporation submitting a response to the Owner's solicitation for proposals or bids for Work. Bid Documents: The solicitation for bids or proposals and all documents that make up the solicitation including the instructions, form of documents and affidavits. Bonds: Bid bond, performance and payment bonds and other instruments of security, furnished by the CONTRACTOR and its surety in accordance with the Contract Documents and in accordance with the laws of the State of Florida. Change Order. A written order to the CONTRACTOR signed by the City Manager authorizing an addition, deletion or revision in the Work, or an adjustment in the Contract Price or the Contract Time issued after execution of the Contract. Work Order Proposals: Written proposals from the CONTRACTOR in response to orders or request for work based on the Scope of the Work provided by the City to the CONTRACTOR. The proposal includes line item pricing, where there are multiple locations, and the timeframe for completing the work CITY: The City Manager for the City of South Miami, 6130 Sunset Drive, South Miami, FL 33143, unless the context wherein the word is used should more appropriately mean the City of South Miami. Construction Observer. An authorized representative of the CONSULTANT, if any, or otherwise a representative of the City assigned to observe the Work performed and materials furnished by the CONTRACTOR. The CONTRACTOR shall be notified in writing of the identity of this representative. Contract Documents: The Contract Documents shall include the Contract between the Owner and the Contractor, other documents listed in the Contract and modifications issued after execution of the Contract as well as all Bid Documents including but not limited to the solicitation for Bid, CONTRACTOR'S Bid, the Bonds, Insurance endorsements, Insurance Certificates and policies, the Notice of Award, the Notice to Proceed, the General Conditions, Special Conditions, if any, any Supplementary Conditions, the Technical Specifications, Drawings, including any incorporated specifications, addenda to the drawings issued prior to execution of the Contract, Change Orders, Construction Change Directives and any written order for a minor change in the Work, and written modifications to any of the Contract Documents. Contract Price: The total moneys payable to the CONTRACTOR pursuant to the terms of the Contract Documents. Contract Time: The number of calendar days stated in the Contract for the completion of the Work. Contracting Officer. The individual who is authorized to sign the contract documents on behalf of the OWNER. CONTRACTOR: The person, firm or corporation with whom the OWNER has executed the Contract. CONSULTANT: The person identified as the CONSULTANT in the Supplementary Conditions or, if none, then CITY's designated representative as identified in the Supplementary Conditions. Dom, A period of twenty-four hours measured from the beginning of the day at 12:01 a.m. and it shall be presumed to be a calendar day unless specifically designated as a business day. 52 of 84 lam: The number of twenty-four (24) hour periods following the event to which the word "days" refers commencing at 12:01 a.m. at the start of the next day. Therefore, in computing any period of time prescribed or allowed by the Contract Documents, the day of the act, event or default from which the designated period of time begins to run shall not be included. The last day of the period so computed shall be included unless it is a Saturday, Sunday or legal holiday, in which event the period shall run until the end of the next business day that is not a Saturday, Sunday or legal holiday. Defective Work: Work that is unsatisfactory, faulty, or deficient in that it does not conform to the Contract Documents, or does not meet the requirements of any applicable inspection, reference standard, test, or approval referred to in the Contract Documents, or has been damaged prior to the CONSULTANT'S recommendation of final payment (unless responsibility for the protection thereof has been delegated to the Owner); substitutions that are not properly approved and authorized, any deficiency in the Work, materials and equipment; materials and equipment furnished under the Contract that are not good quality and new unless otherwise required or permitted by the Contract Documents. Drawings: The drawings which show the character and Scope of the Work to be performed and which have been prepared or approved by the CONSULTANT, or if none, then by an architect or engineer hired by the City and are referred to in the Contract Documents. Field Order: A written order issued by the CONSULTANT which clarifies or interprets the Contract Documents in accordance with Paragraph 9.3 or orders minor changes in the Work in accordance with paragraph 10.2. Modification: (a) A written amendment of the Contract Documents signed by both parties, (b) a Change Order signed by both parties, (c) a written clarification or interpretation if issued by the CONSULTANT in accordance with paragraph 9.3 or (d) a written order for minor change or alteration in the Work issued by the CONSULTANT pursuant to Paragraph 10.2. A modification may only be issued after execution of the Contract, it must be in writing and signed by the party against whom the modification is sought to be enforced. Non -conforming Work means work that does not conform to the Contract Documents and includes work that is unsatisfactory, faulty, or deficient or that does not meet the requirements of any applicable inspection, reference standard, test, or that does not meet any approval required by, or referred to in, the Contract Documents, or work that has been damaged prior to CONSULTANT's recommendation of final payment (unless responsibility for the protection thereof has been assumed in writing by CITY). Notice of Award: The written notice by CITY to the apparent successful Bidder stating that upon compliance with the conditions precedent to be fulfilled by it within the time specified, CITY will execute and deliver the Contract to him. Notice to Proceed: A written notice given by CITY to CONTRACTOR (with copy to CONSULTANT) fixing the date on which the Contract Time shall commence to run and on which CONTRACTOR shall start to perform its obligations under the Contract Documents. Person: An individual or legal entity. Project: The entire construction operation being performed as delineated in the Contract Documents. Pow The term "policy" as used in the Contract Documents shall mean the insurance binder, if it is issued, the declaration page of the policy and the body of the policy, including all endorsements. MQ: Request for Qualifications. Scope of Services. This phrase refers to the scope of the services or work to be performed and it has the same meaning as Scope of the Work unless the context in which the phase is used clearly means otherwise. Shop Drawings: All drawings, diagrams, illustrations, brochures, schedules and other data which are prepared by the CONTRACTOR, a Subcontractor, manufacturer, supplier, or distributor, and which illustrate the equipment, material or some portion of the work and as required by the Contract Documents. Samples: Physical examples which illustrate materials, equipment or workmanship and establish standards by which the Work will be judged. Specifications: Those portions of the Contract Documents consisting of written technical descriptions of materials, equipment, construction systems, standards and workmanship as applied to the Work. Subcontractor: An individual, firm or corporation having a direct contract with CONTRACTOR or with any other Subcontractor for the performance of a part of the Work at the construction site. Substantial Completion: The date, as certified by the CONSULTANT, when the construction of the Project or a certified part thereof is sufficiently completed, in accordance with the Contract Documents, so that the Project, or a substantial part, can be utilized for the purposes for which it was intended without restriction or limitation to any degree, other than for the repair of minor "punch list" items; or if there be no such certification, the date when final payment is due in accordance with paragraph 14.9. However, in no event shall the project or portion thereof, be deemed to be substantially completed until a certificate of occupancy or certificate of use is lawfully issued by the applicable governmental agency. A certificate of Substantial Completion, issued by the CONSULTANT, shall be null and void if it is based on false, misleading or inaccurate information, from any source, 53 of 84 or when it would not have been issue but for the consideration of Work that is thereafter found to be defective to a degree greater than that which would normally to be considered by the City to be minor "punch list" work. SuRRIier. Any person or organization who supplies materials or equipment for the Work, including the fabrication of an item, but who does not perform labor at the site of the Work. Su= The individual or entity who is an obligor on a Bond and who is bound with the CONTRACTOR for the full and faithful performance of the Contract and for the payment of all labor, services and materials used on the project Work: Any and all obligations, duties and responsibilities necessary for the successful performance and completion of the Contract. Notice: The term "Notice" as used herein shall mean and include all written notices, demands, instructions, claims, approvals and disapprovals required to obtain compliance with Contract requirements. Written notice shall be deemed to have been duly served if delivered in person to the individual or to a member of the firm or to an officer of the corporation for whom it is intended, or to an authorized representative of such individual, firm, or corporation, or if delivered at or sent by registered mail to the last known business address. Unless otherwise stated in writing, any notice to or demand upon the OWNER under this Contract shall be delivered to the City Manager and the CONSULTANT. ARTICLE 2 — PRELIMINARY MATTERS Award: 2.1 The CITY reserves the right to reject any and all Bids, at its sole discretion. Bids shall be awarded by the CITY to the lowest responsive and responsible Bidder. No Notice of Award shall be given until the CITY has concluded its investigation, as it deems necessary, to establish, to the satisfaction of the CITY, which Bidder is the most responsive and responsible of all the Bidders to complete the Work within the time prescribed and in accordance with the Contract Documents. The CITY reserves the right to reject the Bid of any Bidder who is not believed to be, in the sole discretion and satisfaction of the City, to be sufficiently responsible, qualified and financial able to perform the work. In analyzing a Bid, the CITY may also take into consideration alternate and unit prices, if requested by the Bid forms. If the Contract is awarded, the CITY shall issue the Notice of Award and give the successful Bidder a Contract for execution within ninety (90) day after opening of Bids. Execution of Contract: 2.2 At least four counterparts of the Contract, the Performance and Payment Bond, the Certificates of Insurance, the Binder of Insurance if issued, the Insurance Declaration Page if not included in the Policy of Insurance, the Policy of Insurance required by the Contract Documents, the written notice of designated supervisor or superintendent as provided in Section 6.1 of the General Conditions and such other Documents as required by the Contract Documents shall be executed and delivered by CONTRACTOR to the CITY within ten (10) calendar days of receipt of the Notice of Award. A Contract Document that requires the signature of a party may be executed in counterparts separately by each of the parties and, in such event, each counterpart separately executed shall, without proof or accounting for the other counterpart be deemed an original Contract Document Forfeiture of Bid SecuriWPerformance and Payment Bond. if any are required by the applicable RFO: 2.3 Within ten (10) calendar days of being notified of the Award, CONTRACTOR shall furnish a Performance Bond and a Payment Bond containing all the provisions of the Performance Bond and Payment Bond attached. 2.3.1 Each Bond shall be in the amount of one hundred percent (100%) of the Contract Price guaranteeing to OWNER the completion and performance of the Work covered in such Contract as well as full payment of all suppliers, material man, laborers, or Subcontractor employed pursuant to this Project Each Bond shall be with a Surety company whose qualifications meet the requirements of Sections 2.3.4, 2.3.5, and 2.3.6. 2.3.2 Each Bond shall continue in effect for five years after final completion and acceptance of the Work with the liability equal to one hundred percent (100%) of the Contract Sum. 2.3.3 Pursuant to the requirements of Section 255.05(l ), Florida Statutes, CONTRACTOR shall ensure that the Bond(s) referenced above shall be recorded in the public records of Miami -Dade County and provide CITY with evidence of such recording. 2.3.4 Each Bond must be executed by a surety company authorized to do business in the State of Florida as a surety, having a resident agent in the State of Florida and having been in business with a record of successful continuous operation for a least five (5) years. 54 of 84 2.3.5 The surety company shall hold a current certificate of authority as acceptable surety on federal bonds in accordance with the United States Department of Treasury Circular 570, current revisions. 2.3.6 The CITY shall only be required to accept a surety bond from a company with a rating A. VII or better. 2.3.7 Failure of the successful Bidder to execute and deliver the Contract, and deliver the required bonds and Insurance documents shall be cause for the CITY to annul the Notice of Award and declare the Bid and any security therefore forfeited. Contractor's Pre -Start Representation: 2.4 CONTRACTOR represents that it has familiarized itself with, and assumes full responsibility for having familiarized itself with the nature and extent of the Contract Documents, Work, locality, and with all local conditions and federal, state and local laws, ordinance, rules and regulations that may in any manner affect performance of the Work, and represents that it has correlated its study and observations with the requirements of the Contract Documents. CONTRACTOR also represents that it has studied all surveys and investigations, reports of subsurface and latent physical conditions referred to in the specifications and made such additional surveys and investigations as it deems necessary for the performance of the Work reflected in the Contract Documents and that he has correlated the results of all such data with the requirements of the Contract Documents. Commencement of Contract Time: 2.5 The Contract Time shall commence to run on the date stated in the Notice to Proceed. Starting the Project: 2.6 CONTRACTOR shall start to perform its obligations under the Contract Documents on the date the Contract Time commences to run. No Work shall be done at the site (as defined in Article 1), prior to the date on which the Contract Time commences to run, except with the written consent of the CITY. Before Starting Construction: 2.7 Before undertaking each part of the Work, CONTRACTOR shall carefully study and compare the Contract Documents and check and verify pertinent figures shown thereon and all applicable field measurements and conditions. It shall at once report in writing to CONSULTANT any conflict, error, or discrepancy which it may discover. Neither the OWNER nor the CONSULTANT shall be liable for any harm, damage or loss suffered by CONTRACTOR as a result of its failure to discover any conflict, error, or discrepancy in the Drawings or Specifications nor shall the CONTRACTOR be entitled to any compensation for any harm, damage or loss suffered by the CONTRACTOR due to any conflict, error, or discrepancy in the Contract Documents. Schedule of Completion: 2.8 Within Five (5) business days after delivery of the Notice to Proceed by CITY to CONTRACTOR, CONTRACTOR shall submit to CONSULTANT for approval, an estimated construction schedule indicating the starting and completion dates of the various stages of the Work, and a preliminary schedule of Shop Drawing submissions. The CONSULTANT shall approve this schedule or require revisions thereto within seven (7) calendar days of its submittal. If there is more than one CONTRACTOR involved in the Project, the responsibility for coordinating the Work of all CONTRACTORS shall be provided in the Special Conditions. 2.9 Within five (5) business days after delivery of the executed Contract by CITY to CONTRACTOR, but before starting the Work at the site, a pre -construction conference shall be held to review the above schedules, to establish procedures for handling Shop Drawings and other submissions, and for processing Applications for Payment, and to establish a working understanding between the parties as to the Project. Present at the conference will be the CITY'S representative, CONSULTANT, Resident Project Representatives, CONTRACTOR and its Superintendent. Oualifications of Subcontractors. Material men and Suppliers: 2.10 Within five (5) business days after bid opening, the apparent lowest responsive and responsible Bidder shall submit to the CITY and the CONSULTANT for acceptance a list of the names of Subcontractors and such other persons and organizations (including those who are to furnish principal items of materials or equipment) proposed for those portions of the Work as to which the identity of Subcontractors and other persons and organizations must be submitted as specified in the Contract Documents. Within 55 of 84 thirty (30) calendar days after receiving the list, the CONSULTANT will notify the CONTRACTOR in writing if either the CITY or the CONSULTANT has reasonable objection to any Subcontractor, person, or organization on such list. The failure of the CITY or the CONSULTANT to make objection to any Subcontractor, person, or organization on the list within thirty (30) calendar days of the receipt shall constitute an acceptance of such Subcontractor, person or organization. Acceptance of any such Subcontractor, person or organization shall not constitute a waiver of any right of the CITY or the CONSULTANT to reject defective Work, material or equipment, or any Work, material or equipment not in conformance with the requirements of the Contract Documents. 2.11 If, prior to the Notice of Award, the CITY or the CONSULTANT has reasonable objection to any Subcontractor, person or organization listed, the apparent low Bidder may, prior to Notice of Award, submit an acceptable substitute without an increase in its bid price. 2.12 The apparent silence of the Contract Documents as to any detail, or the apparent omission from them of a detailed description concerning any Work to be done and materials to be furnished, shall be regarded as meaning that only best practices are to prevail and only materials and workmanship of the best quality are to be used in the performance of the Work. ARTICLE 3—CORRELATION, INTERPRETATION AND INTENT OF CONTRACT DOCUMENTS 3.1 It is the intent of the Specifications and Drawings to describe a complete Project to be constructed in accordance with the Contract Documents. The Contract Documents comprise the entire Contract between the OWNER and the CONTRACTOR. They may be altered only by a modification as defined in Article 1. 3.2 The Contract Documents are complementary; what is called for by one is as binding as if called for by all the documents. If CONTRACTOR finds a conflict, error or discrepancy in the Contract Documents, it shall, before proceeding with the Work affected thereby, immediately call it to the CONSULTANT's attention in writing. The various Contract Documents are complementary; in case of conflict, error or discrepancy, the more stringent interpretation and requirement that shall provide the maximum benefit to the Owner shall apply 3.3 The words "furnish" and "furnish and install", "install", and "provide" or words with similar meaning shall be interpreted, unless otherwise specifically stated, to mean "furnish and install complete in place and ready for service". 3.4 Miscellaneous items and accessories which are not specifically mentioned, but which are essential to produce a complete and properly operating installation, or usable structure, providing the indicated functions, shall be furnished and installed without change in the Contract Price. Such miscellaneous items and accessories shall be of the same quality standards, including material, style, finish, strength, class, weight and other applicable characteristics, as specified for the major component of which the miscellaneous item or accessory is an essential part, and shall be approved by the CONSULTANT before installation. The above requirement is not intended to include major components not covered by or inferable from the Drawings and Specifications. 3.5 The Work of all trades under this Contract shall be coordinated by the CONTRACTOR in such a manner as obtain the best workmanship possible for the entire Project, and all components of the Work shall be installed or erected in accordance with the best practices of the particular trade. 3.6 The CONTRACTOR shall be responsible for making the construction of habitable structures under this Contract rain proof, and for making equipment and utility installations properly perform the specified function. If the CONTRACTOR is prevented from complying with this provision due to the Drawings or Specifications, the CONTRACTOR shall immediately notify the CONSULTANT in writing of such limitations before proceeding with construction in the area where the problem exists. 3.7 Manufacturer's literature, when referenced, shall be dated and numbered and is intended to establish the minimum requirements acceptable. Whenever reference is given to codes, or standard specifications or other data published by regulating agencies or accepted organizations, including but not limited to National Electrical Code, applicable State Building Code, Florida Building Code, Federal Specifications, ASTM Specifications, various institute specifications, and the like, it shall be understood that such reference is to the latest edition including addenda in effect on the date of the Bid. 3.8 Brand names where used in the technical specifications, are intended to denote the standard or quality required for the particular material or product. The term "equal" or "equivalent", when used in connection with brand names, shall be interpreted to mean a material or product that is similar and equal in type, quality, size, capacity, composition, finish, color and other applicable characteristics to the material or product specified by trade name, and that is suitable for the same use capable of performing the same function, in the opinion of the CONSULTANT, as the material or product so specified. Proposed equivalent items must be approved by CONSULTANT before they are purchased or incorporated in the 56 of 84 Work. (When a brand name, catalog number, model number, or other identification, is used without the phrase "or equal", the CONTRACTOR shall use the brand, make and model specified). 3.9 Throughout this agreement the male pronoun may be substituted for female and neuter and vice versa and the singular words substituted for plural and plural words substituted for singular wherever applicable. 3.10 All technical interpretations shall be made by the CONSULTANT as set forth in Section 9.3 below. 3.11 The CONTRACTOR shall have advised the CONSULTANT, prior to performing any work involving a conflict in the Contract Documents and the CONSULTANT shall make the final decision as to which of the documents shall take precedence. In the event that there is a conflict between or among the Contract Documents, only the latest version shall apply and the latest version of the Contract Documents. The CONSULTANT shall use the following list of Contract Documents as a guide. These documents are set forth below in the order of their precedence so that all the documents listed above a given document should have precedence over all the documents listed below it. (a) Change Orders (b) Amendments/addenda to Contract (c) Supplementary Conditions, if any (d) Contract with all Exhibits thereto (e) General Conditions (f) Written or figured dimensions (g) Scaled dimensions (h) Drawings of a larger scale (i) Drawings of a smaller scale 0) Drawings and Specifications are to be considered complementary to each other ARTICLE 4 —AVAILABILITY OF LANDS SUBSURFACE CONDITIONS REFERENCE POINTS Availability of Lands: 4.1 The OWNER shall furnish, as indicated in the Contract Documents, the lands upon which the Work is to be done, rights -of -way for access thereto, and such other lands which are designed for the use of the CONTRACTOR. Easements for permanent structures or permanent changes in existing facilities will be obtained and paid for by the OWNER, unless otherwise specified in the Contract Documents. Other access to such lands or rights -of -way for the CONTRACTOR'S convenience shall be the responsibility of the CONTRACTOR. The CONTRACTOR shall provide for all additional lands and access thereto that may be required for temporary construction facilities or storage of material and equipment. 4.2 The CITY will, upon request, furnish to the Bidders, copies of all available boundary surveys and subsurface tests at no cost. Subsurface Conditions: 4.3 The CONTRACTOR acknowledges that he has investigated prior to bidding and satisfied himself as to the conditions affecting the Work, including but not limited to those bearing upon transportation, disposal, handling and storage of materials, availability of labor, water, electric power, roads and uncertainties of weather, river stages, tides, water tables or similar physical conditions at the site, the conformation and conditions of the ground, the character of equipment and facilities needed preliminary to and during prosecution of the Work. The CONTRACTOR further acknowledges that he has satisfied himself as to the character, quality and quantity of surface and subsurface materials or obstacles to be encountered insofar as this information is reasonably ascertainable from an inspection of the site, including all exploratory work done by the OWNER/ CONSULTANT on the site or any contiguous site, as well as from information presented by the Drawings and Specifications made part of this Contract, or any other information made available to it prior to receipt of bids. Any failure by the CONTRACTOR to acquaint itself with the available information shall not relieve it from responsibility for estimating properly the difficulty or cost of successfully performing Work. The OWNER assumes no responsibility for any conclusions or interpretations made by the CONTRACTOR on the basis of the information made available by the OWNER/ CONSULTANT. Differing Site Conditions: 4.4 The CONTRACTOR shall within forty-eight (48) hours of its discovery, and before such conditions are disturbed, notify the CITY in writing, of 4.4.1 Subsurface or latent physical conditions at the site differing materially from those indicated in the Contract Documents, and 57 of 84 4.4.2 Unknown physical conditions at the site, of an unusual nature, differing materially from those ordinarily encountered and generally inherent in Work of the character provided for in this Contract. The CITY shall promptly investigate the conditions, and if it finds that such conditions do materially differ to the extent as to cause an increase or decrease in the CONTRACTOR'S cost of, or the time required for, performance of any part of the Work under this Contract, an equitable adjustment shall be made and the Contract modified in writing accordingly. 4.5 No claim of the CONTRACTOR under this clause shall be allowed unless the CONTRACTOR has given the notice required in 4.4 above; provided, however, the time prescribed therefore may be extended by the CITY, but only if done in writing signed by the City Manager or the CONSULTANT. ARTICLE S — INSURANCE Contractor shall comply with the insurance requirements set forth in the Supplementary Conditions to the Contract. ARTICLE 6 - CONTRACTOR'S RESPONSIBILITIES Supervision and Superintendence: 6.1 The CONTRACTOR shall supervise and direct the Work. It shall be solely responsible for the means, methods, techniques, sequences and procedures of construction. The CONTRACTOR shall employ and maintain a qualified supervisor or superintendent (hereinafter referred to as "Supervisor" at the Work site who shall be designated in writing by the CONTRACTOR, before the CONTRACTOR commences the Work and within the time required by the Contract, as the CONTRACTOR'S representative at the site. The Supervisor or so designated shall have full authority to act on behalf of the CONTRACTOR and all communications given to the Supervisor shall be as binding as if given to the CONTRACTOR. The Supervisor(s) shall be present at each site at all times as required to perform adequate supervision and coordination of the Work. (Copies of written communications given to the Supervisor shall be mailed to the CONTRACTOR'S home office). 6.1.1 The CONTRACTOR shall keep one record copy of all Specifications, Drawings, Addenda, Modifications and Shop Drawings at the site at all times and in good order and annotated to show all changes made during the construction process. These shall be available to the CONSULTANT and any CITY Representative at all reasonable times. A set of "As -Built" drawings, as well as the original Specifications, Drawings, Addenda, Modifications and Shop Drawings with annotations, shall be made available to the City at all times and it shall be delivered to the CITY upon completion of the Project. Labor, Materials and Equip 6.2 The CONTRACTOR shall provide competent, suitably qualified personnel to lay out the Work and perform construction as required by the Contract Documents. It shall at all times maintain good discipline and order at the site. 6.3 The CONTRACTOR shall furnish all materials, equipment, labor, transportation, construction equipment and machinery, tools, appliances, fuel, power, light, heat, local telephone, water and sanitary facilities and all other facilities and incidentals necessary for the execution, testing, initial operation and completion of the Work. 6.4 All materials and equipment shall be new, except as otherwise provided in the Contract Documents. When special makes or grades of material which are normally packaged by the supplier or manufacturer are specified or approved, such materials shall be delivered to the site in their original packages or containers with seals unbroken and labels intact. 6.5 All materials and equipment shall be applied, installed, connected, erected, used, cleaned and conditioned in accordance with the instructions of the applicable manufacturer, fabricator, or processors, except as otherwise provided in the Contract Documents. Work Materials, Equipment. Products and Substitutions: 6.6 Materials, equipment and products incorporated in the Work must be approved for use before being purchased by the CONTRACTOR. The CONTRACTOR shall submit to the CONSULTANT a list of proposed materials, equipment or products, together with such samples as may be necessary for them to determine their acceptability and obtain their approval, within ninety (90) calendar days after award of Contract unless otherwise stipulated in the Special Conditions. No request for payment for "or equal" equipment will be approved until this list has been received and approved by the CONSULTANT. 6.6.1 Whenever a material, article or piece of equipment is identified on the Drawings or Specifications by reference to brand name or catalog number, it shall be understood that this is referenced for the purpose of defining the performance or other salient requirements and that other products of 58 of 84 equal capacities, quality and function shall be considered. The CONTRACTOR may recommend the substitution of a material, article, or piece of equipment of equal substance and function for those referred to in the Contract Documents by reference to brand name or catalog number, and if, in the opinion of the CONSULTANT, such material, article, or piece of equipment is of equal substance and function to that specified, the CONSULTANT may approve its substitution and use by the CONTRACTOR. Incidental changes or extra component parts required to accommodate the substitute will be made by the CONTRACTOR without a change in the Contract Price or the Contract Time. 6.6.2 No substitute shall be ordered or installed without the written approval of the CONSULTANT who shall be the judge of quality. 6.6.3 Delay caused by obtaining approvals for substitute materials shall not be considered justifiable grounds for an extension of construction time. 6.6.4 Should any Work or materials, equipment or products not conform to requirements of the Drawings and Specifications or become damaged during the progress of the Work, such Work or materials shall be removed and replaced, together with any Work disarranged by such alterations, at any time before completion and acceptance of the Project. All such Work shall be done at the expense of the CONTRACTOR. 6.6.5 No materials or supplies for the Work shall be purchased by the CONTRACTOR or any Subcontractor subject to any chattel mortgage or under a conditional sale or other agreement by which an interest is retained by the Seller. The CONTRACTOR warrants that they have good title to all materials and supplies used by them in the Work. 6.6.6 Non -conforming Work The City of South Miami may withhold acceptance of, or reject items which are found upon examination, not to meet the specification requirements or conform to the plans and drawings. Upon written notification of rejection, items shall be removed or uninstalled within five (5) business days by the CONTRACTOR at his own expense and redelivered and/or reinstalled at his expense. Rejected goods left longer than thirty (30) calendar days shall be regarded as abandoned and the CITY shall have the right to dispose of them as its own property and the CONTRACTOR thereby waives any claim to the good or to compensation of any kind for said goods. Rejection for non-conformance or failure to meet delivery schedules may result in the CONTRACTOR being found in default. 6.6.7 In case of default by the CONTRACTOR, the City of South Miami may procure the articles or services from other sources and hold the CONTRACTOR responsible for any excess costs occasioned or incurred thereby. 6.6.8 The CITY reserves the right, in the event the CONTRACTOR cannot provide an item(s) or service(s) in a timely manner as requested, to obtain the good and/or services from other sources and deducting the cost from the Contract Price without violating the intent of the Contract. Concerning Subcontractors: 6.7 The CONTRACTOR shall not employ any Subcontractor, against whom the CITY or the CONSULTANT may have reasonable objection, nor will the CONTRACTOR be required to employ any Subcontractor who has been accepted by the CITY and the CONSULTANT, unless the CONSULTANT determines that there is good cause for doing so. 6.8 The CONTRACTOR shall be fully responsible for all acts and omissions of its Subcontractors and of persons and organizations directly or indirectly employed by it and of persons and organizations for whose acts any of them may be liable to the same extent that they are responsible for the acts and omissions of persons directly employed by them. Nothing in the Contract Documents shall create any contractual relationship between OWNER or CONSULTANT and any Subcontractor or other person or organization having a direct contract with CONTRACTOR, nor shall it create any obligation on the part of OWNER or CONSULTANT to pay or to see to payment of any subcontractor or other person or organization, except as may otherwise be required by law. CITY or CONSULTANT may furnish to any Subcontractor or other person or organization, to the extent practicable, evidence of amounts paid to the CONTRACTOR on account of specified Work done in accordance with the schedule values. 6.9 The divisions and sections of the Specifications and the identifications of any Drawings shall not control the CONTRACTOR in dividing the Work among Subcontractors or delineating the Work performed by any specific trade. 6.10 The CONTRACTOR agrees to bind specifically every Subcontractor to the applicable terms and conditions of the Contract Documents for the benefit of the OWNER. 6.11 All Work performed for the CONTRACTOR by a Subcontractor shall be pursuant to an appropriate agreement between the CONTRACTOR and the Subcontractor. 59 of 84 6.12 The CONTRACTOR shall be responsible for the coordination of the trades, Subcontractors material and men engaged upon their Work. 6.12.1 The CONTRACTOR shall cause appropriate provisions to be inserted in all subcontracts relative to the Work to bind Subcontractors to the CONTRACTOR by the terms of these General Conditions and other Contract Documents insofar as applicable to the Work of Subcontractors, and give the CONTRACTOR the same power as regards to terminating any subcontract that the OWNER may exercise over the CONTRACTOR under any provisions of the Contract Documents. 6.12.2 The CITY or CONSULTANT will not undertake to settle any differences between the CONTRACTOR and their Subcontractors or between Subcontractors. 6.12.3 If in the opinion of the CONSULTANT, any Subcontractor on the Project proves to be incompetent or otherwise unsatisfactory, they shall be promptly replaced by the CONTRACTOR if and when directed by the CONSULTANT in writing. 6.12A Discrimination: No action shall be taken by the any subcontractor with regard to the fulfilment of the terms of the subcontract, including the hiring and retention of employees for the performance of Work that would discriminate against any person on the basis of race, color, creed, religion, national origin, sex, age, sexual orientation, familial status or disability. This paragraph shall be made a part of the subcontractor's contract with the Contractor. Patent Fees and Ro ly es: 6.13 The CONTRACTOR shall pay all license fees and royalties and assume all costs incident to the use of any invention, design, process or device which is the subject of patent rights or copyrights held by others. He shall indemnify and hold harmless the OWNER and the CONSULTANT and anyone directly or indirectly employed by either of them from against all claims, damages, losses and expenses (including attorneys fees) arising out of any infringement of such rights during or after the completion of the Work, and shall defend all such claims in connection with any alleged infringement of such rights. 6.14 The CONTRACTOR shall be responsible for determining the application of patent and/or royalty rights as to any materials, appliances, articles or systems prior to bidding. However, he shall not be responsible for such determination on systems which do not involve purchase by them of materials, appliances and articles. Permits: 6.15 The CONTRACTOR shall secure and pay for all construction permits and licenses and shall pay for all governmental charges and inspection fees necessary for the prosecution of the Work, which are applicable at the time of his Bid. When such charges are normally made by the CITY and when so stated in the Special Conditions, there will be no charges to the CONTRACTOR. The CITY shall assist the CONTRACTOR, when necessary, in obtaining such permits and licenses. The CONTRACTOR shall also pay all public utility charges. Electrical Power and Light 6.16 Electrical power required during construction shall be provided by each prime CONTRACTOR as required by it. This service shall be installed by a qualified electrical Contractor approved by the CONSULTANT. Lighting shall be provided by the CONTRACTOR in all spaces at all times where necessary for good and proper workmanship, for inspection or for safety. No temporary power shall be used off temporary lighting lines without specific approval of the CONTRACTOR. Laws and Regulations: 6.17 The CONTRACTOR shall comply with all notices, laws, ordinances, rules and regulations applicable to the Work If the CONTRACTOR observes that the Specifications or Drawings are at variance therewith, it shall give the CONSULTANT prompt written notice thereof, and any necessary changes shall be adjusted by an appropriate modification. If the CONTRACTOR performs any Work knowing it to be contrary to such laws, ordinances, rules and regulations, and without such notice to the CONSULTANT, it shall bear all costs arising there from; however, it shall not be its primary responsibility to make certain that the Drawings and Specifications are in accordance with such laws, ordinances, rules and regulations. Discrimination: 6.17A No action shall be taken by the Contractor with regard to the fulfilment of the terms of the Contract, including the hiring and retention of employees for the performance of Work that would discriminate against any person on the basis of race, color, creed, religion, national origin, sex, age, sexual orientation, familial status or disability. 60 of 84 Taxes: 6.18 Cost of all applicable sales, consumer use, and other taxes for which the CONTRACTOR is liable under the Contract shall be included in the Contract Price stated by the CONTRACTOR. Safety and Protection: 6.19 The CONTRACTOR shall be responsible for initiating, maintaining and supervising all safety precautions and programs in connection with the Work. They shall take all necessary precautions for the safety of, and shall provide the necessary protection to prevent damage, injury or loss to: 6.19.1 All employees and other persons, who may be affected thereby, 6.19.2 All the Work and all materials or equipment to be incorporated therein, whether in storage on or off the site, and 6.19.3 Other property at the site or adjacent thereto, including trees, shrubs, lawns, walks, pavements, roadways, structures and utilities not designated for removal, relocation or replacement in the course of construction. 6.20 The CONTRACTOR shall designate a responsible member of their organization at the site whose duty shall be the prevention of accidents. This person shall be the CONTRACTOR'S Superintendent unless otherwise designated in writing by the CONTRACTOR to the CITY. Emergencies: 6.21 In emergencies affecting the safety of persons or the Work or property at the site or adjacent thereto, the CONTRACTOR, without special instruction or authorization from the CONSULTANT or CITY, is obligated to act, at his discretion, to prevent threatened damage, injury or loss. He shall give the CONSULTANT prompt written notice of any significant changes in the Work or deviations from the Contract Documents caused thereby. If the CONTRACTOR believes that additional Work done by him in an emergency which arose from causes beyond his control entitles him to an increase in the Contract Price or an extension of the Contract Time, he may make a claim therefore as provided in Articles I I and 12. Shop Drawings and Samples: 6.22 After checking and verifying all field measurements, the CONTRACTOR shall submit to the CONSULTANT for review, in accordance with the accepted schedule of shop drawing submissions, six (6) copies (or at the CONSULTANT option, one reproducible copy) of all Shop Drawings, which shall have been checked by and stamped with the approval of the CONTRACTOR. The Shop Drawings shall be numbered and identified as the CONSULTANT may require. The data shown on the Shop Drawings shall be complete with respect to dimensions, design criteria, materials of construction and the like to enable the CONSULTANT to review the information without any unnecessary investigation. 6.23 The CONTRACTOR shall also submit to the CONSULTANT for review, with such promptness as to cause no delay in Work, all samples required by the Contract Documents. All samples shall have been checked by and stamped with the approval of the CONTRACTOR, identified clearly as to material, manufacturer, any pertinent catalog numbers and the use for which intended. 6.24 At the time of each submission, the CONTRACTOR shall notify the CONSULTANT, in writing, of any deviations between the Shop Drawings or samples and the requirements of the Contract Documents. 6.25 The CONSULTANT shall review with responsible promptness Shop Drawings and Samples, but his review shall be only for conformance with the design concept of the Project and for compliance with the information given in the Contract Documents. The review of a separate item as such will not indicate review of the assembly in which the items functions. The CONTRACTOR shall make any corrections required by the CONSULTANT and shall return the required number of corrected copies of Shop Drawings and resubmit new samples until the review is satisfactory to the CONSULTANT. The CONTRACTOR shall notify the CONSULTANT, in writing, of any prior Shop Drawing or revisions to Shop Drawings that are in conflict with each submission or re -submission. The CONTRACTOR'S stamp of approval on any Shop Drawings or sample shall constitute representation to the CITY and the CONSULTANT that the CONTRACTOR has either determined and/or verified all quantities, dimension, field construction criteria, materials, catalog numbers and similar data or they assume full responsibility for doing so, and that they have reviewed or coordinated each Shop Drawing or sample with the requirements of the Work and the Contract Documents. 6.26 No Work requiring a submittal of a Shop Drawing or sample shall be commenced until the submission has been reviewed and approved in writing by the CONSULTANT. A copy of each Shop Drawing and each approved sample shall be kept in good order, in a book or binder, in chronological order or in such other 61 of 84 order required by the CONSULTANT in writing, by the CONTRACTOR at the site and shall be available to the CONSULTANT. 6.27 The CONSULTANTS review of Shop Drawings or samples shall not relieve the CONTRACTOR from his responsibility for any deviations from the requirements of the Contract Documents unless the CONTRACTOR has informed the CONSULTANT, in writing, to each deviation at the time of submission and the CONSULTANT has given written approval to the specific deviation, nor shall any review by the CONSULTANT relieve the CONTRACTOR from responsibility for errors or omissions in the Shop Drawings or samples. 6.27A The CONTRACTOR shall be liable to the OWNER for any additional cost or delay that is caused by its failure to notify the CONSULTANT of any of said deviations or conflicts between Shop Drawings or due to errors in the Shop Drawings or samples. Cleaning Up: 6.28 The CONTRACTOR shall clean up behind the Work as much as is reasonably possible as the Work progresses. Upon completion of the Work, and before acceptance of final payment for the Project by the OWNER, the CONTRACTOR shall remove all his surplus and discarded materials, excavated material and rubbish as well as all other material and equipment that does not form a part of the Work, from the property, roadways, sidewalks, parking areas, lawn and all adjacent property. In addition, the CONTRACTOR shall clean his portion of Work involved in any building under this Contract, so that no further cleaning by the OWNER is necessary prior to its occupancy and he shall restore all property, both public and private, which has been disturbed or damaged during the prosecution of the Work so as to leave the whole Work and Work Site in a neat and presentable condition. 6.29 If the CONTRACTOR does not clean the Work site, the CITY may clean the Work Site of the materials referred to in paragraph 6.28 and charge the cost to the CONTRACTOR. Public Convenience and Safety: 6.30 The CONTRACTOR shall, at all times, conduct the Work in such a manner as to insure the least practicable obstruction to public travel. The convenience of the general public and of the residents along and adjacent to the area of Work shall be provided for in a satisfactory manner, consistent with the operation and local conditions. "Street Closed" signs shall be placed immediately adjacent to the Work, in a conspicuous position, at such locations as traffic demands. At any time that streets are required to be closed, the CONTRACTOR shall notify law enforcement agencies and in particular, the City of South Miami Police Department, before the street is closed and again as soon as it is opened. Access to fire hydrants and other fire extinguishing equipment shall be provided and maintained at all times. Sanitary Provisions: 6.31 The CONTRACTOR shall provide on -site office, and necessary toilet facilities, secluded from public observation, for use of all personnel on the Work Site, whether or not in his employ. They shall be kept in a clean and sanitary condition and shall comply with the requirements and regulations of the Public Authorities having jurisdiction. They shall commit no public nuisance. Temporary field office and sanitary facilities shall be removed upon completion of the Work and the premises shall be left clean. Indemnification: 6.32 Contractor shall comply with the indemnification requirements set forth in the RFQ and in EXHIBIT 2 of the Supplementary Conditions (Insurance and indemnification requirements). 6.33 In the event that any action or proceeding is brought against OWNER or CONSULTANT by reason of any such claim or demand, CONTRACTOR, upon written notice from CITY shall defend such action or proceeding by counsel satisfactory to CITY. The indemnification provided above shall obligate CONTRACTOR to defend at its own expense or to provide for such defense, at CITY'S option, any and all claims of liability and all suits and actions of every name and description that may be brought against OWNER or CONSULTANT, excluding only those claims that allege that the injuries arose out of the sole negligence of OWNER or CONSULTANT. 6.34 The obligations of the CONTRACTOR under paragraph 6.33 shall not extend to the liability of the CONSULTANT, its agents or employees arising out of (a) the preparation or approval of maps, drawings, opinions, reports, surveys, Change Orders, designs or specifications or (b) the giving of or the failure to give directions or instructions by the CONSULTANT, its agents or employees provided such act or omission is the primary cause of injury or damage. 6.34A All of the forgoing indemnification provisions shall survive the term of the Contract to which these General Conditions are a part. Indemnification shall not exceed an amount equal to the total value of all 62 of 84 insurance coverage required by Section 5.1 of this document Indemnification is limited to damages caused in whole or in part by any act, omission, or default of the Contractor, the Contractor's subcontractors, sub -subcontractors, materialmen, or agents of any tier or their respective employees to the extent caused by the negligence, recklessness, or intentional wrongful misconduct of the indemnifying party and persons employed or utilized by the indemnifying party in the performance of the construction contract. Responsibility for Connection to Existing Work: 6.35 It shall be the responsibility of the CONTRACTOR to connect its Work to each part of the existing Work, existing building or structure or Work previously installed as required by the Drawings and Specifications to provide a complete installation. 6.36 Excavations, grading, fill, storm drainage, paving and any other construction or installations in rights -of - ways of streets, highways, public carrier lines, utility lines, either aerial, surface or subsurface, etc., shall be done in accordance with requirements of the special conditions. The OWNER will be responsible for obtaining all permits necessary for the Work described in this paragraph 6.36. Upon completion of the Work, CONTRACTOR shall present to CONSULTANT certificates, in triplicate, from the proper authorities, stating that the Work has been done in accordance with their requirements. 6.36.1 The CITY will cooperate with the CONTRACTOR in obtaining action from any utilities or public authorities involved in the above requirements. 6.36.2 The CONSULTANT shall be responsible for obtaining elevations of curbs and gutters, pavement, storm structures, and other items which must be established by governmental departments as soon as grading operations are begun on the site and, in any case, sufficiently early in the construction period to prevent any adverse effect on the Project. Cooperation with Governmental Departments. Public Utilities, Etc.: 6.37 The CONTRACTOR shall be responsible for making all necessary arrangements with governmental departments, public utilities, public carriers, service companies and corporations (hereinafter referred to as "third parties") owning or controlling roadways, railways, water, sewer, gas, electrical conduits, telephone, and telegraph facilities such as pavements, tracks, piping, wires, cables, conduits, poles, guys, etc., including incidental structures connected therewith, that are encountered in the Work in order that such items are properly shored, supported and protected, that their location is identified and to obtain authority from these third parties for relocation if the CONTRACTOR desires to relocate the item. The CONTRACTOR shall give all proper notices, shall comply with all requirements of such third parties in the performance of his Work, shall permit entrance of such third parties on the Project in order that they may perform their necessary work, and shall pay all charges and fees made by such third parties for their work. 6.37.1 The CONTRACTOR'S attention is called to the fact that there may be delays on the Project due to work to be done by governmental departments, public utilities, and others in repairing or moving poles, conduits, etc. The CONTRACTOR shall cooperate with the above parties in every way possible, so that the construction can be completed in the least possible time. 6.37.2 The CONTRACTOR shall have made itself familiar with all codes, laws, ordinances, and regulations which in any manner affect those engaged or employed in the Work, or materials and equipment use in or upon the Work, or in any way affect the conduct of the Work, and no plea of misunderstanding will be considered on account of damage or delay caused by his ignorance thereof. Use Premises: 6.38 CONTRACTOR shall confine its apparatus, storage of materials, and operations of its workmen to the limits indicated by law, ordinances, permits and directions of CONSULTANT and CITY, and shall not unnecessarily encumber any part of the site or any areas off site. 6.38.1 CONTRACTOR shall not overload or permit any part of any structure to be loaded with such weight as will endanger its safety, nor shall it subject any work to stresses or pressures that will endanger it. 6.38.2 CONTRACTOR shall enforce the rules and regulation promulgated by the CONSULTANT and OWNER as well as their instructions with regard to signs, advertisements, fires and smoking. 6.38.3 CONTRACTOR shall arrange and cooperate with CITY in routing and parking of automobiles of its employees, subcontractors and other personnel, as well as that of the material delivery trucks and other vehicles that come to the Project site. 6.38.4 The City will designate specific areas on the site for storage, parking, etc. and the job site shall be fenced to protect the job site and the general public. 63 of 84 6.38.5 The CONTRACTOR shall furnish, install and maintain adequate construction office facilities for all workers employed by it or by its Subcontractors. Temporary offices shall be provided and located where directed and approved by the CONSULTANT. All such facilities shall be furnished in strict accordance with existing governing regulations. Field offices shall include telephone facilities. Protection of Existing PropeM Improvements: 6.38 Any existing surface or subsurface improvements, such as pavements, curbs, sidewalks, pipes or utilities, footings, or structures (including portions thereof), trees and shrubbery, not indicated on the Drawings or noted in the Specifications as being removed or altered shall be protected from damage during construction of the Project. Any such improvements damaged during construction of the Project shall be restored at the expense of the CONTRACTOR to a condition equal to that existing at the time of award of Contract ARTICLE 7 - WORK BY OTHERS. 7.1 The CITY may perform additional Work related to the Project or may let other direct contracts therefor which shall contain General Conditions similar to these. The CONTRACTOR shall afford the other contractors who are parties to such direct contracts (or the OWNER, if it is performing the additional Work itself), reasonable opportunity for the introduction and storage of materials and equipment and the execution of Work, and shall properly connect and coordinate its Work with theirs. 7.2 If any part of the CONTRACTOR'S Work depends upon proper execution or results of the Work of any other contractor or the OWNER, the CONTRACTOR shall promptly report to the CONSULTANT in writing any defects or deficiencies in such Work that render it unsuitable for the CONTRACTOR's Work. 7.3 The CONTRACTOR shall do all cutting, fitting and patching of the Work that may be required to make its several parts come together properly and fit to receive or be received by such other Work. The CONTRACTOR shall not endanger any Work of others by cutting, excavating or otherwise altering their Work and shall only cut or alter their Work with the written consent of the CONSULTANT and of the other contractor whose work will be affected. 7.4 If the performance of additional Work by other contractors or the OWNER is not noted in the Contract Documents prior to the execution of the Contract, written notice thereof shall be given to the CONTRACTOR prior to starting any such additional Work. If the CONTRACTOR believes that the performance of such additional Work by the OWNER or others will cause the CONTRACTOR additional expense or entitles him to an extension of the Contract Time, he may make a claim therefore as provided in Articles I I and 12. 7.5 Where practicable, the CONTRACTOR shall build around the work of other separate contractors or shall leave chases, slots and holes as required to receive and to conceal within the general construction Work the work of such other separate contractors as directed by them. Where such chases, slots, etc., are impracticable, the Work shall require specific approval of the CONSULTANT. 7.6 Necessary chases, slots, and holes not built or left by the CONTRACTOR shall be cut by the separate contractor requiring such alterations after approval of the CONTRACTOR. The CONTRACTOR shall do all patching and finishing of the work of other contractors where it is cut by them and such patching and finishing shall be at the expense of CONTRACTOR 7.7 Cooperation is required in the use of site facilities and in the detailed execution of the Work. Each contractor shall coordinate their operation with those of the other Contractors for the best interest of the Work in order to prevent delay in the execution thereof. 7.8 Each of several contractors working on the Project Site shall keep themselves informed of the progress of the work of other contractors. Should lack of progress or defective workmanship on the part of other contractors interfere with the CONTRACTOR's operations, the CONTRACTOR shall notify the CONSULTANT immediately and in writing. Lack of such notice to the CONSULTANT shall be construed as acceptance by the CONTRACTOR of the status of the work of other contractors as being satisfactory for proper coordination of CONTRACTOR's own Work. 7.9 The cost of extra Work resulting from lack of notice, untimely notice, failure to respond to notice, Defective Work or lack of coordination shall be the CONTRACTOR's cost 7.10 The CITY reserves the right in the event the CONTRACTOR cannot provide an item(s) or service(s) in a timely manner as requested, to obtain the good and/or services from other sources and deducting the cost from the Contract Price without violating the intent of the Contract. 64 of 84 ARTICLE 8 — CITY'S RESPONSIBILITIES. 8.1 The CITY will issue all communications to the CONTRACTOR through the CONSULTANT. 8.2 In cases of termination of employment of the CONSULTANT, the CITY will appoint a CONSULTANT whose status under the Contract Documents shall be that of the former CONSULTANT. 8.3 The CITY shall promptly furnish the data required of them under the Contract Documents. 8.4 The C17 Y'S duties in respect to providing lands and easements are set forth in Paragraphs 4.1 and 4.2. 8.5 The CITY shall have the right to take possession of and use any completed or partially completed portions of the Work, notwithstanding the fact that the time for completing the entire Work or any portion thereof may not have expired; but such taking possession and use shall not be deemed an acceptance of any Work not completed in accordance with the Contract Documents. ARTICLE 9 — CONSULTANTS' STATUS DURING CONSTRUCTION. City's Representative: 9.1 The CONSULTANT shall be the CITY'S representative during the construction period. The duties and responsibilities and the limitations of authority of the CONSULTANT as the CITY'S representative during construction are set forth in Articles I through 16 of these General Conditions and shall not be extended without written consent of the CITY and the CONSULTANT. 9.1.1 The CONSULTANT's decision, in matters relating to aesthetics, shall be final, if within the terms of the Contract Documents. 9.1.2 Except as may be otherwise provided in this contract, all claims, counterclaims, disputes and other matters in question between the CITY and the CONSULTANT arising out of or relating to this Contract or the breach thereof, shall be decided in a court of competent jurisdiction within the State of Florida. Visits to Site: 9.2 The CONSULTANT shall provide an inspector to make periodic visits to the site at each phase of construction to observe the progress and quality of the executed Work and to determine if the Work is proceeding in accordance with the Contract Documents. His efforts shall be directed toward providing assurance for the OWNER and all applicable regulatory agencies that construction is in compliance with the Construction Documents and applicable laws, rules and regulations. On the basis of these on site - observations as an experienced and qualified design professional, he shall keep the CITY informed of the progress of the Work and shall guard the OWNER against defects and deficiencies in the Work of CONTRACTOR. Clarifications and Interpretations: 9.3 The CONSULTANT shall issue, with reasonable promptness, such written clarifications or interpretations of the Contract Documents (in the form of Drawings or otherwise) as it may determine necessary, which shall be consistent with, or reasonably inferable from, the overall intent of the Contract Documents. If the CONTRACTOR seeks an increase in the Contract Price or extension of Contract Time based on a written clarification and/or interpretation, it shall be required to submit a timely claim as provided in Articles I I and 12. Measurement of Quantities: 9.4 All Work completed under the Contract shall be measured by the CONSULTANT according to the United States Standard Measures. All linear surface measurements shall be made horizontally or vertically as required by the item measured. Rejecting Defective Work: 9.5 The CONSULTANT shall have authority to disapprove or reject Work that is "Defective Work" as defined in Article I. It shall also have authority to require special inspection or testing of the Work including Work fabricated on or off site, installed or completed as provided. In the event that the CONSULTANT requires testing of completed Work, the cost of such inspections and/or testing shall be approved in writing by the CITY. All consequential cost of such inspections and testing, including but not limited to the cost of testing and inspection, the cost of repairing any of the Work, or the work of others, the cost to move furniture and equipment and/or the cost to provide alternative facilities until the repair work can be completed, shall paid by the CONTRACTOR if the Work is found to be Defective Work. Shop Drawings. Change Orders and Payments: 65 of 84 9.6 In connection with the CONSULTANT responsibility as to Shop Drawings and samples, see paragraphs 6.25 through 6.28, inclusive. 9.7 In connection with the CONSULTANT's responsibility for Change Orders see Articles 10, 11, and 12. 9.8 In connection with the CONSULTANT responsibilities with respect to the Application for Payment, etc., see Article 14. Decisions on Disagreements: 9.10 The CONSULTANT shall be the initial interpreter of the Construction Documents. Limitations on Consultant's Responsibilities: 9.11 The CONSULTANT will not be responsible for the construction means, methods, techniques, sequences or procedures, or the safety precautions and programs incident thereto. 9.12 The CONSULTANT will not be responsible for the acts or omissions of the CONTRACTOR, or any Subcontractors, or any of their agent servants or employees, or any other person performing any of the Work under or through them. ARTICLE 10 - CHANGES IN THE WORK. 10.1 Without invalidating the Contract, the CITY may, at any time or from time to time, order additions, deletions or revisions in or to the Work which shall only be authorized by a written Change Orders. Upon receipt of a Change Order, the CONTRACTOR shall proceed with the Work involved. All such Work shall be performed under the applicable conditions of the Contract Documents. If any authorized written Change Order causes an increase or decrease in the Contract Price or an extension or shortening of the Contract Time, an equitable adjustment will be made as provided in Article I I or Article 12. A written Change Order signed by the CITY and the CONTRACTOR indicates their agreement to the terms of the Change Order. All Change Orders shall be certified by the CONSULTANT as to the appropriateness and value of the change in the Work as well as to any change in the time to complete the Work under the circumstances. The failure to include a time extension in the Change Order or in the request for a change order shall result in a waiver of any extension of time due to the change in the work as reflected in the Change Order. 10.2 The CONSULTANT may authorize minor changes or alterations in the Work not involving extra cost and not inconsistent with the overall intent of the Contract Documents without the need for a formal written Change Order provided the CONTRACTOR does not request additional time or additional compensation. These may be accomplished by a written Field Order. If the CONTRACTOR believes that any change or alteration authorized by the CONSULTANT's Field Order would entitles the CONTRACTOR to an increase in the Contract Price or extension of Contract Time, it must submit a written notice of intent to demand a Change Order within twenty-four (24) hours of the issuance of the Field Order and submit a written proposal for Change Order within four (4) days thereafter, otherwise the CONTRACTOR shall be deemed to have waived such claim. 10.3 Additional Work performed by the CONTRACTOR without authorization of a written Change Order shall not entitle it to an increase in the Contract Price or an extension of the Contract Time, except in the case of an emergency as provided in paragraph 6.22 and except as provided in paragraph 10.2. 10.4 The CITY will execute appropriate Change Orders prepared by the CONSULTANT covering changes in the Work, to be performed as provided in paragraph 4.4, and Work performed in an emergency as provided in paragraph 6.22 and any other claim of the CONTRACTOR for a change in the Contract Time or the Contract Price which is approved by the CONSULTANT. 10.5 It is the CONTRACTOR'S responsibility to notify its Surety of any changes affecting the general Scope of the Work or change in the Contract Price or Contract Time and the amount of the applicable bonds shall be adjusted accordingly. The CONTRACTOR shall furnish proof of such an adjustment to the CITY before commencement of the Change Order Work. The Work shall be stopped until the CONTRACTOR provides such proof of adjustment in the Bond amount and any such delay shall be charged to the CONTRACTOR. ARTICLE I I — CHANGE OF CONTRACT PRICE, 1 I.1 The Contract Price constitutes the total compensation payable to the CONTRACTOR for Performing the Work. All duties, responsibilities and obligations assigned to or undertaken by the CONTRACTOR shall be at its expense without changing the Contract Price. 66 of 84 11.2 The CITY may, at any time, without written notice to the sureties, by written order designated or indicated to be a Change Order, make any change in the Work within the general scope of the Contract, including but not limited to changes to or in: 1 1.2.1 Specifications (including drawings and designs); 11.2.2 Method or manner of performance of the Work. 1 1.2.3 CITY -furnished facilities, equipment, materials, services, or site; or 11.2.4 Acceleration in the performance of the Work. 11.3 Except as provided in this section, or sections referred to in this section, no order, statement, or conduct of the CITY shall be treated as a Change Order or entitle the CONTRACTOR to an equitable adjustment unless and until the change in the Work is specifically and expressly provided for in a written Change Order, or as otherwise provided in another section of the Contract Documents. 11.4 When a Change Order is issued by the CONSULTANT and signed by the CITY or issued by the CITY in writing, the CONTRACTOR shall perform the Work even if the CONTRACTOR does not agree with the dollar amount of the Change Order. If any Change Order causes an increase or decrease in the CONTRACTOR'S cost of, or the time required for, the performance of any part of the Work under this Contract, for which the CITY and the CONTRACTOR cannot reach a timely agreement, an equitable adjustment based on the cost of the Work shall be made and the Contract modified accordingly. 11.5 If the CONTRACTOR intends to assert a claim for an equitable adjustment or contest the equitable adjustment made by the CONSULTANT, it shall, within ten (10) calendar days after receipt of a written Change Order, submit to the CITY and CONSULTANT a written notice including a statement setting forth the general nature and monetary extent of such claim for equitable adjustment, time extension requested and supporting data. In determining the cost of the Change Order, the costs shall be limited to those listed in section 11.7 and 11.8. 11.6 No claim by the CONTRACTOR for an equitable adjustment hereunder shall be allowed if not submitted in accordance with this section or if asserted after final payment under this Contract. 11.7 The value of any Work covered by a Change Order or of any claim for an increase or decrease in the Contract Price shall be determined in one of the following ways: 11.7.1 By negotiated lump sum. 11.7.2 On the basis of the reasonable cost and savings that results from the change in the Work plus a mutually agreed upon fee to the CONTRACTOR to cover overhead and profit not to exceed I S%. If the CONTRACTOR disagrees with the CONSULTANTS determination of reasonable costs, the CONTRACT shall provide a list of all costs together with backup documentation 11.8 The term cost of the Work means the sum of all direct extra costs necessarily incurred and paid by the CONTRACTOR in the proper performance of the Change Order. Except as otherwise may be agreed to in writing by CITY, such costs shall be in amounts no higher than those prevailing in Miami -Dade County and shall include only the following items: 11.8.1 Payroll costs for employees in the direct employ of CONTRACTOR in the performance of the Work described in the Change Order under schedules of job classifications agreed upon by CITY and CONTRACTOR. Payroll costs for employees not employed full time on the Work shall be apportioned on the basis of their time spent on the Work. Payroll costs shall be limited to: salaries and wages, plus the costs of fringe benefits which shall include social security contributions, unemployment, excise and payroll taxes, workers' compensation, health and retirement benefits, sick leave, vacation and holiday pay applicable thereto. Such employees shall include superintendents and foremen at the site. The expenses of performing Work after regular working hours, on Sunday or legal holidays shall be included in the above only if authorized by CITY and provided it was not in any way, whether in whole or in part the result of the fault of the CONTRACTOR due to negligence of the CONTRACTOR or those acting by or through him or due in whole -or in part to Defective Work of the CONTRACTOR. 1 1.8.2 Cost of all materials and equipment furnished and incorporated in the Work, including costs of transportation and storage, and manufacturers' field services required in connection therewith. The CONTRACTOR shall notify the CITY of all cash discounts that are available and offer the CITY the opportunity to deposit funds with the CONTRACTOR for the payment for items that offer a discount. Cash discounts shall accrue to CONTRACTOR unless the CONTRACTOR fails to timely notify the CITY of the discounts or if the OWNER deposits funds with CONTRACTOR with which to make payments in which cases the cash discounts shall accrue to the OWNER. All trade discounts, rebates and refunds, and all returns from sale of surplus materials and equipment shall accrue to OWNER, and CONTRACTOR shall make provisions so that they may be obtained. 67 of 84 1 1.8.3 Payments made by CONTRACTOR to the Subcontractors for Work performed by Subcontractors. If required by CITY, CONTRACTOR shall obtain competitive bids from Subcontractors acceptable to him and shall deliver such bids to CITY who will then determine, with the advice of the CONSULTANT, which Bids will be accepted. No subcontract shall be a cost plus contract unless approved in writing by the CITY. If a Subcontract provides that the Subcontractor is to be paid on the basis of Cost of Work plus a fee, the cost of the Work shall be determined in accordance this section 11.8 and in such case the word "Subcontractor" shall be substituted for the word "CONTRACTOR". 11.8.4 Rentals of all construction equipment and machinery, except hand tools, and the parts thereof whether rented from CONTRACTOR or others in accordance with rental agreements approved by CITY with the advice of CONSULTANT, and the costs of transportation, loading, unloading, installation, dismantling and removal thereof - all in accordance with terms of said rental agreements. The rental of any such equipment, machinery or parts shall cease when the use thereof is no longer necessary for the Work. 11.8.5 Sales, use or similar taxes related to the Work, and for which CONTRACTOR is liable, imposed by any governmental authority. 1 1.8.6 Payments and fees for permits and licenses. Costs for permits and licenses must be shown as a separate item. 1 1.8.7 The cost of utilities, fuel and sanitary facilities at the site. 11.8.8 Minor expenses such as telegrams, long distance telephone calls, telephone service at the site, expressage and similar petty cash items in connection with the Work. 11.8.9 Cost of premiums for additional Bonds and insurance required solely because of changes in the Work, not to exceed two percent (2%) of the increase in the Cost of the Work. 11.9 The term Cost of the Work shall NOT include any of the following: 11.9.1 Payroll costs and other compensation of CONTRACTOR'S officers, executives, principals (of partnership and sole proprietorships), general managers, engineers, architects, estimators, lawyers, agents, expediters, timekeepers, clerks and other personnel employed by CONTRACTOR whether at the site or in its principal or a branch office for general administration of the Work and not specifically included in the schedule referred to in Subparagraph I I .S. 1 1.9.2 Expenses of CONTRACTOR'S principal and branch offices other than its office at the site. 11.9.3 Any part of CONTRACTOR'S capital expenses, including interest on CONTRACTOR'S capital employed for the Work and charges against CONTRACTOR for delinquent payments. 1 1.9.4 Cost of premiums for all bonds and for all insurance policies whether or not CONTRACTOR is required by the Contract Documents to purchase and maintain the same (except as otherwise provided in Subparagraph 11.8.9). 1 1.9.5 Costs due to the negligence of CONTRACTOR, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable, including but not limited to, the correction of defective work, disposal of materials or equipment wrongly supplied and making good any damage to property. 11.9.6 Other overhead or general expense costs of any kind and the costs of any item not specifically and expressly included in Paragraph 11.8. 11.10 The CONTRACTOR'S fee which shall be allowed to CONTRACTOR for its overhead and profit shall be determined as follows: 11.10.1 A mutually acceptable firm fixed price; or if none can be agreed upon. 11.10.2 A mutually acceptable fixed percentage (not to exceed 15%). 11.11 The amount of credit to be allowed by CONTRACTOR to OWNER for any such change which results in a net decrease in cost will be the amount of the actual net decrease in costs calculated in the same manner as provided in 11.8. When both additions and credits are involved in any one change, the net shall be computed to include overhead and profit, identified separately, for both additions and credit, provided however, the CONTRACTOR shall not be entitled to claim lost profits for any Work not performed. ARTICLE 12 - TIME FOR COMPLETION, LIQUIDATED DAMAGES AND CHANGE OF THE CONTRACT TIME. 12.1 Time is of the essence to this contract and the date of beginning and the time for completion of the Work are essential conditions of the Contract. Therefore, the Work shall be commenced on the date specified in the Notice to Proceed and completed within the time specified for completion of the work. 12.2 The CONTRACTOR shall proceed with the Work at such rate of progress to ensure full completion within the Contract Time. It is expressly understood and agreed, by and between the CONTRACTOR 68 of 84 and the OWNER, that the Contract Time for the completion of the Work described herein is a reasonable time, taking into consideration the average climatic and economic conditions and other factors prevailing in the locality of the Work. No extension of time shall be granted due conditions that the Contractor knew of or should have known of before bidding on the project or due to inclement weather, except as provided in section 12.7. 12.3 If the CONTRACTOR shall fail to complete the Work within the Contract Time, or extension of time granted by the CITY, then the CONTRACTOR shall pay to the OWNER the amount of liquidated damages as specified in the Contract Documents for each calendar day after the scheduled date for completion as adjusted by written Change Orders that extended the completion date. 12.3.1 These amounts are not penalties but are liquidated damages incurred by the OWNER for its inability to obtain full use of the Project. Liquidated damages are hereby fixed and agreed upon between the parties, recognizing the impossibility of precisely ascertaining the amount of damages that will be sustained as a consequence of such delay, and both parties desiring to obviate any question or dispute concerning the amount of said damages and the cost and effect of the failure of CONTRACTOR to complete the Contract on time. The above -stated liquidated damages shall apply separately to each phase of the Project for which a time for completion is given. 12.3.2 CITY is authorized to deduct the liquidated damages from monies due to CONTRACTOR for the Work under this Contract. 12.4 The Contract Time may only be changed by a written Change Order. Any claim for an extension in the CONTRACT TIME shall be based on written notice delivered to the CITY and CONSULTANT within five (5) business days of the occurrence of the event giving rise to the claim and stating the general nature of the claim including supporting data. All claims for adjustment in the Contract Time shall be evaluated and recommended by the CONSULTANT, with final approval by the CITY'S representative. Any change in the Contract Time resulting from any such claim shall be incorporated in a written Change Order. 12.5 All time limits stated in the Contract Documents are of the essence of the Contract 12.6 No claim for delay shall be allowed because of failure to furnish Drawings before the expiration of fourteen (14) calendar days after demand has been made in writing to the CONSULTANT for such Drawings. Furthermore, there shall be no monetary compensation for such delay and the CONTRACTOR's sole remedy shall be an extension of time for the period of delay. 12.7 Extensions to the Contract Time for delays caused by the effects of inclement weather shall not be granted unless the weather was unusual for South Florida and could not have been anticipated, the abnormal weather is documented by records from the national weather service and the abnormal weather is documented to have had a substantial affected on the construction schedule. 12.8 No Damages for Delay: The CONTRACTOR agrees that he shall not have any claim for damages due to delay unless the delay exceeds 6 months, whether individually or cumulatively, and then the damages shall be limited to increased cost of materials that were unanticipated and that would not have been incurred but for the delay. Other than as set forth above, the only remedy for any delay shall be limited to an extension of time as provided for in Section 12.4 which shall be the sole and exclusive remedy for such resulting delay. Other than as set forth above, CONTRACTOR shall not be entitled to an increase in the Contract Price or payment or compensation of any kind from OWNER for direct, indirect, consequential, impact or other costs, expenses or damages, including but not limited to, costs of acceleration or inefficiency, overhead or lost profits, arising because of delay, disruption, interference or hindrance from any cause whatsoever, whether such delay, disruption, interference or hindrance be reasonable or unreasonable, foreseeable or unforeseeable, or avoidable or unavoidable. 12.9 The CONTRACTOR waives all claims that are not presented to the City in writing on or before the 21 st day following the date of the event upon which the claim is based. 12.10 Dispute Resolution: If any dispute concerning a question of fact arises under the Contract, other than termination for default or convenience, the CONTRACTOR and the city department responsible for the administration of the Contract shall make a good faith effort to resolve the dispute. If the dispute cannot be resolved by agreement, then the department with the advice of the City Attorney and the CONSULTANT shall rule on the disputed issue and send a written copy of its decision to the CONTRACTOR. CONTRACTOR shall comply with such decision and shall not delay the project ARTICLE 13 — GUARANTEE. 13.1 The CONTRACTOR shall guarantee and unconditionally warrant through either the manufacturer or the CONTRACTOR directly, all materials and equipment furnished and Work performed for patent Defective Work for a period of one (1) year from the date of Final Acceptance as indicated in the CONSULTANT Letter of Recommendation of Acceptance, if issued, the Certificate of Occupancy, if issued, or the Certificate of Completion, if issued by the City, whichever is applicable and if more than one is applicable, 69 of 84 the one that is issued last, for patent Defective Work,. The same guarantee and unconditional warranty shall be extended for three (3) years from the date of Final Acceptance as indicated in the CONSULTANT Letter of Recommendation of Acceptance, if issued, the Certificate of Occupancy, if issued, or the Certificate of Completion, if issued by the City, whichever is applicable and if more than one is applicable, the one that is issued last, for latent Defective Work. The CITY will give notice of observed defects with reasonable promptness. In the event that the CONTRACTOR should fail to commence to correct such Defective Work within ten (10) calendar days after having received written notice of the defect, or should the CONTRACTOR commence the corrective work, but fail to prosecute the corrective work continuously and diligently and in accordance with the Contract Documents, applicable law, rules and regulations, the CITY may declare an event of default, terminate the Contract in whole or in part and cause the Defective Work to be removed or corrected and to complete the Work at the CONTRACTOR's expense, and the CITY shall charge the CONTRACTOR the cost thereby incurred. The Performance Bond shall remain in full force and effect through the guarantee period. 13.2 The specific warranty periods listed in the Contract Documents, if different from the period of time listed in Section 13.1, shall take precedence over Section 13.1. 13.3 CONTRACTOR shall act as agent, on a limited basis for the OWNER, at the CITY's option, solely for the follow-up concerning warranty compliance for all items under manufacturer's Warranty/Guarantee and for the purpose of completing all forms for Warranty/Guarantee coverage under this Contract 13.4 In case of default by the CONTRACTOR, the City of South Miami may procure the articles or services from other sources and hold the CONTRACTOR responsible for any excess costs occasioned or incurred thereby. 13.5 The CITY may withhold acceptance of, or reject items which are found upon examination, not to meet the specification requirements. Upon written notification of rejection, items shall be removed within five (5) business days by the CONTRACTOR at his own expense and redelivered at his expense. Rejected goods left longer than thirty (30) calendar days shall be regarded as abandoned and the City shall have the right to dispose of them as its own property and the CONTRACTOR thereby waives any claim to the good or to compensation of any kind. Rejection for Non -Conforming Work or failure to meet delivery schedules may result in the Contract being found in default. ARTICLE 14 - PAYMENTS AND COMPLETION. Payments to Contractor 14.1 The Contractor shall not be entitled to any money for any work performed before the issuance of a Notice to Proceed on the form described in the Contract Documents and the issuance by the City of a "purchase order", or any other document, does not and shall not authorize the commencement of the Work. At least ten (10) calendar days before each progress payment falls due (but not more often than once a month), the CONTRACTOR shall submit to the CONSULTANT a partial payment estimate filled out and signed by the CONTRACTOR covering the Work performed during the period covered by the partial payment estimate and supported by such data as the CONSULTANT may reasonably require. All progress payment applications after the first progress payment shall be accompanied by partial releases of lien executed by all persons, firms and corporations who have furnished labor, services or materials incorporated into the work during the period of time for which the previous progress payment was made, releasing such claims and lien rights, if any, of those persons. If payment is requested on the basis of materials and equipment not incorporated in the Work but delivered and suitably stored at or near site, the partial payment estimate shall also be accompanied by such supporting data, satisfactory to the CITY, which establishes the OWNER'S title to the material and equipment as well as certificates of insurance providing coverage for 100% of the value of said material and equipment covering the material and equipment from all casualties as well as theft, vandalism, fire and flood. The CONTRACTOR shall replace at its expense any stored materials paid for which are either damaged or stolen before installation. The CONSULTANT will within ten (10) calendar days after receipt of each partial payment estimate, either certifying in writing its approval of payment and present the partial payment estimate to the OWNER, or return the partial payment estimate to the CONTRACTOR, indicating in writing his reasons for refusing to approve payment. In the latter case, the CONTRACTOR may make the necessary corrections and resubmit the partial payment estimate. The OWNER, will within thirty (30) calendar days of presentation to it of any approved partial payment estimate, pay the CONTRACTOR a progress payment on the basis of the approved partial payment estimate. The OWNER shall retain ten (10%) percent of the amount of each payment until Final Completion and Acceptance of all Work covered by the Contract Documents. Any interest earned on the retainage shall accrue to the benefit of the OWNER. 70 of 84 14.2 The CONTRACTOR, before it shall receive final payment, shall deliver to the CITY a Contractor's Final Payment Affidavit as set forth in the Florida Construction Lien Statute as well as final releases of lien executed by all persons who have performed or furnished labor, services or materials, directly or indirectly, which was incorporated into the Work. If any person refuses to provide such a release or provides a conditional release, the CITY shall have the right to issue a joint check made payable to the CONTRACTOR and such person. Contractor's Warranty of Title 14.3 The CONTRACTOR warrants and guarantees that title to all Work, materials and equipment covered by an Application for Payment whether the Work, material or equipment is incorporated in the Project or not, shall have passed to the OWNER prior to the making of the Application for Payment, free and clear of all liens, claims, security interest and encumbrances (hereafter in these General Conditions referred to as "Liens`); and that no Work, materials or equipment, covered by an Application for Payment, will have been acquired by the CONTRACTOR or by any other person performing the Work at the site or furnishing materials and equipment for the Project, under or pursuant to an agreement under which an interest therein or encumbrance thereon is retained by the seller or otherwise imposed by the CONTRACTOR or such other person. Approval of Pa en 14.4 The CONSULTANT's approval of any payment requested in an Application for Payment shall constitute a representation by him to the CITY, based on the CONSU LTANT's on site observations of the Work in progress as an experienced professional and on his review of the Application for Payment and supporting data, that the Work has progressed to the point indicated in the Application for Payment; that, to the best his knowledge, information and belief, the quality of the Work is in accordance with the Contract Documents (subject to an evaluation of the Work as a functioning Project upon substantial completion as defined in Article I, to the results of any subsequent tests called for in the Contract Documents and any qualifications stated in his approval); and that the CONTRACTOR is entitled to payment of the amount approved. However, by approving, any such payment the CONSULTANT shall not thereby be deemed to have represented that he made exhaustive or continuous on -site observations to check the quality or the quantity of the Work, or that he has reviewed the means, methods, techniques, sequences and procedures of construction or that he had made any examination to ascertain how or for what purpose the CONTRACTOR has used the moneys paid or to be paid to him on account of the Contract Price, or that title to any Work, materials, or equipment has passed to the OWNER free and clear of any liens. 14.5 The CONTRACTOR shall make the following certification on each request for payment: "I hereby certify that the labor and materials listed on this request for payment have been used in the construction of this Work and that all materials included in this request for payment and not yet incorporated into the construction are now on the site or stored at an approved location, and payment received from the last request for payment has been used to make payments to all his Subcontractors and suppliers, except for the amounts listed below beside the names of the persons who performed work or supplied materials". In the event that the CONTRACTOR withholds payment from a Subcontractor or Supplier, the same amount of money shall be withheld from the CONTRACTOR's payment until the issue is resolved by written agreement between them and then a joint check shall be made payable to the person in question and the CONTRACTOR in accordance with the settlement agreement, otherwise the money shall be held by the OWNER until a judgment is entered in favor of the CONTRACTOR or the person, in which case the money shall be paid according with said judgment. Nothing contained herein shall indicate an intent to benefit any third persons who are not signatories to the Contract. 14.6 The CONSULTANT may refuse to approve the whole or any part of any payment if, in its opinion, it is unable to make such representations to the OWNER as required this Section 14. It may also refuse to approve any payment, or it may void any prior payment application certification because of subsequently discovered evidence or the results of subsequent inspection or tests to such extent as may be necessary in its opinion to protect the OWNER from loss because: 14.6.1 of Defective Work, or completed Work has been damaged requiring correction or replacement, 14.6.2 the Work for which payment is requested cannot be verified, 14.6.3 claims of Liens have been filed or received, or there is reasonable evidence indicating the probable filing or receipt thereof, 14.6.4 the Contract Price has been reduced because of modifications, 71 of 84 14.6.5 the CITY has correct Defective Work or completed the Work in accordance with Article 13. 14.6.6 of unsatisfactory prosecution of the Work, including failure to clean up as required by paragraphs 6.29 and 6.30, 14.6.7 of persistent failure to cooperate with other contractors on the Project and persistent failure to carry out the Work in accordance with the Contract Documents, 14.6.8 of liquidated damages payable by the CONTRACTOR, or 14.6.9 of any other violation of, or failure to comply with provisions of the Contract Documents. 14.7 Prior to Final Acceptance the OWNER, with the approval of the CONSULTANT, may use any completed or substantially completed portions of the Work provided such use does not interfere with the CONTRACTOR's completion of the Work. Such use shall not constitute an acceptance of such portions of the Work. 14.8 The CITY shall have the right to enter the premises for the purpose of doing Work not covered by the Contract Documents. This provision shall not be construed as relieving the CONTRACTOR of the sole responsibility for the care and protection of the Work, or the restoration of any damaged Work except such as may be caused by agents or employees of the OWNER. 14.9 Upon completion and acceptance of the Work the CONSULTANT shall issue a Certificate attached to the Final Application for Payment that the Work has been accepted by it under the conditions of the Contract Documents. The entire balance found to be due the CONTRACTOR, including the retained percentages, but except such sums as may be lawfully retained by the OWNER, shall be paid to the CONTRACTOR within thirty (30) calendar days of completion and acceptance of the Work. 14.10 Upon The awarded CONTRACTOR will be strongly encouraged to register as an ePayables Vendor with the Owner. The Bank of America ePayables Solution is an automated card payment process that shifts accounts payable disbursements to corporate purchasing cards. ePayables, streamline the process of making payments to your organization going forward, the City will provide the CONTRACTOR with a credit card account number to keep on file. This card has unique security features, with $0 of available funds until an invoice is approved for payment. After an invoice has received proper and complete approval, an electronic remittance advice will be sent via e-mail, or fax, which notifies the CONTRACTOR that the funds have been transferred in to the account linked to the card for the amount listed on the invoice and/or remittance email. Please refer to the ePayables Questions & Answers Form contained in this RFQ or contact the OWNER's Finance department at (305) 663-6343 with any questions. Acceptance of Final Payment as Release 14.11 The Acceptance by the CONTRACTOR of Final Payment shall be and shall operate as a release to the OWNER and a waiver of all claims and all liability to the CONTRACTOR other than claims previously filed and unresolved. The waiver shall include all things done or furnished in connection with the Work and for every act and neglect of the OWNER and others relating to or arising out of this Work. Any payment, however, final or otherwise, shall not release the CONTRACTOR or its sureties from any obligations under the Contract Documents or the Performance Bond and Payment Bonds. 14.12 The CONSULTANT may void any certification of Substantial Completion or Final Completion of the Work as may be necessary in his opinion to protect the OWNER from loss if he determines, because of subsequently discovered evidence or the results of subsequent inspection or tests, that: 14.12.1 the Work is defective, or that the completed Work has been damaged due to the fault of the CONTRACTOR or any individual or entity operating under or through it requiring correction or replacement to the extent that the project is no longer Substantially Completed, or in the case of Final Completion certification, is no longer Finally Competed. 14.12.2 the Work necessary to be completed for the purpose of certifying the work as being Substantially Completed or Finally Completed cannot be verified, 14.12.3 claims or Liens have been filed or received, or there is reasonable evidence indicating the probable filing or receipt thereof that, if valid and paid, would reduce the amount owing to the CONTRACTOR BY 20% in the case of Substantial Completion and 5% in the case of Final Completion. 14.12.4 there is Defective Work the value of which, if deducted from the contract price would reduce the amount owing to the CONTRACTOR BY 20% in the case of Substantial Completion and 5% in the case of Final Completion. 14.13 If the CONSULTANT de -certifies any portion of the Work that was certified ("Initial Certification") by the CONSULTANT, the CONTRACTOR shall repay to the City of South Miami any money paid as a result of said Initial Certification being issued which shall be paid only when the decertified work is re- certified. 72 of 84 ARTICLE 15 — SUSPENSION OF WORK AND TERMINATION, 15.1 The CITY may, at any time and without cause, suspend the Work or any portion thereof for a period of not more than ninety (90) calendar days by notice in writing to the CONTRACTOR and the CONSULTANT, which shall fix the date on which Work shall be resumed. The CONTRACTOR shall be allowed an increase in the Contract Price or an extension of the Contract Time, or both, directly attributable to any suspension and if a claim is timely made and if it is allowed under the terms of Articles I I or Article 12. City May Terminate 15.2 If the CONTRACTOR is adjudged bankrupt or insolvent, or if he makes a general assignment for the benefit of its creditors, or if a trustee or receiver is appointed for the CONTRACTOR or for any its property, or if he files a petition to take advantage of any debtor's act, or to reorganize under bankruptcy or similar laws, or if he repeatedly fails to supply sufficient skilled workmen or suitable materials or equipment, or if he repeatedly fails to make prompt payments to Subcontractors or for labor, materials or equipment or he disregards laws, ordinances, rules, regulations or orders of any public body having jurisdiction, or if he disregards the authority of the CONSULTANT, or if he otherwise violates any provision of, the Contract Documents, then the CITY may, without prejudice to any other right or remedy and after giving the CONTRACTOR and the Surety seven (7) calendar days written notice, terminate the services of the CONTRACTOR and take possession of the Project and of all materials, equipment, tools, construction equipment and machinery thereon owned by the CONTRACTOR, and finish the Work by whatever method it may deem expedient. In such case the CONTRACTOR shall not be entitled to receive any further payment until the Work is finished. If the unpaid balance of the Contract Price exceeds the direct and indirect costs of completing the Project, including compensation for additional professional services, such excess shall be paid to the CONTRACTOR. If such costs exceed such unpaid balance, the CONTRACTOR or the Surety on the Performance Bond shall pay the difference to the OWNER. Such costs incurred by the OWNER shall be determined by the CONSULTANT and incorporated in a Change Order. If after termination of the CONTRACTOR under this Section, it is determined by a court of competent jurisdiction for any reason that the CONTRACTOR was not in default, the rights and obligations of the OWNER and the CONTRACTOR shall be the same as if the termination had been issued pursuant to Section 15.5 15.3 Where the CONTRACTOR'S services have been so terminated by the CITY said termination shall not affect any rights of the OWNER against the CONTRACTOR then existing or which may thereafter accrue. Any retention or payment of moneys by the OWNER due the CONTRACTOR shall not release the CONTRACTOR from liability. 15.4 Upon seven (7) calendar days' written notice to the CONTRACTOR and the CONSULTANT, the CITY may, without cause and without prejudice to any other right or remedy, elect to terminate the Contract for the convenience of the OWNER. In such case, the CONTRACTOR shall be paid for all Work executed and accepted by the CITY as of the date of the termination, minus any deduction for damage or Defective Work. No payment shall be made for profit for Work which has not been performed. 15AA The CITY reserves the right in the event the CONTRACTOR cannot provide an item(s) or service(s) in a timely manner as requested, to obtain the good and/or services from other sources and deducting the cost from the Contract Price without violating the intent of the Contract. Removal of Equipment 15.5 In the case of termination of this Contract before completion for any cause whatever, the CONTRACTOR, if notified to do so by the CITY, shall promptly remove any part or all of its equipment and supplies from the property of the OWNER. Should the CONTRACTOR not remove such equipment and supplies, the CITY shall have the right to remove them at the expense of the CONTRACTOR and the CONTRACTOR agrees that the OWNER shall not be liable for loss or damage to such equipment or supplies. Equipment and supplies shall not be construed to include such items for which the CONTRACTOR has been paid in whole or in part. Contractor May Stop Work or Terminate 15.6 If, through no act or fault of the CONTRACTOR, the Work is suspended for a period of more than ninety (90) calendar days by the CITY or by order of other public authority, or under an order of court or the CONSULTANT fails to act on any Application for Payment within thirty (30) calendar days after it 73 of 84 is submitted, or the OWNER fails to pay the CONTRACTOR any sum approved by the CONSULTANT, within thirty (30) calendar days of its approval, and presentation, then the CONTRACTOR may, upon twenty (20) calendar days written notice to the CITY and the CONSULTANT, terminate the Contract. The CITY may remedy the delay or neglect within the twenty (20) calendar day time frame. If timely remedied by the CITY, the Contract shall not be considered terminated. In lieu of terminating the Contract, if the CONSULTANT has failed to act on an Application for Payment or the OWNER has failed to make any payment as afore said, the CONTRACTOR may upon ten (10) calendar days' notice to the CITY and the CONSULTANT stop the Work until it has been paid all amounts then due. Indemnification of Independent Consultant. 15.7 The CONTRACTOR and the CITY hereby acknowledges that if the CONSULTANT is an independent contractor of the OWNER, the CONSULTANT may be reluctant to rule on any disputes concerning the Contract Documents or on the performance of the CONTRACTOR or the OWNER pursuant to the terms of the Contract Documents. Therefore, the OWNER, at the CONSULTANT's request, agrees to provide the CONSULTANT with a written indemnification and hold harmless agreement to indemnify and hold the CONSULTANT harmless as to any decision in this regard before the CONSULTANT makes an interpretation, de -certifies a payment application, decertifies Substantial Completion, decertifies Final Completion, certifies an event of default, or approves any action which requires the approval of the CONSULTANT. ARTICLE 16 —MISCELLANEOUS, 16.1 Whenever any provision of the Contract Documents requires the giving of written notice it shall be deemed to have been validly given if delivered in person to the individual or to a member of the firm or to an officer of the corporation for whom it is intended, or if delivered at or sent by registered or certified mail, postage prepaid, to the last known business address. 16.2 The Contract Documents shall remain the property of the OWNER. The CONTRACTOR and the CONSULTANT shall have the right to keep one record set of the Contract Documents upon completion of the Project. 16.3 The duties and obligations imposed by these General Conditions, Special Conditions and Supplementary Conditions, if any, and the rights and remedies available hereunder, and, in particular but without limitation, the warranties, guarantees and obligations imposed upon CONTRACTOR by the Contract Documents and the rights and remedies available to the OWNER and CONSULTANT thereunder, shall be in addition to, and shall not be construed in any way as a limitation of, any rights and remedies available by law, by special guarantee or by other provisions of the Contract Documents. 16.4 Should the OWNER or the CONTRACTOR suffer injury or damage to its person or property because of any error, omission, or act of the other or of any of their employees or agents or others for whose acts they are legally liable, claim shall be made in writing to the other party within twenty-one (21) calendar days of the first observance of such injury or damage. ARTICLE 17 - WAIVER OF JURY TRIAL, 17.1 OWNER and CONTRACTOR knowingly, irrevocably voluntarily and intentionally waive any right either may have to a trial by jury in State or Federal Court proceedings in respect to any action, proceeding, lawsuit or counterclaim arising out of the Contract Documents or the performance of the Work thereunder. ARTICLE 18 - ATTORNEYS FEES IURISDICTION 1 VENUE 1 GOVERNING LA 18.1 The Contract shall be construed in accordance with and governed by the law of the State of Florida. 18.2 The parties submit to the jurisdiction of any court of competent jurisdiction in Florida regarding any claim or action arising out of or relating to the Contract or Contract Documents. Venue of any action to enforce the Contract shall be in Miami -Dade County, Florida. 18.3 Except as may be otherwise provided in the Contract Documents, all claims, counterclaims, disputes and other matters in question between the OWNER and the CONTRACTOR arising out of or relating to this Contract or the breach thereof, shall be decided in a court of competent jurisdiction within the State of Florida. 19.1 The CITY shall have right to inspect and copy during regular business hours at OWNER'S expense, the books and records and accounts of CONTRACTOR which relate in any way to the Project, and to any 74 of 84 claim for additional compensation made by CONTRACTOR, and to conduct an audit of the financial and accounting records of CONTRACTOR which relate to the Project CONTRACTOR shall retain and make available to CITY all such books and records and accounts, financial or otherwise, which relate to the Project and to any claim for a period of three (3) years following final completion of the Project During the Project and the three (3) year period following final completion of the Project, CONTRACTOR shall provide CITY access to its books and records upon five (5) business day's written notice. 19.2 CONTRACTOR and all of its subcontractors are required to comply with the public records law (s.1 19.0701) while providing services on behalf of the OWNER and the CONTRACTOR, under such conditions, shall incorporate this paragraph in all of its subcontracts for this Project. CONTRACTOR and its subcontractors are specifically required to: (a) Keep and maintain public records required by the public agency to perform the service; (b) Upon request from the public agency's custodian of public records, provide the public agency with a copy of the requested records or allow the records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided in this chapter or as otherwise provided by law; (c) Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law for the duration of the contract term and following completion of the contract if the contractor does not transfer the records to the public agency; and (d) Upon completion of the contract, transfer, at no cost, to the public agency all public records in possession of the contractor or keep and maintain public records required by the public agency to perform the service. If the contractor transfers all public records to the public agency upon completion of the contract, the contractor shall destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. If the contractor keeps and maintains public records upon completion of the contract, the contractor shall meet all applicable requirements for retaining public records. All records stored electronically must be provided to the public agency, upon request from the public agency's custodian of public records, in a format that is compatible with the information technology systems of the public agency. 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 CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT 305-663-6340; npayne@southmiamifl.gov; 6130 Sunset Drive, South Miami, FL 33143. 19.3 If CONTRACTOR or its subcontractor does not comply with a public records request, the CITY shall have the right to enforce this contract provision by specific performance and the person who violates this provision shall be liable to OWNER for its costs of enforcing this provision, including attorney fees incurred in all proceedings, whether administrative or civil court and in all appellate proceedings. ARTICLE 20 — SEVERASILITY. 20.1 If any provision of the Contract or the application thereof to any person or situation shall to any extent, be held invalid or unenforceable, the remainder of the Contract, and the application of such provisions to persons or situations other than those as to which it shall have been held invalid or unenforceable shall not be affected thereby, and shall continue in full force and effect, and be enforced to the fullest extent permitted by law. ARTICLE 21 — INDEPENDENT CONTRACTOR, 21.1 The CONTRACTOR is an independent CONTRACTOR under the Contract Services provided by the CONTRACTOR shall be by employees of the CONTRACTOR and subject to supervision by the CONTRACTOR, and not as officers, employees, or agents of the OWNER. Personnel policies, tax responsibilities, social security and health insurance, employee benefits, purchasing policies and other similar administrative procedures, applicable to services rendered under the Contract shall be those of the CONTRACTOR. ARTICLE 22 —ASSIGNMENT, 22.1 The CONTRACTOR shall not transfer or assign any of its rights or duties, obligations and responsibilities arising under the terms, conditions and provisions of this Contract without prior written consent of the City Manager. The CITY will not unreasonably withhold and/or delay its consent to the assignment of the CONTRACTOR's rights. The CITY may, in its sole and absolute discretion, refuse to allow the CONTRACTOR to assign its duties, obligations and responsibilities. In any event, the CITY shall not 75 of 84 consent to such assignment unless CONTRACTOR remains jointly and severally liable for any breach of the Agreement by the assignee, the assignee meets all of the CITY's requirements to the CITY's sole satisfaction and the assignee executes all of the Contract Documents that were required to be executed by the CONTRACTOR IN WITNESS WHEREOF, the parties hereto l ve executed he General Conditions to acknowledge their inclusion as part of the Contract Documents on thisiL_ day of , 20=-U CONTRACTOR: Ad van ed Roo i g, Inc. Signature: Print Signatory's Name: Robert P. Kornahrens Title of Signatory: President ATTESTED: t1� q+ OWNER: Cl Y OF SOU IAMI Signature: 1v Signature: , Nkenga A PaynQCMC Shari Karnali, City Clerk City Manager Read and Approved as to Form. Language, Legality, and Execution Thereof: Signature City Attorney 76 of 84 EXHIBIT 7 Supplementary Conditions DESIGN BUILD SOLAR PANEL INSTALLATION AT CITY FACILITIES RFQ #PW2020-05 A. Consultant In accordance with ARTICLE I of the General Conditions CONSULTANT is defined as the person identified as the CONSULTANT in the Supplementary Conditions or if none, then CITY's designated representative as identified in the Supplementary Conditions. The CONSULTANT's, if any, and the City's Designated Representative's name, address, telephone number and facsimile number are as follows: Consultant: NIA B. Termination or Substitution of Consultant: Nothing herein shall prevent the CITY from terminating the services of the CONSULTANT or from substituting another "person" to act as the CONSULTANT. C. Plans for Construction: The successful CONTRACTOR will be furnished sets of Contract Documents without charge. Any additional copies required will be furnished to the CONTRACTOR at a cost to the CONTRACTOR equal to the reproduction cost. D. The Scope of Services, also referred to as the Work in the contract documents, is as sec forth in the RFQ and in the attached EXHIBIT I, Attachments A, & B to the RFQ and if there is a conflict the attached Exhibit shall take precedence. E. Contractor shall comply with the insurance and indemnification requirements is set forth in the RFQ and in the document set forth in the attached EXHIBIT 2 to the RFQ and if there is a conflict the attached Exhibit shall take precedence. F. The Work shall be completed in 120 calendar days unless a shorter time is set forth in the Contract and in such event the Contract shall take precedent notwithstanding any provision in the General Conditions to the Contract that may be to the contrary. IN WITNESS WHEREOF, the parties hereto havexecuced the upplementary Conditions to acknowledge their inclusion as part of the Contract on this day of 7 k ' 20.2L�. ATTESTED: Signature: Nken . Payne, MC City Clerk Read and Approved as to Form, Language. Legality, and Execution Thereof: I Signature: Attorney CONTRACTOR: Advanced RoRfipg, Inc. Signature: L, Print Signatory's Name: Robert P. Kornahren5 Tide of Signatory: President OWNER: CITY QF SOUTH t41PMI Signature: Shari Kamail City Manager END OF SECTION 77 of 84 CONTENTS • AGT Introduction • Key Company Information • Company • Project Timeline & Safety • Project Proposal • Solar Layout & Production Model • Financial Model • Project Spec Sheets • Dare To Compare • Meet Our Team • Solar Energy Services • Solar Energy Solutions • Maintenance & Warranty • Client References & Awards • Contract Terms & Conditions 91 Advanced Roofing, Inc. and Advanced Green Technologies are pleased to submit the following information for your consideration regarding the contractor selection on your solar photovoltaic project. As one of the largest commercial solar energy Engineering, Procure- ment, and Construction (EPCI Firms and Roofing Contractors in the United States, the opportunity to work with your organizations on this project is incredibly exciting for everyone on our team. We have completed more than 300 successful DESIGN -BUILD solar installations thoughout the globe totaling over 200 megawatts of clean energy. Finished projects include Florida's largest privately owned, non -utility and non -governmental solar array for the Lockheed Martin Corporation, along with installations in the Northeast United States for organizations such as Toys R Us and Konica Minolta. Our world -class team consists of diverse backgrounds in General Con- struction, Electrical and Structural Engineering, Metal Fabrication, and Commercial Roofing to ensure we exceed the highest design, installa- tion, and safety standards on your proejct. We look forward to discussing this project with you in more detail. Should you require any further information or clarification, please do not hesitate to contact me directly, at 954-522-6868 EXT 1060, Sincerely, Clinton A. Sockman Vice President 10 KEY COMPANY INFORMATION Company Legal Name Advanced Green Technologies 1950 NW 22nd St. Fort Lauderdale, FL 33311 www.agt.com Corporation Fed ID Number-59-2360591 Type of business: Private S-Corporation State of Incorporation: Florida Date of incorporation: October, 1983 Safety — Interstate EMR 2021: 0.59 Professional Licenses Solar Contractor- License tlCVC-56792 NABCEP #PV-301913-002781 Electrical Contractor- License #EC13006050 General Contractor- License $$CGC-1521128 Roofing Contractor- License #CCCO24413 Mechanical Contractor- License NCAC1818806 Bank BB&T 110 E Broward Blvd., 21st Floor Fort Lauderdale, Florida 33301 Surety The Guarantee Company of North America, USA Surety Agent: William Griffin 900 S. Pine Island Rd., Suite 210, Plantation, FL 33324 Capacity: 150MM Rooftop; 1BB Ground -mount Insurance Agent Frank H Furman, Inc. 1314 East Atlantic Blvd. Pompano Beach, FL 33060 Gen Lib: $2MM aggregate I 11 Advanced Green Technologies Your Experience Matters Most! In maintaining our "Commitment to Quality," Advanced Green Technologies would like to remind custom- ers that your experience is what matters most to us. Your experience with our company at every touch point is very important- from initial contact to project close-out. For us, it's not just about completing your project on time and on budget. It's about making the entire process from bidding to completion headache and hassle -free for you, the customer. We think you should be informed, involved and in control from the start, and with more than 350 employees, multiple offices locations, and state of the art equipment- we've got you protected. Toys "R" Us 4 COMPANY PHILOSOPHY On Time, On Budget! We Are Advanced! The Advanced Family of Companies was founded in 1983 and built from the ground up on IV our guiding principle of "Commited to Quality" and by doing what we say we are going to do every time, with no exceptions. Today we are a diversified specialty construction company with annual revenues between $80 and $100 million dollars and primarily engaged in the Commercial/Governmental/ Industrial Solar, Roofing, and HVAC businesses. Headquartered in Fort Lauderdale, we have offices throughout the State of Florida and Northeast United States that enable us to provide our services nation-wide at a competitive cost structure. U11scover What Makes Us Adanced! In -House Divisions Our company has a strong belief that the best way to control the construction schedule and cost overruns is to self -perform the scope of work and own the required equipment as much as possible. As a result, we have the following in-house divisions to help us streamline your project: roll -off dumpsters, tower crane, strike and rigging, sheet metal fabrication, mechanical, fleet of telescoping and scissor lifts. We are fully prepared to mobilize all of our equipment to hold the construction schedule as required or to make up for lost time due to unexpected weather delays. Advanced Technology Our team uses cutting -edge project management software including Microsoft CRM, Spitfire, Microsoft Dynamics, and our proprietary solar asset management software, Advanced Access. All of our platforms are cloud -based, giving our clients project and construction management staff worldwide access to all project data at a moment's notice through traditional and mobile devices. Project Financing We work with many large and boutique finance firms to bring the best solution for your solar energy project including Power Purchase Agreements (PPA), leasing options, PACE Financing, and SREC broker- age. Our project management team has many years of experience in grant/incentive research, applica- tion submissions, as well as, assistance with all essential paperwork for your solar array installation. These value added services are provided at no expense to our customers. 13 8 Advanced Green Technologies SOLAR PROJECT TIMELINE At Advanced Green Technologies, solar energy is our business. That's why we are committed to the precision and quality of every installation we perform. We can offer you a broad range of solar energy services and solutions to fit your needs, and we are certified by every major solar manufacturer to install the highest quality systems with the best warranties. Once you begin a project with us, the work will continue along a path to your complete satisfaction. First, your needs are assessed, and a plan is developed to determine the necessary course of action and best practices. Then we will select the best products, followed by establishing a timeline of your project. At regular stages along the way, you are updated on the project and supplied with appropriate reports and photographs. Our proven workflow ensures communication and clarity with all parties involved. Our goal is to make the process of installing solar easy and hassle free for you. Our experience continually improves from feasibility studies and product procurement to construction and project commissioning. See our process map below to understand how we perform a project from start to finish. PROJECT PROPOSAL Advanced Green Technologies (AGT) is pleased to submit the following proposal for your consideration of the above -referenced premises as follows. We agree to provide all labor, material, tools, equipment and proper insurance with an excess liability of twenty-six (26) million dollars. To: Aurelio Carmenates City of South Miami 6130 Sunset Drive South Miami, FL 33143 (305)403-2072 Date: January 21st, 2021 Job Name: South Miami -Community Center Address: 6701 SW 58" Place South Miami, FL 33143 Reference: Rooftop Solar Proposal WORK SCOPE PREPARATORY WORK 1. Design photovoltaic system in accordance with manufacturer's specifications. 2. Provide string sizing, structural engineering, electrical engineering, and roof layout required for permitting. 3. Prepare existing roof surface to receive solar system and coordinate all warranty requirements with roofing manufacturer. 4. Secure and pay for all necessary local permits and approvals. 5. Secure and pay for all required Florida Solar Energy Center system approvals. 6. Secure and pay for all required Utility Net Metering and Interconnection agreements. 7. Provide and Install Roofing manufacturers flashing system at all required penetrations to ensure warranty continuation. DCE ECO-TOP HYBRID BALLAST / ATTACHED PHOTOVOLTAIC RACKING SYSTEM OR EQUIVALENT Furnish and Install DCE Eco-Top racking system ballasted and mechanically attached to the existing roof structure. Attachment of racking system to be engineered in accordance with local wind speed calculations in accordance with ASCE-10 guidelines, and local building code. HANWHA Q-CELLS Q.PEAK DUO L-G5.2 395W PHOTOVOLTAIC MODULES OR EQUIVALENT Furnish and install (140) Hanwha Q-Peak Duo 395W solar modules. A total of 55,300 W-DC to be installed. TIGO TS4-F OPTIMIZERS Furnish and Install (140) Tigo TS4-F optimizers per final designs. SMA AMERICA CORE1 INVERTER OR EQUIVALENT Furnish and Install (1) SMA CORE 1 US inverter per final designs. AGT Project Proposal ACCESSORIES 1. Furnish and install all wiring needed for installation. Exposed wiring will be housed in wire management system and outdoor UV rated. 2. Furnish and install all DC / AC disconnects as required by engineering to be installed per wiring schematic. 3. Furnish and install all required switchgear / boards as required the power distribution system. 4. Provide all wiring to Owner provided data lines for full SMA data monitoring system. Data lines are to be provided by owner at final location of inverters. GUARANTEE Twenty -Five (25) year limited guarantee on power output modules from Hanwha or Equivalent. GUARANTEE Ten (10) year guarantee on optimizers from Tigo or Equivalent. GUARANTEE Ten (10) year guarantee on inverters from SMA or Equivalent. WARRANTY Two (2) year warranty on materials and labor from ARI Insurance, Inc. QUOTATION FORTHE SUM OF: ...................................................................................................................... $133,298.00 (One Hundred Thirty -Three Thousand Two Hundred Ninety -Eight Dollars) This quote is based on preliminary electrical design, if however final electrical design differs in installed wattage due to site or module size availability, the difference will be calculated at a per watt price. Ah material is guaranteed to be as specified. All work to be completed in a workmanlike manner according to standard practices. Any alteration or deviation from above specifications involving extra costs will be executed only upon written order, and will become an extra charge over and above the estimate. All agreements continent upon strikes, accidents or delays beyond our control. Owner to carry fire, tomado, and other necessary insurance. Authorized Signature: I , , . 1" Matt Jeffries, Director of Sales & Strategic Accounts NOTE: This proposal may be withdrawn by us if not accepted within Thirty (30) days. Owner is responsible for asbestos testing and related cost to remove. Acceptance of Proposal The undersigned as (check one) ❑ Owner ❑ Authorized agent of Owner hereby accepts and agrees to the prices, specifications and conditions indicated above and on the reverse side of this contract. DateAccepted: ............................................................................. Signature: Owner/Officer Name & Title: ........................................................................................................................................................................ *Terms & Conditions on last page(s) apply. state License: CV-056792 17 Community Center SOUTH MWA,Ml 6'JILD 2, 67O° SW 53 Place. SuuCh Miami, FL 33143 is Rspert h1 System Mebics 0 prC.eza Lc ra; cn Project Name SOUTH MIAMI BUILD 2 Design C.rou yCenter t ,ME Project Address 6701 SW 58 Place, South Miami, FL 33143 Module DC 55.3 kWall Nameplate 1 Prepared Contain Sockman p Im'ener AC 50.O kW timd@agt,cum Nameplate Load Rau. I I Annual Production 89.621dW11 Performance 834Wo lal Ratio kWhi 1.6205 Weather Dataset TMY, tOon grid (2575, 80.25), Nw, 1,4 (prospector) - simuiatorversiin 9baS07cH2h62Pl S80R5-3Sdaa0e7et- L a4e9b21c2c v' lit AdV 4t Monthly Production U Sources of Sy:e-r L- - jw A66yatem: 1.1% shading: 03% Invaders: 21 Re0ec0on'. a3X v.5k Clipping: D.D% �'�� yy PAdnD:OA% Optlmlien:D3X Selllnp: 2.0% Mlamptdr: 0.9% e,_ \ Inadlance: % 2.51 0.9 / Temperature: 6.8% Jr, Fe: M., W. Lra) 1 - A:I Sep Orl Ne' Dir: y Annual Production Description Output %Delta Annual Global Horizontal Irradiance 1,8853 PDA Irradiance 1.944.2 3.1% Irradl Shaded Irradiance 1,938.3 -0.3% Iktvhlm-I Irradiance after Reflection 1,8764 3.2% Irradiance after Soiling 1,838,8 -20% Total Collector Irradiance 1,838.8 0.0% Nameplate 101,655.6 Output at irradiance Levels 100,770.0 -0." Output at Cell Temperature Derate 93.926.3 -6.B% Output After Mismatch 93,089.0 0.9% Energy Opnmrzer Output 92,902.8 -02% (kWh) Optimal DC Output 92,607.3 03% Constrained DC Output 92,5925 On% Inverter Output 90.6217 21% Energy to Grid 89,616.0 -1.1% Temperature Metrics Avg. Operating Ambient Temp 26.1-C Avg. Operating Cell Temp 35,4 °C Simulation Metrim Operating Hours 4669 Sowed Hours 4669 IF • Cond.00n Set Descnption Condition Set 1 Weather Dams" TMY, 10km grid (25.75,-80.25), NREL (prospector) Solar Angie Meteo La[/Log Location Transposition Perez Model Model Model Sandia Morel Rack Type a b Temperature Delta Temperature Model Parameters Fixed Tilt -3.56 -0.025 YC Flush Mount -2.81-0.0455 0`C I F M A M 1 i A 5 O N D sailing(91) 2 2 2 2 2 2 2 _ 2 2 2 2 Irradiation 594 Variance Cell Temperature 4pC Spread Module Binning .259e to 2.5% Range AC System Derale 0.50% Module Module Characterieatieres Q PEAK DUO L-G5.2 395 1144Cell) (Hanwha Q Cells) Device Component Sunny Tripower_Corel SO-US-41 Characterizenons (SMA) T54-0 (Tigo Energy) Uploaded Characterization By Folsom Hanwha_Qcells_QPEAK DUO_L Labs G5.2 39$ Rem.PAN. PAN Uploaded Charactedeatiun By Folsom Default Labs Characterization Folsom Spec Sheet Labs e Comp;n:r;s Component Name Count S'jnny Tripcwer Coret 50-US-41 1 (50.0 Inverters t"") kW) AC Panels t nout AC Panel 1 AC Home ((194.9 Ru s 104WG(Copper) 1 AC Home SEC MCM (Copper) 118.6 ft) Runs 2(318.8 Home Runs 2, 0 4WG (Aluminum) it) Combiners 4 rrout Combiner 1 Combiners . r >ut Combiner 1 Strin iC SWG (Copper) 9(446,0 It) 140 Optimizers T54 0 Mg. Energy) (66.5 kW) Fanwha Q Cells. Q.PEAK DUO L-G5.2 140 Module ( 395044Ce1p55.3 W)(395W) kW) Wiring Zones Description Combiner Poles string Size Stringing Strategy Wnmg Zone 12 15-16 Along Racking ee Field Segments Description Racking Orientation Tilt Azimuth Intrarow5pacing Frame Size Frames Modules Power Field Segment) Fixed Tilt Landscape (Horizontal) Y 1T.262- 0.5ft ixi 140 140 55.3kW Annual Production Report produced by Clii,iton Sockman won T vFr I.� 11 PZt i f o• w 3 2020 Folsom Labs 3/3 January 21. 2021 Advanced Roofing, Inc. and Advanced Green Technologies are pleased to submit the following information for your consideration regarding the contractor selection on your soar photovoltaic project. The Advanced Family of Companies was founded in 1983 and built from the ground up on our guiding principle of "Commited to Quality" and by doing what we say we are going to do every time, with no exceptions. Today we are a diversified specialty construction company with annual revenues between $90 and $100 million dollars and pr marily engaged in the Ccmm ercial/G overnm enta I/ Industrial Solar, Roofing, and HVAC bt.sinesses. Headquartered in Fort Lauderdale, we have offices throughout the State of Florida, Northeast J•iited States, and Toronto Canada :t at enable us to provide our services nation-wide at a ompetitive cost structure. Community Center Prepared For South Miami 305-403-2072 acarmenates@southmiamifl.gov 01/21/2021 21 Table of Contents 1 Project Summary-------------------------------------------------------------------------------- 3 2 Project Details-----------------------------------------------------------------------------------.. 4 2.1 Community Center----------------------------------------------------------------------------- 4 2.1.1 PV System Details-------------------------------------------------------------------------. 4 2.1.2 Rebates and Incentives --------------------------------------------------------- 5 2.1.3 Utility Rates ------------------------ ---------------------- 6 2.1.4 Current Electric Bill --------------------------------------------------------------------- 6 2.1.5 New Electric Bill ---------------- ------------- 7 3 Cash Flow Analysis-------------------------------------------------------------- ------------------.8 3.1 Cash Purchase -------------------------------------------------------- 8 Prepared By: Clinton Sockman P: (954) 522-6868, E: clints@agt.com Page 2 1 Project Summary Payment Options Upfront Payment Total Payments Rebates and Incentives Net Payments 25-Year Electric Bill Savings -5-YearIRR 25-Year LCOE PV 25-Year NPV Payback Period Blended Utility Cost Per kWh Electricity Escalation Rate Combined Solar PV Rating Power Rating: 55,300 W-DC Power Rating: 48,170 W-AC-CEC $40o,0oo $350,000 N $300,000 0 U $250,000 v C u.l $200.000 W $150,000 E $100,000 $50,000 $o Year 0 Cash Purchase $133,298 $133,298 $133,298 $351,081 8.41 % $0.066 $54,633 11.1 Years $0.136 3% Cumulative Energy Costs By Payment Option Year Year Year Year 12 Year 15 Year 18 Year 21 Year24 ■ Avoided Utility COSL Cash Purchase Prepared By: Clinton Sockman P: (954) 522-6868, E: dints@agt.com Page 3 23 2.1.1 PV System Details General Information Facility: Community Center Address: 6701 SW 58th PI South Miami FL 33143 Solar PV Equipment Description Solar (140) Hanwha Q Cells Q.PEAK DUO L-G5.2 395 Panels: (144Cell) Inverters:(1)SMASunny Tripower_Core150-US-41 Solar PV Equipment Typical Lifespan Solar Panels: Greater than 30 Years Inverters: 15 Years Solar PV System Cost And Incentives Solar PV System Cost $133,298 Net Solar PV System Cost: $133,298 50,000 40,000 L 30,000 20,000 w 10,000 0 '111 311 p11 111" ,ill" 311. i Solar PV System Rating Power Rating: 55,300 W-DC Power Rating: 48,170 W-AC-CEC Energy Consumption Mix Annual Energy Use: 396,393 kWh Utility Solar PV Monthly Energy Use vs Solar Generation 306,571 kWh (77.34%) 89,822 kWh (22.66%) 511 611 'l11 0011 911 \ON 1111 1ti11 111 A11 yl1 611 I'^, all 911 1p11 1111 1,L11 . Energy Use (kWh) N Solar Generation (kWh) Prepared By: Clinton Sockman P: (954) 522-6868, E: dints@agrcom Page 4 24 2.1.2 Rebates and Incentives Th s section summarizes all incentives available for this project. The actual rebate and incentive amounts for this project are shown in each example. Business Energy Investment Tax Credit (ITC) Businesses that install solar photovoltaic (PV) systems are eligible to receive a tax credit in the amount of 26% of the total PV system cost. Unlike tax deductions, this tax credit can be used to directly offset your tax liability dollar for dollar. If your tax credit exceeds your tax liability you can roll the credit into future tax periods for 20 years. Total Incentive Value: $0.00 Not Applicable to Non Taxable Entities Federal -100% bonus depreciation (Tax Reform Bill) The Tax Reform Bill modifies bonus depreciation under Code Section 168(k) to allow 100% expensing for property placed in service after September 27, 2017 and before January 1, 2023. By increasing bonus depreciation to 100 percent, the new tax bill essentially allows eligible entities to deduct the entire allowable tax basis of the system in the first year of operation. Under the federal Modified Cost Recovery System (MACRS), businesses may recover investments in certain property through depreciation deductions. MACRS establishes a lifespan for various types of property over which the property may be depreciated. For PV systems, the taxable basis of the equipment must be reduced by 50% of any federal tax credits associated with the system. Total Incentive Value: $0.00 Not Applicable to Non Taxable Entities Prepared By. Clinton Sockman P: (954) 522-6868, E: clints@agt.com Page 5 26 2.1.3 Utility Rates The table below shows the rates associate with your current utility rate schedule (GSD-1). Your estimated electric bills after solar are shown on the following page. Fixed Charges Energy Charges Demand Charges Type GSD-1 Type GSD-1 Type GSD-1 S Monthly $26.50 S Flat Rate $0.04577 S NC $11.20 W Monthly $26.50 W Flat Rate $0.04577 W NC $11.20 2.1.4 Current Electric Bill The table below shows your annual electricity costs based on the most current utility rates and your previous 12 months of electrical usage. Pate Schedule: FPL-GSD-1 Time Periods Energy Use (kWh) Max Demand (kW) Charges Bill Ranges & Seasons - Total NC / Max Other Energy Demand Total 1/12020-2/1/2020W 30,000 134 $27 $2,873 $1,501 $4,400 2/12020-3/12020W 27,600 119 $27 $2,643 $1,333 $4,003 3/1/2020 - 411/2020 W 26,640 132 $27 $2,551 $1,478 $4,056 4/1/2020-5/1/20205 27,960 124 $27 $2,678 $1,389 $4,093 5/12020 - 611 /2020 S 15,480 70 $27 $1,483 $784 $2,293 6/1/2020-7/1/20205 23,280 77 $27 $2,230 $862 $3,118 7/1/2020-8/1/20205 39,840 98 $27 $3,815 $1,098 $4,940 8/1/2020-9/1/20205 38,520 108 $27 $3,689 $1,210 $4,925 9/1/2020-10/1/20205 46,800 118 $27 $4,482 $1,322 $5,830 10/1/2020 -11/1/2020 5 33,033 115 $27 $3,164 $1,288 $4,478 11 /1 /2019 - 12/1/2019 W 47,880 148 $27 $4,585 $1,658 $6,270 12/1/2019 - 1/1/2020 W 39,360 140 $27 $3,770 $1,568 $5,364 Totals: 396,393 - $318 $37,963 $15,490 $53,770 Prepared By: Clinton Sockman Page 6 P: (954) 522-6868, E: clints@agccom 26 ECO=TOP TM ROOFTOP MOUNTING SYSTEMS The Eco-TopTm rooftop system's modular design makes installa- tion and system design fast and easy. The most effective wire support system available Integrated (UL approved) grounding Class A fire rated (UL approved) Module tilting for ease of maintenance Lowest system weight SEAOC compliant Fast to install Integral Wind Deflector Integral wind deflector minimizes system loading and also functions as a ballast tray, providing a location to place ballast in the array. Structural Components All components are constructed from g115 galvanized steel. Additionally, entire assembly has been rated as Class A fire rated by UL for fire safety. Fasteners Serrated flange heads Vibration resistance and integral grounding and bonding All nuts are wax coated to eliminate galling Molded Rubber Pad Durable recycled rubber ballast pads provide a safe mounting surface with a high coefficient of friction. This results in reduced system loads, while protecting all equipment by minimizing vibration. In most cases the rubber pad eliminates the need for a slip sheet. UV Resistant (extended lifespan) Recycled Rubber (LEED credits) 30 -ertified It is ug be UV -rated flexible wire ties with easy to install push clips. Wire clips can be mounted anywhere on the rear panel beam. (UL Approved) Integrated Wire Support Flexible, UV protected Wire Support provided on every panel. Wires can be easily added before or after panel assembly. Front View PV Module Tilting Modules can quickly and securely be tilted for ease of wiring and maintenance. DAETWYLER CLEAN ENERGY(DCE)serves as market leader in industrial grade solar mounting hardware and consulting. WithDCE'sworld-class ice_ engineering and fabrication facilities, American master craftsmen leverage more than three generations of Swiss engineering expertise ` to create a full catalog of superior fixed tilt mounting and tracking solutions for ground as well as fixed tilt solutions for flat roofs. I powered by The new high-performance module Q.PEAK DUO L-G5.2 is the ideal solu- tion for commercial and utility applications thanks to a combination of its innovative cell technology Q.ANTUM and cutting edge cell intercon- nection. This 1500V IEC/UL solar module with its 6 busbar cell design ensures superior yields with up to 395 Wp while having a very low LCOE. © LOW ELECTRICITY GENERATION COSTS Higher yield per surface area, lower BOS costs, higher power classes, and an efficiency rate of up to 19.9 %. AA INNOVATIVE ALL-WEATHER TECHNOLOGY Optimal yields, whatever the weather with excellent low -light and temperature behavior. J ENDURING HIGH PERFORMANCE Long-term yield security with Anti LID Technology, Anti PID Technology', Hot -Spot Protect and Traceable Quality Tra.QT14. OCELLS EXTREME WEATHER RATING High-tech aluminum alloy frame, certified for high snow (5400 Pa) and wind loads (2400 Pa). 2015 O A RELIABLE INVESTMENT Inclusive 12-year product warranty and 25-year linear performance warrantya. Phnrnn w „ura^ue a.am OCELIS swpolrurd,liim .., wb, W.I.mM14 � � prmaiss THE IDEAL SOLUTION FOR: Rooftop arrays on Ground -mounted commerciallind;I,hial solar powerplanb buildings Engineered in Germany APT test conditions according to EC/TS 62804-12015, method B (-1500V, 168h) ' See data sheet on rear for further information. QCELL' 33 MECHANICAL SPECIFICATION Format 79.3m x 39.4m x 1.38m (including frame) (2015mm x 1000mm is 35mm) 1 Weigh 51.811as (23.5 kg)�..0 n.,.m,,, ��,.•,„.,, Front Cover 0.13 in min) thermally pre -stressed glass with anti -reflection technology Back Cover Composite film Frame Anodized aluminum ® _, Cell 6 x 24 monocrystalline O.ANTUM solar halt -cells junction box 2.76-3.35 in at 1.97-2.76 in x 0,51-0.83 in (70-85 drm is 50-70 min x 13-21 min), Protection class IP67, with bypass diodes ,,,,�,�,•, �,,,,,, "'1�,T °,�.°xo.° Cable 4mma Solar cable;(+)z53.I In (1350mm), (-)x53.11n (1350mm) - ,o^ i Connector Multi -Contact MC4-EV02, 1MTHY PV-1M601A, IP68 or Renhe 05-6, IP67 ,tee„_ _ •- ,.�,„_ _ - ELECTRICAL CHARACTERISTICS POWER CLASS 380 385 390 395 MINIMUM PERFORMANCE AT STANDARD TEST CONDITIONS, STC (POWER TOLERANCE +5W /-OW) Power at If Pr.° IW) 380 385 390 395 Short Circuit Current Ira [A] 10.05 10.10 10.14 10.19 Open Circuit Voltage' V. IV7 47.95 48.21 48.48 48.74 E Current at MPP leer W 9.57 9.61 9.66 9.70 Voltage at MPP V,.a M 39.71 40.05 40.38 40.71 Efficiency' 11 [%] z 18.9 219.1 z 19.4 z 19.6 MINIMUM PERFORMANCE AT NORMAL OPERATING CONDITIONS, i Power at MPP Pw [W] 283.9 287.6 291.3 295.1 E Short Circuit Current Ill [A] 8.10 8.14 8.17 8.21 E Open Circuit Voltage V. IV] 45A2 45.37 45.62 45.87 Current at MPP 1„rr [A] 7.53 7.57 7.60 7.64 Voltage at MPP V„er IV] 37.69 38.01 38.33 38,64 'Measurement tolerances Fa,.. t3%; Ix,V,, m 5 %at STC'. 1000WIm'. 25 s 2'C, AM 1.5 G acr:Ortne lu IFC 609114-3 18DO Whol NMOT spectrum AM 1.5G D CELLS PERFORMANCE WARRANTY PERFORMANCE AT LOW IRRADIANCE „ nell At least 91 of natural power do", Lust year. _ Thereafter max. 0.54 % degradation per year. At least 93.1 %of nominal power up to 10 years. _wa At least 85%of nominal power up to 25 years. 1 / All data within measurement tolerances- _ �`----- ----- - --'---- Full warranties In accordance with the warranty terms of the 0 CELLS sales organization of your s respective country. inn ,ar w .m I® maaalaa, Iw.mn Typical module performance under low oradlance conditions in comparison to STC conditions (25-C, 1000vill TEMPERATURE COEFFICIENTS Temperature Coefficient of IK a I%/NI +O.D4 Temperature Coefficient of Va 6 [%/10 -0.28 Temperature Coefficient of Para V [%/RI -0.37 Normal Operating Module Temperature NMOT I°F] 109 z5.4 (43 x3°C) PROPERTIES1' SYSTEM DESIGN Maximum System Voltage Vs, IVI 1500 (IEC) / 15001 Sal Class II Maximum Series Fuse Rating IA OCI 20 Fire Rating C (IEC) / TYPE 1 (ULI Max. Design Load, Push / Pull (Ul [Ibs/A9 75 (360OPa) 133 (1600 Pal Permiffed module temperature -40-F up to +185'F on continuous duty (-40'C up to +85'C) Max. Test Load, Push/Pull (UL)a [Ibs/Na) 113 (5400 Pal / 50 (2400 Pal r see mstallatmn manual QUALIFICATIONS 1 CERTIFICATES PACKAGING INFORMATION UL 1703; CE-compliant; Number of Modules per Pallet 29 IEC 61215:2016, IEC 61730:2016 appllcatpon class A Number o/ Pallets per 53' Trailer 26 V E C f �� Number of Pallets per 40' High Cube Container Pallet Dimensions( L x W x H 1 22 81.9 in x 45.31n x 46.71n C r u5 (2080mm x 1150mm is 1185 min) Pallet Weight 1635lbs (742 kg) NOES: Installation mstmctfons must be followed. See the installation and operating manual or contact our technical servme department far further information on approved Installation and use of this product. Hall a CELLS America Inc. 300 Spectrum Center Drive. Suite 1250, Irvine. CA 92618, USA I TEL 1 949 748 59 96 1 EMAIL mauvy®us.p-cells.com I WEB www.9.cells. us 34 TECHNICAL SPECIFICATIONS - TS4-F / TS4-R-F Electrical Ratings Input Ra•ed DC Input Power Irpit Voltage Max Continuous Input Current (IMF,:) Output Output Power Range C.rput Voltage Range Communication Type Rapid Shutdown UL Listed (NEC 2014 & 2017 690.12) Impedance Matching Capability Oi-put Voltage Limit Maximum System Voltage TS4-F / TS4-R-F Fire Safety 475W 16-90V 1118010 0-475W 0-V" Power Line Communication (PLC) Yes No No 1500V Specify system voltage when ordering (1000V / 1 SOOV) for appropriate cables & connectors. Rapid shutdown activation requires RSS Transmitter. 24 35 6 � ` f O/Faster Olnstallation ,.,a�.•�..I PV SMA SUNNY TRIPOWER CORE1 STANDS FOR COMMERCIAL SOLAR A global solution optimized for all commercial applications ...................................................0 SCALABILITY WITH MAXIMUM ENERGY HARVEST This larger, 50 kW Sunny Tripower offers the ideal building block with scalability up to the MW range. Its unique design allows for DC:AC ratios up to 150% while the six MPP trackers ensure optimum energy production in any application or shading situation. n HIGHLY INTEGRATED The compact yet fully integrated design allows integrators to save logistical, labor and material costs. Along with 12 direct string inputs, the CORE also includes DC and AC disconnects as well as optional DC and AC surge protection. ....................................................© COST EFFECTIVE The CORE1 needs no racking on roof -mount systems and very minimal, highly simplified rocking in other commercial applications. This results in additional cost savings due to the reduction in field labor, time and materials. 37 Sunny Tripower CORE1 is the world's first standing PV inverter for commercial rooftops, carports and ground -mount solar projects. The innovative new design offers up to 60% faster installation while delivering optimized total cost of ownership. .............................................................................. OPTICOOLT' ACTIVE COOLING SYSTEM SMA's OptiCool'm intelligent temperature management system ensures reliable operation and maximum energy production in the most demanding conditions. Safeguard your PV investment and reduce service expenses with field -proven technology based on 50+ GW of installed capacity worldwide. ®....................................................... SPEED AND ACCESSIBILITY Built in Wi-Fi access from any mobile device makes accessing the CORE easy and effective. Inverter configuration and commissioning is simplified with SMA's web -based assistant, which accelerates installation and saves installers' valuable time. ....................................................0 SEAMLESS GRID INTEGRATION With full grid management capabilities, SunSpec MODBUS compatibility and optional 24/7 remote monitoring, the COREI enables unrivaled system monitoring and control. It also ensures rapid project completion and reduces the risk of troubleshooting grid interconnection. 3 38 COMPACT POWER FOR COMMERCIAL ROOFTOPS, CARPORTS AND GROUND - MOUNT PROJECTS The versatile solution with maximum return on investment �A ���i�iC��® W"W-1 EMM i I Sunny Tripower COREL The superior way to get your projects up and running As the third generation of SMA's industry - leading Sunny Tripower product line, the COREI revolutionizes the commercial inverter category. Its innovative engineering approach is built on a foundation that includes a groundbreaking form factor and inventive mounting method whose goals are to speed installation and achieve the most economical return on investment for all parties involved. From distribution to construction to operation, the Sunny Tripower COREI enables logistical, material, labor and service cost reductions. With built-in Wi-Fi for fast commissioning, advanced communications and smart inverter grid support functions, commercial installations are up and running faster and simpler than ever. u�u SUNNY TRIPOWER COREI FOR DISTRIBUTORS Product ordering, stocking and logistics have all been simplified thanks to the COREI's maximum level of integration. Additional cost savings are achieved with: • One product for various • Reduced part numbers and commercial applications balance -of -system components • Global platform for • Unmatched support and universal deployment service =o= SUNNY TRIPOWER COREI FOR EPCS AND DEVELOPERS Procurement, installation and field labor costs must be reduced to maintain margins, so that's precisely what's driven the development of the COREI. Benefit from: • Plug -and -play installation • Accelerated installation and concept decreased labor • Reduced material costs • Free system design tool I SUNNY TRIPOWER COREI FOR SYSTEM OWNERS SMA understands that lifetime cost of ownership and uninterrupted performance are paramount among system owners. That's why the CORE) delivers: • Optimized LCOE • Advanced customer monitoring interface • 24/7 remote monitoring from the world's #1 service team • Intelligent and management 5 40 Technical Data' SUNNY TRIPOWER CORE?/US SUNNYTRIPOWER COREI/IEC Input (DC) Mar. usable DC power I@ cos Q e 1) 51000 W 51000 W DC Voltage (max) 1000 V 1000 V Rcsed MPPT voltage range 500 V.- 800 V Soo V.-800 V MPPoperating voltage range 150 V... 1000 V 150 V... 1000 V Min. DC voltage/ start vohage 150 V/ 188 V 150 V/ 188 V It am of independent It tracken/ strings per MPP input 6/ 2 6/2 Max input cunem/per MPP tracker 120A/20A 120A/20A Output (AC) AC n cminal power 50000 W 50000 W M. AC apparent power 53000 VA 50000 VA Output phases/line connections 3 /3-N-PE, 3-PE 3/ 3-N-PE, 3-PE Nom nal AC voltage 480V/277VWYE ADD V/230 V AC voltage range 244 V.- 305 V 202...264 V ROW AC grid frequency 60 Hz 50 Hz AC Rid frequency/range 50 Hz, 60 Hzit Hz...+5Hz 50 Hz, 60 Hz/-6 Hz...+5Hz Mmc output current 64 A 72.5 A Powm factor at rated power/adjustable displacement 1/0.0 leading... 0.0 logging 1/0.0 leading... 0.0 logging Harmaac.THD <3% <3% Efc. envy Max ef(iciency/CECefficiency/Eumpeone8iclency >98%/>911%/>98% >98%/>98%/>98% Protection devices DC-x de disconnection device DC reverse polarity protection • Gre end fault monitoring / grid monitoring 0/0 • / All -pale sensitive residual current monitoring unit DC A'CI compliant to UL 1699B • - DC x,go arrester (Type III O O AC snarl circuit protection AC-sde disconnection device • - AC surge orrn,la, (Type III O O Protection class/avervolmge category (as per UL840) I/IV - Noreaaion class (as par IEC 60664-I)/avervolmge category _ I/AC: III; DC: II (as per IEC 60664.1) General data Dinensions(W/H/D) 621 mm/733 mm/569 mm 621 mm/733 mm/569 mm (24.4 in x 28.8 in x 22.41n) 124.4 in x 28.8 in x 22.4 in) Deck. weight 82 kg I1801b l 82 kg (180lb.) OFaroting temperature range .25 °C-,.+60 °C .25-C...+60 -C Noise emissions Itypicall <60c (A) <60 dB (A) ImemA consumption of night <5 W 115 W Topology Tromformaless Tronsformedess Coding Concept OptiCool OptiCool Degree of protection NEMA 4X, 3S(as per UL 50E) IP65 Ins per EC 60529) Clime is category (according to IEC 60721-3.4) - 4K4H McxFwm permissible value for relative humidity(noncondensing) 100% 100% Features DC -Connection Amphenal H4 PV connectors SUNCLIX PV connectors AC -Connection Screw terminal Screw terminal LED indicators (Status/Fault/Communicclion) Interface: Ethernet/ WLAN/RS4B5 • f2 partsl/ •/ O • (2 ports)/ • /O Dora protocols: SMAModbus/SunSpec Modbus/Webconned •/•/• •/•/• Mdfdunctum relay Sensor Module/Power Control Module/Extemal WLAN antenna O/O/O O/O/O Mounting heestanding free-standing Olalroc Global Peak/Integrated Plant Control/O on Demand 24/7 •/•/• 6,t O",id capablett Fuel Save Controller compatible •/ • 0/0 Cernknations and approvals pending: UL 1741, UL 1998, UL 1699B, IEEE 1547, pending: IEC 62109.1 /2, FCC Part 15 (Class A & 8) SDEW 2008 Type aesignotion STP50-US-40 STP50-40 O Optional features • Standard features - Not amiloble 'preliminary data as of August 2016 41 SUNNY TRIPOWER CORE1 IT STANDS ON ITS OWN ,Jew,.... 9.. ♦L — . ^ef °A tion SUNNY TRIPOWER CORE1 Dimensions: 621 mm/733 mm/569 mm (24.4 in x 28.8 in x 22.4 in) Weight: 82 kg [1801hs) i �F 7 42 ENERGY THAT CHANGES ww i.NACOREI.com SMA SOCIAL MEDIA .w.SMA-Amenco.com/Newsroom = a©em® 43 Advanced Green Technologies EXISTING PROPERTY OR EQUIPMEM: Unless otherwise specified In this contract, Advanced shall not be Ilable for damage W property or equipment, including signs, lighting fixtures, antennas, satellite dishes or other equipment at the property which is reasonably at risk from the work Performed by Advanced. Any expenses Incurred by Advanced to protect said property shall be paid for by Owner. RISK OF DAMAGE: it can be exacted that the work will cause vibration, which could cause damage to the building or Its confants. The Owner Is in the best position to secure said property or, in the case of others who occupy Interior units, to advise them of the need to do so. Advanced does not assume any risk and shall rot be held liable for aamage to stained, cracked or damaged ceilings or ailing components, cracked of damaged plaster, molding, Insulation, acoustical the or personal property or fixtures within or about the bullding(s), cracks in driveways, curbs and sidewalks or soffit repair or replacement. Additionally, Advanced shall not be liable for damage to parked vehkdes or property looted in or about the staging area assigned for Its use, or for any damage or injury for respiratory problems which may result tram the adors associated with its work. The Owner shall advise IS tenants and employees of these risks and concems and take such action as it deems reasonable W protect persons, and property of Owner and others from damage or Injury. DEUMS: Advanced shall not be liable in any respect for any delays caused by strikes, labor disputes, court injunctiom, actions by the Owner or by third permit, Am of God, unforeseen conditions, or other conditions outside of its control. In the event Advanced must remobllize as a result of any action for which the Owner is responsible, or due to weather or other conditions not the responsibility of Advanced, Advanced shall be entitled to an Increase of the contract price attributed thereto. If it is necessary to perform additional work in order To protect the property from adverse weather, or to repair work damaged by adverse weather, Advanced will be entitled to a change order for reimbursement for same. MATERIAL PRICE CHANGES: Due to extreme volatility in solar modules, steel, copper and aluminum, the prim set forth in this proposal/contract applies only to orders for products that are ordered and aid for within thirty(30) days of the date of this proposal/contract. All other orders shall be subjectto change based upon changes in the price of products charged to Advanced. Advanced will submit written documentation to Owner of the Increased charges. A fuel surcharge can be added if the price of fuel Increases by more than 5%between the time the contract Is signed and commencement. BREACH: In the event Owner terminates or breaches this contract, or If a condition attributable to Owner or Owner's property arises that prevents Advanced from fulfilling Ma amnect. Advanced shall be entitled to be paid that percentage of the contract price as the Percentage of work Performed; plus, for work not performed, all expenses incurrea in preparing to Perform same, mobilisation expenses and profit which would have been realized had the work been completed. If the contract is canceled as a result of strike, labor dispute or conditions not the fault of or attributable to either prty hereto, Advanced shall be entitled to recover from Dinner that percentage of the counted price as the Percentage of work performed; plus for work not performed, all expenses Incurred In preparing to Perform same, mobilization expenses or other expenses incurred related to Me project but not profit for work not performed. NO OttAL PROMISES: There are no promises, representations or understandings outside of this Instrument which Instrument represents the complete agreement between the W,,,es. No moderation of this contract shall be valid unless In writing, signed by the perry against whom the change IS asserted. Any ratification required by this contract shall be made in writing. LIMITATION OF LABILITY: Advanced Roofing is not liable for any claim for injury or damages, whether based upon a contractual, statutory or tort theory, which result from: (aI natural disasters including but not limited to lightning, windstorm, hall, hurricane, tomado, wind gale force or greater, (b) misuse, neglect, or um ithorized alterations of the raofing/solar system or as a result of or connected with materials supplied or Installed by others; (c) exposure to damaging substances such as oil, Solvents, etc.; fall failure of the substrate, surface or materials under the mof; (a) Improper drainage; (f) lack of recommended maintenance; III) damage result%tram water entry from any portion ofthe, building structure which is rot a art of the roofng system, fit) any claim relasid in any way to damage or injuries from mold, spores, fungus, any organic pathogen or exposure to toxic or noxious substances fumes or vapors orp) failure of any manufacturer warranted products IE modules, inventors, mckin& £TC. Warranties are only a pass thru of manufacturer coverage and additional shipping, removal, and Installation charges may be Incurred. Advanced Roofing shall have m obligation under this Contract until all bills for installation, service, and materials hale been paid for In full. The Owner will, at Its expense Inflate an ongoing maintenance program to include keeping all nodules cleaned, Inverter air filters Cleaned/replaced, terminations inspected and property torqued, electrical circuits Inspered and thermal photographed, Structural components inspected, and roof areas cleaned, roofing sealants replaced. If this solar system Is covered under a manufacturer's Warranty, Advanced is not liable for the provisions thereof. The warranty and liability of Advanced Rooting shall only accrue to and be for the benefit of the original Owner named herein, and is NOT assignable per transferable without prior written approval and Inspection by Advanced Roaring. TO THE FULLEST DTENT PERMITTED BY APPLICABLE UAW, ADVANCED ROOFING, INC DISCLAIMS ANY IMPLIED WARRANTY, INCLUDING THE WARRANT`( OF MERCHAMASILITY AND THE WARRANTY OF FITNESS MR A PARTICULAR PURPOSE, OR UMNS SUCH WARRANTY TO THE DURATION AND TO THE EXTENT OF THE EXPRESS WARRANTY REPRESENTED BY THIS WARRANTY. Advarced Roofing's exclusive responsibility and kabil'M under the wa many has been transferred to ARI I mu nam,Inc.and, In the case of a new solar system, to make repaim Mat may be necessary to repair workmanship related Items for the farm of Advanced Roofing's warranty period; and In the case of a repair, to Tapir any additional faults mach result from faulty repair work done by Advanced Roofing. (Owner acknowledges that faults may come from mom than one possible source and that Advanced Roofing [Ices not guarantee that it's repair will stop faults not assoclated with the area rewired by it.) Advanced Roofing shall rent be liable for its own negligence, or under theore of statutory or strict liability or any other theory of liability other Ifni the exclusive liability set forth In this warranty which Owner agrees is it sole remedy notwithstanding the type or category of damages claimed. Under any circumstance, Advanced Rcofing will not be liable for any personal injury claims, or claims for comepemial damages to the structure (upon which the mating system Is affued) or its contents, loss of time or profits or any Inconvenience a expense incurred by Owns. Any change to the provisions of this section most be in writing and signed by a corporate officer of Advanced Roofing, Inc. AM CLAIMS FOR CONSTRUCTION DEFECTS ARE SUBJECT TO THE NOTICE AND CURE PROVISIONS OF CHAPTER 558, FLORIDA STATUTES Cover Letter January 21st, 2021 Aurelio Carmenates City of South Miami 6130 Sunset Drive South Miami, FL 33143 305-403-2072 Re: SOUTH MIAMI - COMMUNITY CENTER - COATING Dear Aurelio Carmenates, Thank you for the opportunity to provide a proposal/bid for your upcoming re -roofing project. ]have enclosed our Advanced Roofing Capabilities Brochure for your review. Advanced Roofing is the largest re -roofing company in Florida and is continuously rated within the Top 20 roofing contractors in the country. We specialize in re -roofing of occupied buildings. We are approved with all roofing manufacturers to offer their highest warranties, ranging from 20-30 Year No Dollar Limit (N.D.L.) Warranties. We also offer the following services to complement our re -roofs: • State Licensed A/C Contractor • State Licensed Lightning Protection Contractor • State Licensed Solar Power Contractor • State Licensed General Contractor to handle structural repairs • We own all our own Cranes, including 2 — 330' GCI Tower Cranes • Emergency Repair and Preventive Maintenance • In-house Sheet Metal Fabrication • In-house Dumpster and Tractor Trailers • In-house Engineering • Roof Express Roof Evaluation Software • Infrared Moisture Surveys • Bonding Capability up to 150 Million If there is any pre -qualification information you require, please let me know and we will fill it out promptly. Advanced Roofing has been in business for 37 years with an impeccable record of keeping our clients dry. Should you have any questions, please feel free to contact me at 954-218-6004. Sincerely, "aw 671� Matt Jeffries Key Account Manager P.S. South Florida has seen many roofing contractors come and go, but we are proud to say we have been a part of this community; which we have been actively involved in since 1983, and are here to stay. We hope our portfolio will help you to be able to evaluate who you want as your long-term partner to give you the best value to meet your roofing needs. Advanced Roofing. Inc I Proposal Package 47 Introduction to Advanced Roofing Our experience Advanced Roofing has been in business since 1983, growing steadily on our overriding "Commitment to Quality", which has made us the number one commercial re -roofing company in Florida. While our specialty is re -roofing occupied commercial buildings per architect or consultant specification, we offer a full range of roofing systems to meet all your roofing needs, using the best materials and offering the best warranties. Your experience working with us For us, it's not just about getting the job done right and on time. It's about making the entire process from bidding to completion headache and hassle -free for you. We think you should be informed, involved and in control from the start and with locations throughout Florida, we've got you covered. When we say we'll do something, you can swear by it. At least, that's what a long list of satisfied customers tell us. Professional Solutions. On Time. On Budget. We are Advanced! Over the years the most important thing we've learned is that your experience is what truly validates ours. It's not just about getting the job done right and on time. It's about making the entire process headache and hassle free. We want you to feel informed, involved and in control from the very beginning. No surprises. No Second Thoughts. At Advanced Roofing, we'll always stand behind our "Commitment to Quality." We've just advanced our thinking somewhat. Today we're further committed to the quality of your experience. To all of us who work here, that's definitely what matters most. Company Legal Name Advanced Roofing, Inc 1950 NW 22nd St Fort Lauderdale, FL 33311 www.advancedroofing.com Corporation Fed ID Number — 59-2360591 Type of business: Private S-Corporation State of incorporation: Florida Date of incorporation: 10/08/1983 Bank: BB&T 110 E. Broward Blvd. 210 Floor Fort Lauderdale, FL 33301 Professional Licenses Roofing Contractor- License #CC-0O24413 General Contractor- License #CG-C1507377 Mechanical Contractor -Class A -License #CA-C1818806 Mechanical Contractor -Class B-License #CA-0046188 Solar Contractor- License #CV-056792 LEED AP View more professional licenses online Surety: The Guarantee Company of North America, USA Surety Agent: Michael Marino American Global LLC 1450 Brickell Avenue, Suite 1400 Miami, FL 33131 Limits up to: $40MM Single Project $150MM Aggregate $1 Be Ground Mount Insurance Agent: Frank H Furman, Inc. 1314 East Atlantic Blvd Pompano Beach, FL 33061 Account Manager: Cheryl Stipp Gen Lib: $2MM aggregate Advanced Rco`:ing Inc I Proposal Package Top Criteria - Our Commitment to Quality Compiled below is a list of important criteria for any business owner to consider when selecting the right contractor for roofing projects. Advanced Roofing has a documented history of meeting and exceeding expectations in each category. Before selecting any roofing professional, research whether the prospective company satisfies these key areas of concern. 1. Longevity in Business Your roof will last over 20 years, so you want to make sure your roofing contractor will still be around. We suggest using a contractor with at least 10 years in the South Florida Market Check out youremployer's history on www.sunbiz.org. 2. Financial Stability and Bonding Contractors go under because they do not have proper financials in place. Ask for audited financials, bank references, surety information and/or check online at www.db.com 3. Permit Processing The #1 reason for delays in projects is incorrect permitting. Choose a contractor that can show you how many permits they process in your city. Ask your contractor how many permits they process on a monthly basis. 4. Extended Warranties Only contractors with enough experience, square feet installed, and repair ratio can offer you an extra 5 to 10 years on your warranty. Check with the manufacturer and make sure your warranty gets registered. 5. All Under One Roof Using multiple contractors or subcontractors for different trades as Sheet Metal and AC will lead to longer timelines and finger pointing. Ask your roofer who will be working on your roof. 6. Safety South Florida has many tall buildings and without safety protocols and management, an accident can stop or delay your project. Ask for your roofer's EMR ratio. 7. 2417 Service It's 11 PM in August and your roof starts leaking. Who do you call? Require access to your rooring contractor2417 in rase of unexpected emergencies. 8. Reputation, Pride, and Integrity Pictures can say a thousand words. Choosing a contractor that can back up their claims of quality with job pictures, both during the installation and of the final product, can help prevent surprises in quality and professionalism. Ask your roofing contractor for pictures and references of completed projects and in -progress photos. 9. Repairs You have a job to do and it should not be the roof. Ask for references from customers 5 years past and ask how many repairs were needed after installation. 10.Community Feel good about purchasing your new roof. Ask your potential roofing contractors what they do for the community, in addition to their clients. 11. Best Value Proposition Know what you're getting for your money The price is competitive but over the life of the roof, which bid is your lowest cost/R01. Advanced Roofing, Inc I Proposal Package EXPERIENCE MATTERS. ADVANCED ROOFING.= ESTABLISHED 19B3 Florida's Premiere Commercial Roofing Contractor Committed to Quality To: Job Name: Aurelio Carmenates SOUTH MIAMI - COMMUNITY CENTER - COATING City of South Miami 6130 Sunset Drive Address: South Miami, FL 33143 58005W 66`' Street 305-403-2072 Miami, FL 33143 Date: Reference: January 21st, 2021 Tropical 4924 - Silicone Coating We are pleased to submit the following proposal for your consideration on the above referenced premises as follows. We agree to provide all labor, material, tools, equipment and proper insurance with excess liability of twenty-six (26) million dollars. PERMITTING AND TESTING Permitting and testing that is required to secure a roofing permit is included in our bid proposal. The following test will be completed in order to pull your permit: • Miami Dade Product Approval NOA for the proposed system. • Roof plan with elevations of deck and parapet walls. • Perform moisture scan in accordance with Florida Building Code 2017 Edition -Testing Application Standard TAS 126-95.1. • Notice of Commencement filing with the county and fees before the start of the project. PREPARATORY WORK 1. Broom clean the entire roof. Remove all dust and dirt, then thoroughly clean with a power air blower. 2. Prepare existing roof system to receive coating. Pressure wash and remove excess dirt and debris. 3. Remove roofing debris and cart away to the local dump site or landfill. COATING INSTALLATION 1. Install Tropical #996 primer to the entire roof deck at a rate of 1.5 gallons per square per manufacturer's recommendations. 2. Install Tropical #9400 at penetration, seams at curbs, and at the perimeter of the field of roof. 3. Install Tropical #924 Silicone at a rate of 2.5 gallons per square per manufacturer's recommendations. 4. Furnish and install new Silicone walkway pads at the service side of existing HVAC units. This includes up to 100 LF. 5. Furnish and install building department code approved pipe supports for existing PVC condensate lines on roof system. This includes up to 80 LF. 6. City or county roofing permit, crane and sales tax are included. 7. Digitized roof drawing and photographs depicting work areas and details for this work scope are attached. Page 1 of 4 50 CLARIFICATION & EXCLUSIONS • All costs associated with utility line interface with roofing activities are excluded from this proposal. If utilities exist on the roof it is the owners' responsibility to pay for any required utility protection, shutdown, and standby power to allow for ARI to safely execute the project. • Mechanical, electrical, plumbing, and/or lightning protection are not included in this proposal and is to be completed by others if required. • Lightning protection system will need to be removed during the coating process and reinstalled after project completion. A change order will be issued for any sacrificial pads that are required. GUARANTEE Twenty (20) year guarantee on materials and labor by Tropical. CONTRACTOR'S WARRANTY Two (2) year guarantee on materials and labor by ARI Insurance Inc. QUOTATION FOR THE SUM OF ONE HUNDRED FOUR THOUSAND AND EIGHT HUNDRED SIXTY SEVEN DOLLARS UNIT PRICES Replace Damaged or Deteriorated Metal Decking Paint Rust Inhibitor at Metal Decking Remove and Replace Wet Insulation Install Additional Walkway Pads at Owner's Desired Locations $104,867.00 $12.50 per SF $3.50 per SF $7.50 per SF $20.00 per LF Page 2 of 4 51 We have financing partners that can provide financing for any size job. Please let us know if you are interested and we can provide the information upon request. Extended guarantees are available with a maintenance program. Our work is done in a workmanlike manner by trained, qualified mechanics using the latest technical equipment for the job. During the course of the job the progress, workmanship and housekeeping is documented and reviewed by management for quality control. As always, ADVANCED ROOFING, INC. is "Committed to Quality". Customer/Owner acknowledges that during the course of the roof removal process it is possible for debris, including but not limited to, insulation or roofing fabric, to fall inside the structure. ARI will use its best efforts to minimize such an occurrence. However, the parties stipulate and agree ARI shall not be liable for any claim, loss, or damage associated with debris falling inside the structure during the roof removal process regardless of the cause. Customer/Owner shall keep all persons or property free and clear from under the work area in order to minimize any potential claim, loss, or damage. Safety and protection of the property is our concern and we take precautions to protect people and property from damage or injury during the course of the job. All work areas will be cleaned daily and equipment will be removed immediately upon completion of work. Notice to Owner: Due to extreme volatility in asphalt, insulation and steel product prices, the price set forth in this proposal/contract applies only to orders for asphalt, insulation and steel products that are ordered and paid for within thirty (30) days of the date of this proposal/contract. All other orders shall be subject to change based upon change in the price of asphalt, insulation and steel related products charged to Advanced Roofing, Inc. Advanced Roofing shall either pay for all materials within this time period, OR adjust the bid to accommodate their intended method of payment OR notify the Owner in writing when pay request is subject to an up -charge. TERMS OF PAYMENT 1. For AIA Contracts and Advanced Roofing, Inc. Contract Proposals over $100,000.00 A. Per AIA 702 and 703 Schedule of Values/Progress Payments. B. 10% retainage to be paid upon delivery of permit final, warranties, and Final Releases of Lien. ATTENTION PROPERTY OWNERS - DON'T JEOPARDIZE YOUR INSURANCE We are fully and properly insured, in addition with our base coverage of 1 million, 2 million aggregate, we also carry an additional $25,000,000 in excess coverage. Proof of insurance will be sent upon request. It is in the best interest of the owner to make sure a contractor carries the amount of insurance as stated above and ask for proof. Thank you for the opportunity to bid on this work. Should you have any questions or require any additional information, please do not hesitate to call. Page 3 of 4 52 E%p ERIIENNCCEE MATTERS, ADVANCED 1=A) ROOFING.= ESTABLISHED 1983 Florida's Premiere Commercial Roofing Contractor Committed to Quality All material is guaranteed to be as specified. All work to be completed in a workmanlike manner according to standard practices. Any alteration or deviation from above specifications involving extra costs will be executed only upon written order, and will become an extra charge over and above the estimate. All agreements continent upon strikes, accidents or delays beyond our control. Owner to carry fire, tomado, and other necessary insurance. Authorized Signature: "a-l*r Y+I�ea- Printed Name: Matt Jeffries NOTE: This proposal may be withdrawn by us if not accepted within_ Owner is responsible for asbestos testing and related cost to remove. Acceptance of Proposal The undersigned as (check one)1-1 Owner ❑ Authorized agent of Owner hereby accepts and agrees to the prices, specifications and conditions indicated above and on the reverse side of this contract. Date: ---------------------------------------Signature: ................................. ---.......................... -----------•----- 'Terms & Conditions on last page(s) apply. State License: CCC 02"13 Page 4 of 4 53 Products and Services Advanced Roofing offers a variety of products and services to fit a variety of project needs and budgets: Re -Roofing Advanced Roofing offers a wide variety of roof systems to fit your needs, and is certified by every major material manufacturer to install the highest quality roofing systems with the best warranties. Our goal is to make the re- roofing process easy and hassle free for you, the customer. Re -roofing commercial buildings is a highly technical process. We have found roofing companies that start in new construction and go into re -roofing, fail. Our experience constantly improves from protecting the property, documenting existing conditions, pre - construction job meetings, code compliance involving building departments, manufactures' representatives, close out and getting other recommendations from you. Our Roofing Department has over 300 expertly -trained construction managers, foremen, roofing mechanics, and laborers. They are all trained in safety procedures. Roof Repairs Advanced Roofing is available 24 hours a day, and most of the time, can handle your problem within 24 hours. Advanced Roofing prides itself on providing the best service possible. Advanced Roofing's dedication to clients has allowed Advanced Roofing to grow, expand, and service the roofing needs of some of Florida's biggest businesses. Since 1983, our service department has helped increase our customers' return on their new roof investment. Our roof repair division handles all major and minor problems that may occur on your roof quickly, efficiently, and at a reasonable cost. Roof Restoration In this tough economy, it may be difficult to afford a complete roof replacement. With a coating or regraveling from Advanced Roofing, you can extend the life of your current roof at a more affordable price. With coating and regraveling, you can prolong the life of your roof for 5-15 years at 50% of the cost of replacement, and save energy in the process. Preventative Maintenance Preventative maintenance on your roof system is something that should be taken into careful consideration. At Advanced Roofing, we make sure your roof is in tip-top shape year-round. To ensure your roof is functioning properly, it is important to perform semi-annual inspections. These measures of preventative maintenance help to fix problems before further damage incurs, stop roof problems before they start, and guarantee that your roof has a longer service life. With over 325 buildings, totaling over 9 million square feet of roof, under Advanced Roofing's proactive maintenance program, our commitment to service speaks for itself. <.,-JProposal Package Design Build At Advanced Roofing, Inc., we can design your project from the ground up. We offer comprehensive analysis of your structure and can design plans to fit your needs. We provide you with the options you need to make your building exactly what you dream of, and execute the job with our personal commitment. With in-house divisions of steel, air conditioning and roofing, lightning protection, renewable energy, sheet metal, and more, you can count on Advanced to design the best solution for your project needs. Sheet Metal Advanced Roofing has secured the most advanced sheet metal production equipment in the world and maintains its own in-house sheet metal department. This allows Advanced to fabricate every panel, coping cap, counter flashing, gutters, and any detail metal the job requires. Advanced Roofing is also ahead of the curve by being one of the few roofing contractors that owns and uses a plasma cutter. This incredibly accurate instrument makes precise cuts, and allows specially fabricated pieces to get on your roof without delay. Additionally, Advanced uses a computerized break to ensure the accuracy of our sheet metal work. The pre-programmed break can accurately shape 5-10 pieces of metal at a time with precision accuracy. Waterproofing Waterproofing treats a surface to prevent water from passing under hydrostatic pressure. It is commonly used to protect roofs, as well as floors, walls and basements, pools, planters and fountains. Advanced Roofing, Inc. offers waterproofing services to fit your roofing needs. Our Waterproofing Division was created to work hand -in -hand with our Roofing and Service divisions. Waterproofing can be an excellent way to protect your business from water intrusion, whether it's from your roof, your walls, or even your floor. Water intrusion can be one of the most costly types of damage; our commercial roofing experience helps us identify your problem, and solve it before the damage starts. Cranes Our crane division works hand -in -hand with our roofing and A/C divisions, hoisting A/C units, fans and cooling towers, and delivering materials to high-rise roofs. No matter the building size, we have the right size crane for the job. We have a fleet of 5 23'/rton boom trucks, a 35-ton boom truck, a 65-ton hydro, a 75 ton hydro crane and 2 mobile hydraulic tower cranes with tip heights of 330 feet. Scheduling is crucial in any construction company with our cranes your project flows smoothly. Our crane division has been in service for over 15 years, with 6 full-time operators. We have worked with other crane companies such as General Crane, Precision Crane, Hunter Crane, and Crane Services. We are always taking on new challenges and looking forward to greater heights in the future. Air Conditioning Established in 1994, Advanced Air Systems is a subsidiary of Advanced Roofing. As a full -service HVAC contractor, Advanced Air Systems provides excellent service to air conditioning, heating, and ventilation systems on time and on budget. Advanced Air Systems is dedicated to understanding, servicing and installing all air conditioning system makes and models. Our team of experienced technicians is highly trained and knowledgeable, staying up to date with the evolution of the industry. AdvancedRoof,no.Ic-IProposal Package With our membership in the Green Mechanical Council, a group dedicated to the education of creating and maintaining environmentally sound residential and commercial mechanical systems, Advanced Air Systems takes pride in our efforts to provide and install environmentally safe, highly efficient systems. In addition, Advanced Air Systems also offers various Indoor Air Quality products such as duct cleaning, high end filtration and ultra violet lighting, all to complement our green initiatives. Lightning Protection Each year, thousands of properties are damaged or destroyed by lightning. Lightning accounts for more than a third of a billion dollars in property damage annually in the United States. And Florida experiences the highest incidence of lightning strikes in the U.S. In most years, lightning is responsible for more deaths and property loss than tornadoes, hurricanes and floods combined, but of these violent forces of nature, lightning is the only one that can be affordably protected against. Let us assist you in providing protection for your residents, employees and customers. Advanced Roofing, Inc.'s fully licensed lightning protection professionals have 3 or more years of design, installation and service experience. Ask us about our no charge survey of your building. ZI M, With the growing trend of "going green," companies have decided to become more environmentally conscious. Join other responsible companies by creating carbon -free renewable energy on your roof. Clients and consumers are becoming more aware of the environmental impact made by companies they purchase from. By utilizing a solar power system on your roof, you are showing your clients the positive impact you are making on the environment. Solar power is the most affordable it has ever been with a 5- to 10-year return on investment. Daylighting Daylighting can replace electric light 70-80% of daylight hours - in many cases, for less than $0.015 per kWh over the life of the building. It is considerably cooler than electric lighting at the same foot candle levels, so it also reduces the cost to air condition the building as well. This can mean tremendous energy savings in buildings that operate during the day, such as schools, offices, warehouses, factories, and retail stores. a ^F=_ Proposal Package Projects Advanced Roofing is proud to conduct work in all segments. Our past and current clients cover many commercial market segments in coordination with multiple trades and disciplines to ensure the best solutions for each and every project, including: Westin Diplomat Resort & Spa - Condominium/Hospitality The Westin Diplomat Resort and Spa is located on the beach in Hollywood, Florida. This property offers many resources such as luxurious guest rooms, vast corporate meeting spaces and banquet rooms, as well as, many ,estaurants and specialty shops. Advanced Roofing re- •oofed over 170,000 square feet, including the hotel, convention center and retail areas from May 2008- September 2009. See more condominium projects j Al Federal Reserve Bank of Atlanta, Miami Branch - Federal Government The Federal Reserve Bank of Atlanta is part of the central bank of the United States known as the Fed. The Fed provides cash to banks, savings and loans, and clears millions of checks every day. See mole government pro l ects Southeast Turbines - Industrial/Warehouse Southeast Turbines is a commercial building located next to the Fort Lauderdale Executive Airport. Advanced Roofing installed a GAF Elastomeric TopCoat Roof Restoration System over the 30,000 square feet building. Advanced Roofing also installed new stainless steel commercial grade box gutter and downspouts. There were also several penetrations that had to be eliminated and areas of steel deck replacement. ee more industrial/warehouse projects Miramar High School - Educational Institution Miramar High School was an extensive, long term project that Advanced Roofing completed in 2 separate phases over a period of a year and a half for the School Board of Broward County. Advanced Roofing re - roofed every building on this large campus, which encompassed more than 240,000 square feet and included many different buildings, multiple deck levels, and different types of root systems. During the time this re- roofing project was taking place, the school was also undergoing interior renovations. See more educational institution proiects Ad vancrci Reoiing. Ir,:. Proposal Package 57 Project Management At Advanced Roofing, roofing is our business. That's why we are committed to precision and quality. We work with owners, engineers, architects and consultants to provide the right bid for your project. We offer a wide variety of systems to fit your needs, and we are certified by major roofing manufacturers to install the highest systems with the best warranties. Our goal is to make the process easy and hassle free for you, the customer. Our experience constantly improves from protecting the property, documentation, existing conditions, pre - construction, job meetings, code compliance, involving building departments, manufacturers' representatives, close out and getting other recommendations from you. Customer Satisfaction GUARANTEED W /, i 1 �' n 3 11, _ I Proposal Package W Locations Served Advanced Roofing is headquartered in Fort Lauderdale, Florida with branch offices located in Miami, Jupiter, Orlando, Tampa, St. Augustine, and Ft. Myers. Additionally, we can perform work in the following locations: • Georgia • Alabama • Louisiana • North Carolina • Virginia • Western and Eastern Caribbean Islands • Puerto Rico and US Virgin Islands • Bahamas • Roof Connect Affiliated Markets — Entire US Advanced Roofing is a founding member of RoofConnect. RoofConnect is a professional national commercial roofing organization. They specialize in emergency roofing repairs, maintenance and re -roofing but also perform specialty projects that require nationwide labor availability in the I I I construction field. RoofConnect has 60 plus members and 100 locations nationwide. Members have over 7,000 employees and approach revenue of 1 billion dollars annually. RoofConnect is founded and administered by the leading commercial roofers in the United States. All members must adhere to a strict code of ethics and pass several requirements to participate. RoofConnect is a leading national roofing services provider for commercial roofing solutions. Roof Connect gives Adva nced the capabilities to work with top tier roofing contractors throughout the United States without sacrificing quality. Office Locations Toll Free: (800) 638-6869 Office: (786) 483-3043 Fax: (305) 661-2032 1703 NW 79th Ave. Doral FL, 33126 Toll Free: (800) 354-9896 Office: (813) 885-5811 Fax:(813) 884-8927 8507 Sunstate St. Tampa, FL 33634 Toll Free: (800) 638-6869 Office: (954) 522-6868 Fax: (954) 566-2967 1950 NW 22" St. Ft. Lauderdale, FL 33311 Office: (904) 826-3860 110 Cumberland Park Dr. Suite 2051206 St. Augustine, FL 32095 Office: (800) 638-6869 1601 Park Lane S., Ste. 100 Jupiter, FL 33458 Toll Free: (800) 638-6869 2702 Hanson St. Fort Myers, FL 33901 TollFree: (866) 365-6071 Office: (407) 322-1555 Fax: (407) 322-0010 200 Northstar Ct. Sanford, FL 32771 w .advanced roof ng.com Advanced Roofing, Inc I Proposal Package References & Testimonials "It is obvious that your company motto is hard work and extreme professionalism. Your employees are dedicated and worked as a team to effectively get the job completed on time with all of the proper plans, permits and restrictions." (Advanced] quickly recognized design assist services would be required for this OwnerlDesign Team and stepped in and provided multiple options which ultimately led to the most practical, economical solution for this client. " (Advanced] is considered one of our valued subcontractors and it is only through the highest standards of professionalism and integrity are they even considered for inclusion on our valued subcontractors list. I would not hesitate to recommend them to any owner or client." "This was an extremely fast track project and [Advanced] was able to quickly navigate through the very complex permitting process after successfully providing design assist services for the Engineering Design Team, and then quickly secure all building materials from reliable sources in a timely manner for on -time installation and completion." "The quality control procedures in place with [Advanced] are very professional and as a matter of fact representatives from the Authority Having Jurisdiction commented favorably on this matter for them, giving them a level of comfort we, frankly, did not see with any other subcontractor " "The added value to this project was the ability of (Advanced] to perform the design assist when it became apparent that the design team for the Owner, our Client, did not possess the skills required to properly provide a workable solution for the Client." "We consider Advanced Roofing, Inc. to be a valuable member of our subcontractor team and absolutely intend to award them the majority of upcoming work on this type project. " (Advanced] was selected after the failure of another subcontractor to perform. They stepped in with a reduced schedule and completed the project on time and well below our initial design budget through design assist and value engineering." ". this level of commitment and team spirit is what makes them one of our valued team of subcontractors. " Our clients are Advanced Advanced Roofing is proud to maintain a vast network of past clients who are available for references upon request. A list of these references and projects can be viewed on our Reference Letters page. �A pLOR1OA ATLANTIr, y�, A Tf Oi SL(�p. ]Proposal Par_kage Team In our industry, it's not just how the job's done; it's who the people are, doing it - their skills, their involvement, and their professional demeanor. Hundreds of dedicated individuals make up the team at Advanced Roofing, and not only do they want your respect, they want you to like them. "Nice" is important to us; as is "courteous, efficient, exacting, honest, ethical, flexible, accommodating, logistical, and knowledgeable." Robert Kornahrens CEO, President Founder of Advanced Roofing Inc. and oversees all company operations. Experience: Rob Komahrens is a leader in the commercial roofing industry for more than 40 years. Before starting Advanced Roofing in 1983, he worked with Triple M Roofing Corporation in New York. During his tenure at Triple M, Rob held numerous field positions and was eventually promoted to Branch Manager where he was responsible for opening and operating new branches in both Atlanta and Fort Lauderdale. Education: B.S. Degree in Business Administration from University of Arizona, 1979 Clint Sockman Vice President of Renewable Energy Clint joined Advanced Roofing in 1998 and is responsible for overseeing the Re - Roofing and Renewable Energy Divisions. Experience: A second generation roofer with more than two decades of experience in the roofing, solar, and construction industries. Education: University of Cincinnati, Information Systems minor in International Business. Licenses: Florida State Roofing and Solar Contractors; Certifications: NABCEP, LEED. Member of the American Society of Professional Estimators (ASPE). Constructions Specifications Institute (CSI). Michael Kornahrens Executive Vice President Michael joined Advanced Roofing in 1998 and is responsible for overseeing the operations and management of all divisions. Experience: Born into the roofing industry, Michael has held many positions at Advanced Roofing over the past 18 years, including leading the Metal Roofing and Renewable Energy divisions. His responsibilities include developing rooftop and solar designs, coordinating subcontractors, and managing project installations throughout the United States and Canada. Education: B.A. in Management and Marketing, Florida Atlantic University AdvancedRoofing.InclProposal Package 61 Kevin Kornahrens Executive Vice President Started with Advanced Roofing Inc. in 2005 and is responsible for overseeing the operations and management of all divisions. Experience: Mr. Kornahrens leads the administration team for Advanced Roofing Inc. His primary focus is on Human Resources, Safety, Legal, Information Technologies, and Marketing Departments. His responsibilities include management of strategic business planning, staffing, ERP system implementation, public relations and safety. Education: SPHR, Senior Professional in Human Resources. M.B.A. Degree in finance from the University of Miami. B.S. Degree in Management Information Systems, from Florida State University. B.A. Degree in Marketing, from Florida State University. B.A. Degree in Multinational Business from Florida State University. Jessica Kornahrens Senior Project Manager Jessica joined Advanced Roofing Inc. in 2001 and is a Project Manager that oversees multiple projects. Experience: As a Senior Project Manager, Jessica handles the management of multiple projects on time, within budget, and to the satisfaction of the client; from project turnover through project close out. She serves as a liaison to customers, consultants, architects, subcontractors and vendors. Education: B.S. Degree in Psychology, from Florida State University. B.S. Degree in Business Management, from Florida State University. Randy Gibson Business Development Randy joined Advanced Roofing in 2015 and is responsible for business development and sales. Experience: Randy has over 40 years of experience in the roofing industry. Prior to joining Advanced Roofing, Randy held management positions with national roofing contractors, and founded and operated a commercial roofing business for 25 years. Education: Randy has supplemented his extensive commercial roofing experience with on-the-job training in various fields and systems. Additionally, he has taken numerous continuing education courses related to the roofing and construction industry. View our full team of experienced professionals -..- - _I I (Proposal Package Safety In fulfilling our mission, Advanced Roofing Inc., recognizes a commitment to its employees to provide a safe and healthy workplace, an environment free from recognized hazards to the greatest degree possible Our Health, Safety and Environmental Programs, have been created to protect our most valuable resource, our employees. The safety of every employee at Advanced Roofing is the highest priority. Our objective is to prevent accidents. Therefore, all our activities are conducted according to local, state, and federal safety standards, codes, regulations, and appropriate industry standards. Our Health and Safety Plan is the foundation of our safety program. Each level of management, supervision, and employees are obliged to become familiar with their assigned safety responsibilities, rules, procedures and execution. We will provide the training and resources necessary to achieve our safety goals and management/supervision will be held accountable for the results. A safe workplace is organized, clean, efficient, and uplifting to morale. We view safety as a learned behavior. We implement the philosophy of Behavioral Based Safety (BBS). Advanced has more 30/10-hour OSHA trained employees than anyone else in the state, and is ranked as one of the safest roofing contractors in Florida by Furman Insurance. Bryan Cardona Corporate Director, Safety Experience: With eight years experienced in the areas of occupational safety and health management, Bryan leads all company safety operations. Bryan's goal is for Advanced Roofing to continue being an industry leader, promoting a safety culture and OSHA partnerships and alliances. Education: Bryan is an OSHA Authorized Construction Trainer. This training permits him to perform the OSHA training for the 10 and 30 hour courses for our field staff. Advanced Roofing, Inc I Proposal Package Maintenance and Warranty Preventative maintenance on your roof system is something that should be taken into careful consideration. At Advanced Roofing, we make sure your roof is in tip-top shape year-round. To ensure your roof is functioning properly, it is important to perform semi-annual inspections. These measures of preventative maintenance help to fix problems before further damage incurs, stop roof problems before they start, and guarantee that your roof has a longer service life. Don't wait... be proactive Some advantages of Advanced Roofing's Preventative / Proactive Maintenance Program are: • Proactive maintenance that ensures your warranty remains intact • Restoration options for qualifying roofs as opposed to replacement • All types of roofs qualify -- built-up, modified bitumen, single -ply, metal, and tile A warranty is only as strong as the financial strength of the company that issues it In addition to the reputation and strength of our company, your warranty is covered by not just our promise, but by our own captive insurance company, ARI Insurance, Inc. With assets of over $2,600,000, you will have insurance on your warranty to cover and pay for any warranty repairs in the unlikely event they are needed. Ad,a,�ccd a:o'iiq. liicIProposal Package Associations & Community Involvement Advanced Roofing believes strongly in community involvement, that's why we've committed our entire company to this belief. Here is a list of the organizations we participate in and professional organizations we are a member of: Professional Organizations • National Roofing Contractors Association (NRCA) • Sheet Metal & Air Conditioning Contractors National Association (SMACNA) • Associated General Contractors(AGC) • Roof Connect • US Green Building Council • Citizens for Clean Energy • Florida Solar Energy Center • American Society for Testing and Materials(ASTM) • Building Owners & Managers Association (BOMA) • National Association of Industrial and Office Properties (NAIOP) • Roof Consultants Institution (RCI) • Palm Beach County Hotel & Lodging Association • Community Association Management Professionals (CAMP) • The Executive Association of Fort Lauderdale • WinterFest Board of Directors • Construction Executive Association • Broward Workshop • Center of Environmental Invention in Roofing • TEC Group • Florida Roofing & Sheet Metal Association (FRSA) • Construction Specifications Institute (CSI) • Roofing Contractors of South Florida (RCASF) • Executives Association of the Palm Beaches • West Palm Beach Rotary Club • Palm Beach Roofing & Sheet Metal Association • Net W Group • South Florida Building Officials Association Community Involvement • Special Olympics Broward County • Girl Scouts of Southeast Florida • Reef Environmental Education Foundation • Lance Armstrong Foundation • National Multiple Sclerosis Society • American Heart Association • Florida Wildlife Federation • American Cancer Society • Huntington's Disease Society of America • Deliver the Dream Foundation • Leukemia & Lymphoma Society • City of Lighthouse Point • United Way • South Broward Marine Magnet Programs • Susan B. Anthony Recovery Center • Annual Cigna Healthcare Golf Classic • Habitat for Humanity • McCormick Tribune Foundation • Florida Sheriffs Association • Cardinal Gibbons High School Athletics • Dan Marino Foundation - Nova Southeastern University • Links to Literacy • Winterfest Boat Parade • Florida Buddhist- Vihara-Disaster Relief Fund • Military Order of the Purple Heart • Broward Navy Days • Riverwalk 100 • First Priority of South Florida • FAU Athletics • Jim Moran's Youth Automotive Training Center • Humane Society of Broward MS 150 Bike Tour • Frank Stark Celebration Ride • Boys and Girls Clubs of Broward County • Pine Crest School • Cardinal Gibbons • Boyd Anderson • Palm Beach, Dade and Broward Schools Advanced Roofing. Inc I Proposal Package Contract Terms & Conditions The following provisions form part of the contract between the parties hereto. Advanced Roofing, Inc. will be referred to as "Advanced GUARANTEE: Unless otherwise provided in the body of this contract, re -roofing jobs are guaranteed by ARI Insurance, Inc. for two years, the premium for which is Included in the contract amount. The guarantee covers any defect in workmanship or in materials supplied by Advanced which cause a leak to the premises. The guarantee does not cover actions beyond the control of Advanced, including but not limited to windstorms, hurricanes, tornados, lightning, plant or animal life, such as termites, damage caused by Owner or other paches, or work done by parties not under the control of Advanced. Mechanical and electrical madMicatfons are not part of Advanced's responsibility unless included in the scope of work otherwise described herein. The extent of this guarantee shall not exceed the contract amount paid to Advanced Roofing and shall not extend to consequential damages. Claims made under this guarantee shall be made to ARI Insurance, Inc, c/o Advanced Roofing, Inc. Advanced Roofing is authorized to photograph the property in order to determine the scope of services, marketing, or other purposes associated with the project. CLAIMS: All claims for nonfulfillment of the contract shall be made within 30 days from completion of the work. Advanced reserves the right to correct any condition for which it is responsible including damage to other property. In the event others repair or attempt to repair any problem with the work done by Advanced, unless authorized by Advanced in writing, all guarantees and warranties associated with this project shall be void and of no other further force and effect Advanced shall not be liable for any cost of work or repairs to its work done by others unless previously authorized by Advanced in writing. PAYMENT: Owner has represented to Advanced that it has the funds available to make payment and has further agreed to supply financial records satisfactory to Advanced, prior to commencement of construction. Owner agrees that, if requested to do so by Advanced, Owner shall complete a credit application authorizing Advanced to investigate the credit worthiness, credit history and/or financal responsibility of Owner. If Advanced in its sole discretion is not satisfied with Owner's current or future ability to pay, or Owner fails to complete a credit application, Advanced may terminate this contract without penalty. Final payment is due an the completion of the job and is a condition precedent to any warranty or guarantee obligation of Advanced or ARI Insurance, Inc. Any release, lien waiver or warranty issued pursuant to this project is delivered in escrow subject to payment and maybe cancelled for nonpayment. Advanced's right to payment is not contingent upon the acceptance of work done by others and over which Advanced has no control. The prevailing parry in any litigation, arbitration or mediation relating to this agreement shall be entitled to recaver Its reasonable attorneys' fees from the other parry for all matters, including, but not limited to appeals. Broward County, Florida, shall be proper venue for any litigation Involving this agreement. Interest shall he due on all amounts not paid within 30 days of the date due at eighteen percent per annum from the date payment was due. Owner hereby expressly consents to the exclusive personal jurisdiction of the state and federal courts located in Broward County, Florida for any lawsuit filed arising from or related to this Agreement and waives any argument that any such court lacks jurisdiction or that venue in such forum is not convenient In the event Owner commences any action arising under this Agreement in another jurisdiction or venue, Advanced shall, at its sole option, he entitled to have the case transferred to one of the jurisdictions and venues above staled, or If such tra isle cannot be accomplished under applicable law, Owner consents to have such case dismissed without prejudice. UNFORESEEN CONDITIONS: This proposal is limited to the scope of work described and does not include structural issues which may be discovered during the course of the work. In the event that unforeseen conditions arise that were not apparent upon visual inspection, such additional work shall be performed on a time and material basis over the price stated in this contract. Examples of conditions which will be considered an unforeseen condition giving rise to an increase in the cost of the job would be the discovery of addiflonal roofs during tear -off; or that the original roof was solidly mopped to the deck; deck replacement; deck securement/fastening; deck minimum gauge or deck conditions requiring repair beyond proposal allowance, or any other condition that Advanced should not reasonably have anticipated from visual inspection and included in the price provided for in the contract. It is recommended that a structural engineer inspect the roof deck. OWNER RESPONSIBILITIES: Unless otherwise provided for in the body of this contract, Owner is responsible for any of the following conditions: Asbestos testing and removal expenses, if any; wind uplift and moisture testing if required; engineering and attachment or enhancement of the existing/proposed roof deck system and any structural component of the building; the condition of the exisimil/proposed deck slope, structural integrity of the deck, method of attachment of the deck, buried conduits, and equipment below the deck ar any other structural deficiencies which may contribute to preventing positive drainage on the roof surface; Waterproofing of the building envelope, including windows, doors, or other areas outside the scope of work performed by Advanced. Owner may be responsible for moving or otherwise protecting signs, lighting antennas, satellite dishes or other property or equipment which interferes with the reroofing of the property and agrees not to hold Advanced liable for damage to same unless Advanced accepted the responsibility therefore. Customer/Owner acknowledges that during the course of the roof removal process it is passible far small amounts of debris, Including but not limited to, insulation or roofing fabric, to fall inside the structure. ARI will use its best efforts to minimize such an occurrence. However, the parties stipulate and agree ARI shall not be liable for any claim, loss, or damage associated with debris falling Inside the structure during the roof removal process. PRE-CONSTRUTION INSPECUON/LEANS: Roofs ready for replacement are generally leaky and holding water which may, through no fault of Advanced, leak into the building during the course of the reroofing process. Advanced shall use best roofing practices to minimize the risk of leaks but owner agrees not to hold it liable for leaks not directly caused as a result of negligent practices. Additionally, interior damage generally pre-exists commencement of the re -roofing project. Owner agrees to provide access to all interior areas and top floor units in order for the parties to document pre-existing damage. The risk is upon Owner, who agrees to indemnify and hold Advanced harmless, against any claim by Owner or any other party seeking to hold Advanced liable for damages where Advanced was not provided access during its pre -construction inspections to the areas in question. Owner also shall have the responsibility to notify its residents of the steps that must be taken to protect their property, which will be contained in the Start -Up letter provided by Advanced. Owner shall also provide the staging area and cooperate to inform and assist in preventing residents or others from entering that area or any area under construction. PRICES QUOTED ARE FOR GALVANIZED flashing, eves drip and gravel stop unless otherwise speoif ed, UPLIFT STANDARDS: All roofing systems will be installed In accordance with both the manufacturer's specifications and building code. Advanced does offer uplift guarantees but unless otherwise specified in this proposal post Installation pressures are not guaranteed. DUSTING PROPERTYOR EQUIPMENT: Unless otherwise specified in this contact, Advanced shall not be liable for damage to property or equipment, including signs. lighting fixtures,antennas, satellite dishes or other equipment at the property which is reasonably at risk from the work performed by Advanced. Anvexpenses incurred by Advanced to protect said property shall be paid for by Owner. m RISK OF DAMAGE: It can be expected that the work will cause vibration, which could cause damage to the building or its contents. The Owner is in the best position to secure said property or, in the case of others who occupy interior units, to advise them of the need to do so. Advanced does not assume any risk and shall not be held liable for damage to stained, cracked or damaged ceilings or ceiling components, cracked or damaged plaster, insulation, acoustical tile or personal property or fixtures within or about the building(s), cracks in driveways, curbs and sidewalks or soffit repair or replacement. Additionally, Advanced shall not be liable for damage to parked vehicles or property located in or about the staging area assigned for its use, or for any damage or injury for respiratory problems which may result from the odors associated with its work. The Owner shall advise its tenants and employees of these risks and concerns and take such action as it deems reasonable. DELAYS: Advanced shall not be liable in any respect for any delays caused by strikes, labor disputes, court injunctions, actions by the Owner or by third parties, Acts of iod, or other conditions outside of its control. In the event Advanced must remobilize as a result of any action for which the Owner is responsible, or due to weather or other conditions not the responsibility of Advanced, Advanced shall be entitled to an increase of the contract price attributed thereto. If it is necessary to perform additional work in order to protect the property from adverse weather, or to repair work damaged by adverse weather, Advanced will be entitled to a change order `or reimbursement for same. MATERIAL PRICE CHANGES: Due to extreme volatility in asphalt prices, the price set forth in this proposal/contract applies only to orders for asphalt products that are ordered and paid for within thirty (30) days of the date of this proposal/contract. All other orders shall be subject to change based upon changes in the price of asphalt -related products charged to Advanced. Similarly, if there is an increase in the price of steel products, isocyanurate insulation or other materials to be used on :his project subsequent to making this proposal/contract, the price set forth in this proposal/contract shall be increased to reflect the additional cost to Advanced, Who will submit written documentation of the increased charges. A fuel surcharge can be added if the price of fuel increases by more than 5% between the time the contract is signed and commencement. BREACH: In the event Owner terminates or breaches this contract, or if a condition attributable to Owner or Owner's property arises that prevents Advanced from fulfilling the contract, Advanced shall be entitled to be paid that percentage of the contract price as the percentage of work performed; plus for work not performed, all expenses incurred in preparing to perform same, mobilization expenses and profit which would have been realized had the work been completed. If the contract is canceled as a result of strike, labor dispute or conditions not the fault of or attributable to either party hereto, Advanced shall be entitled to recover from Owner that percentage of the contract price as the percentage of work performed; plus for work not performed, all expenses incurred in preparing to perform same, mobilization expenses or other expenses incurred related to the project but not profit for work not performed. NO ORAL PROMISES: There are no promises, representations or understandings outside of this instrument which instrument represents the complete agreement between the parties. No modification of this contract shall be valid unless in writing, signed by the party against whom the change is asserted. Any notification required by this contract shall be made in writing. LIMITATION OF LIABILITY: Advanced Roofing is not liable for any claim for injury or damages, whether based upon a contractual, statutory or tort theory, which result from: (a) natural disasters including but not limited to lightning, windstorm, hail, hurricane, tornado, wind gale force or greater; (b) misuse, neglect, or unauthorized alterations of the roofing system or as a result of or connected with materials supplied or installed by others; (c) exposure to damaging substances such as oil, solvents etc.; (d) failure of the substrate, surface or materials under the roof; (e) improper drainage; (f) lack of recommended maintenance; (g) damage resulting from water entry from any portion of the building structure which is not a part of the roofing system, or (h) any claim related in any way to damage or injuries from mold, spores, fungus, any organic pathogen or exposure to toxic or noxious substances fumes or vapors. Advanced Roofing shall have no obligation under this Contract until all bills for installation, service, and materials have been paid for in full. The Owner will, at its expense initiate an ongoing maintenance program to include keeping all pitch pans filled with mastic, maintaining caulk or sealant around all roof penetrations, cap metal, cover plates, gravel stops, counterflashings, termination bars, exterior scuppers, gutters, down spouts and leader heads, and keeping the roof free of vegetation, trash and debris and such other miscellaneous items necessary to maintain the serviceability of the roofing system. If this roofing system is covered under a manufacturer's Warranty, Advanced is not liable for the provisions thereof. The warranty and liability of Advanced Roofing shall only accrue to and be for the benefit of the original Owner named herein, and is NOT assignable or transferable without prior written approval and inspection by Advanced Roofing. TO THE FULLEST EXTENT PERMITTED BY APPLICABLE LAW, ADVANCED ROOFING, INC. DISCLAIMS ANY IMPLIED WARRANTY, INCLUDING THE WARRANTY OF MERCHANTABILITY AND THE WARRANTY OF FITNESS FOR A PARTICULAR PURPOSE, OR LIMITS SUCH WARRANTY TO THE DURATION AND TO THE EXTENT OF THE EXPRESS WARRANTY REPRESENTED BY THIS WARRANTY. Advanced Roofing's exclusive responsibility and liability under this warranty has been transferred to ARI Insurance, Inc. and, in the case of a new roof, to make repairs .fiat may be necessary to maintain the roofing system in a watertight condition for the length of Advanced Roofing's warranty period; and in the case of a repair, to repair any additional leaks which result from faulty repair work done by Advanced Roofing. (Owner acknowledges that leaks may come from more than one possible source and that Advanced Roofing does not guarantee that its repair will stop leaks not associated with the area repaired by it.) Advanced Roofing shall not be liable for its own negligence, or under theories of statutory or strict liability or any other theory of liability other than the exclusive liability set forth in this warranty which Owner agrees is it sole remedy notwithstanding the type or category of damages claimed. Under any circumstance, Advanced Roofing will not be liable for any personal injury claims, or claims for consequential damages to the structure (upon which the roofing system is affixed) or its contents, loss of time or profits or any inconvenience or expense incurred by Owner. Any change to the provisions of this section must be in writing and signed by a corporate officer of Advanced Roofing, Inc. ANY CLAIMS FOR CONSTRUCTION DEFECTS ARE SUBJECT TO THE NOTICE AND CURE PROVISIONS OF CHAPTER 558, FLORIDA STATUTES 67 CONTENTS • AGT Introduction • Key Company Information • Company • Project Timeline & Safety • Project Proposal • Solar Layout & Production Model • Financial Model • Project Spec Sheets • Dare To Compare • Meet Our Team • Solar Energy Services • Solar Energy Solutions • Maintenance & Warranty • Client References & Awards • Contract Terms & Conditions m Advanced Roofing, Inc. and Advanced Green Technologies are pleased to submit the following information for your consideration regarding the contractor selection on your solar photovoltaic project. As one of the largest commercial solar energy Engineering, Procure- ment, and Construction (EPC) Firms and Roofing Contractors in the United States, the opportunity to work with your organizations on this project is incredibly exciting for everyone on our team. We have completed more than 300 successful DESIGN -BUILD solar installations thoughout the globe totaling over 200 megawatts of clean energy. Finished projects include Florida's largest privately owned, non -utility and non -governmental solar array for the Lockheed Martin Corporation, along with installations in the Northeast United States for organizations such as Toys R Us and Konica Minolta. Our world -class team consists of diverse backgrounds in General Con- struction, Electrical and Structural Engineering, Metal Fabrication, and Commercial Roofing to ensure we exceed the highest design, installa- tion, and safety standards on your proejct. We look forward to discussing this project with you in more detail. Should you require any further information or clarification, please do not hesitate to contact me directly, at 954-522-6868 EXT 1060. Sincerely, Clinton A. Sockman Vice President 70 KEY COMPANY INFORMATION Company Legal Name Advanced Green Technologies 1950 NW 22nd St. Fort Lauderdale, FL 33311 www.agt.com Corporation Fed ID Number — 59-2360591 Type of business: Private S-Corporation State of Incorporation: Florida Date of incorporation: October, 1983 Safety— Interstate EMR 2021: 0.59 Professional Licenses Solar Contractor- License #CVC-56792 NABCEP#PV-101913-002781 Electrical Contractor- License #EC13006050 General Contractor- License #CGC-1521128 Roofing Contractor- License #CCCO24413 Mechanical Contractor- License #CAC1818806 Bank BB&T 110 E Broward Blvd., 21st Floor Fort Lauderdale, Florida 33301 Surety The Guarantee Company of North America, USA Surety Agent: William Griffin 900 S. Pine Island Rd., Suite 210, Plantation, FL 33324 Capacity: 150MM Rooftop; 1BB Ground -mount Insurance Agent Frank H Furman, Inc. 1314 East Atlantic Blvd, Pompano Beach, FL 33060 Gen Lib: $21VIM aggregate I 71 Advanced Green Technologies tour Experience Matters Most! In maintaining our "Commitment to Quality," Advanced Green Technologies would like to remind custom- ers that your experience is what matters most to us. Your experience with our company at every touch point is very important- from initial contact to project close-out. for us, it's not just about completing your project on time and on budget. It's about making the entire process from bidding to completion headache and hassle -free for you, the customer. We think you should be informed, involved and in control from the start, and with more than 350 employees, multiple offices locations, and state of the art equipment- we've got you protected. I COMPANY PHILOSOPHY On Time, On Budget! We Are Advanced! The Advanced Family of Companies was founded in 1983 and built from the ground up on our guiding principle of "Commiled to Quality" and by doing what we say we are going to do every time, with no exceptions. Today we are a diversified specialty construction company with annual revenues between $80 and $100 million dollars and primarily engaged in the Commercial/Governmental/ Industrial Solar, Roofing, and HVAC businesses. Headquartered in Fort Lauderdale, we have offices throughout the State of Florida and Northeast United States that enable us to provide our services nation-wide at a competitive cost structure. Discover What Makes Us Adanced! In -House Divisions Our company has a strong belief that the best way to control the construction schedule and cost overruns is to self -perform the scope of work and own the required equipment as much as possible. As a result, we have the following in-house divisions to help us streamline your project: roll -off dumpsters, tower crane, strike and rigging, sheet metal fabrication, mechanical, fleet of telescoping and scissor lifts. We are fully prepared to mobilize all of our equipment to hold the construction schedule as required or to make up for lost time due to unexpected weather delays. Advanced Technology Our team uses cutting -edge project management software including Microsoft CRM, Spitfire, Microsoft Dynamics, and our proprietary solar asset management software, Advanced Access. All of our platforms are cloud -based, giving our clients project and construction management staff worldwide access to all project data at a moment's notice through traditional and mobile devices. Project financing We work with many large and boutique finance firms to bring the best solution for your solar energy project including Power Purchase Agreements (PPA), leasing options, PACE financing, and SREC broker- age. Our project management team has many years of experience in grant/incentive research, opplica- tion submissions, as well as, assistance with all essential paperwork for your solar array installation. These value added services are provided at no expense to our customers. 73 S Advanced Green Technologies SOLAR PROJECT TIMELINE At Advanced Green Technologies, solar energy is our business. That's why we are committed to the precision and quality of every installation we perform. We can offer you a broad range of solar energy services and solutions to fit your needs, and we ore certified by every major solar manufacturer to install the highest quality systems with the best warranties. Once you begin a project with us, the work will continue along a path to your complete satisfaction. First, your needs are assessed, and a plan is developed to determine the necessary course of action and best practices. Then we will select the best products, followed by establishing a timeline of your project. At regular stages along the way, you are updated on the project and supplied with appropriate reports and photographs. Our proven workflow ensures communication and clarity with all parties involved. Our goal is to make the process of installing solar easy and hassle free for you. Our experience continually improves from feasibility studies and product procurement to construction and project commissioning. See our process map below to understand how we perform a project from start to finish. PROJECT PROPOSAL Advanced Green Technologies (AGT) is pleased to submit the following proposal for your consideration of the above -referenced premises as follows. We agree to provide all labor, material, tools, equipment and proper insurance with an excess liability of twenty-six (26) million dollars. To: xws Aurelio Carmenates City of South Miami 6130 Sunset Drive South Miami, FL 33143 (305)403-2072 Date: January 13, 2021 Job Name: South Miami - Mobley Bldg. Address: 5825 SW 68`h St. South Miami, FL33143 Reference: Rooftop Solar Proposal WORK SCOPE PREPARATORY WORK 1. Design photovoltaic system in accordance with manufacturer's specifications. 2. Provide string sizing, structural engineering, electrical engineering, and roof layout required for permitting. 3. Prepare existing roof surface to receive solar system and coordinate all warranty requirements with roofing manufacturer. 4. Secure and pay for all necessary local permits and approvals. 5. Secure and pay for all required Florida Solar Energy Center system approvals. 6. Secure and pay for all required Utility Net Metering and Interconnection agreements. 7. Provide and Install Roofing manufacturers flashing system at all required penetrations to ensure warranty continuation. DCE ECO-TOP HYBRID BALLAST / ATTACHED PHOTOVOLTAIC RACKING SYSTEM OR EQUIVALENT Furnish and Install DCE Eco-Top racking system ballasted and mechanically attached to the existing roof structure. Attachment of racking system to be engineered in accordance with local wind speed calculations in accordance with ASCE-10 guidelines, and local building code. HANWHA Q-CELLS Q.PEAK DUO L-G5.2 395W PHOTOVOLTAIC MODULES OR EQUIVALENT Furnish and install (40) Hanwha Q-Peak Duo 395W solar modules. A total of 15,800 W-DC to be installed. TIGO TS4-F OPTIMIZERS Furnish and Install (40) Tigo TS4-F optimizers per final designs. FRONIUS SYMO 12.5-3-M INVERTER OR EQUIVALENT Furnish and Install (1) Fronius Symo 12.5-3-M inverter per final designs. AGT Project Proposal ACCESSORIES 1. Furnish and install all wiring needed for installation. Exposed wiring will be housed in wire management system and outdoor UV rated. 2. Furnish and install all DC /AC disconnects as required by engineering to be installed per wiring schematic. 3. Furnish and install all required switchgear / boards as required the power distribution system. 4. Provide all wiring to Owner provided data lines for full Fronius Symo data monitoring system. Data lines are to be provided by owner at final location of inverters. GUARANTEE Twenty -Five (25) year limited guarantee on power output modules from Hanwha or Equivalent. GUARANTEE Ten (10) year guarantee on optimizers from Tigo or Equivalent. GUARANTEE Ten (10) year guarantee on inverters from Fronius Symo or Equivalent. WARRANTY Two (2) year warranty on materials and labor from ARI Insurance, Inc. QUOTATION FORTHE SUM OF: ...................................................................................................................... $58,917.00 (Fifty -Eight Thousand Nine Hundred Seventeen Dollars) Thank you for the opportunity to bid this work. Should you have any questions or require additional information, please do not hesitate to contact Matt Jeffries at (954) 522-6868 ext. 1116 or via email at mattj&agt.com. This quote is based on preliminary electrical design, if however final electrical design differs in installed wattage due to site or module size availability, the difference will be calculated at a per watt price. AJI material is guaranteed to be as specified. All work to be completed in a workmanlike manner according to standard practices. Any alteration or deviation from above specifications involving extra costs will be executed only upon written order. and will become an extra charge over and above the estimate. All agreements continent upon strikes, accidents or delays beyond our control. Owner to carry fire, tornado, and other necessary insurance. Authorized Signature: HAVL Matt Jeffries, Director of Sales & Strategic Accounts NOTE: This proposal may be withdrawn by us if not accepted within Thirty f301 days. Owner is responsible for asbestos testino and related cost to remove. Acceptance of Proposal T e undersigned as (check one) ❑ Owner ❑ Authorized agent of Owner hereby accepts and agrees to the prices, specifications and ccnditions indicated above and on the reverse side of this contract. Cate Accepted: Signature: Owner/Officer Name & Title: .......................................................... ...... ............... ............................ .............................. . ..................... 'Terms & Conditions on last page(s) apply. State License: CV-056792 77 PM PROPOSAL Advanced Green Technologies (AGT) is pleased to submit the following proposal for your consideration of the above -referenced premises as follows. We agree to provide all labor, material, tools, equipment and proper insurance with an excess liability of twenty-six (26) million dollars. To: Aurelio Carmenates City of South Miami 6130 Sunset Drive South Miami, FL 33143 (305) 403-2072 Date: January 13, 2021 Job Name: South Miami - Mobley Bldg. Address: 5825 SW 681" St. South Miami, FL 33143 Reference: Preventive Maintenance Proposal DESCRIPTION OF ISSUE We are pleased to submit the following two-year maintenance proposal (once a yearvisits) foryour consideration on the above referenced location as follows: SCOPE OF WORK Inverter Maintenance/Module Inspections: • Check Irradiance and Module Temperature • Check Operating Voltage (AC and DC Voltage) and Current • Check Inverter status, Inspect inverter cabinet for damage and propersecurement. • Check Filters and clean as needed. • Check inverter fans for dirt/dust build-up, clean and verify fans are operating properly. • Measure torque of all electrical connections, re -torque as needed. • Inspect all conduits for proper connections to supports, couplings andfittings. • Inspect all visible wire connections to ensure all are properly secured. • Inspect signs and labels and add or replace asneeded. • Inspect all racking and attachment systems for loose or missing parts. Repair or replace as needed. • Visually inspect all PV Modules for physical damage and document conditions. • Confirm no water leakage to any component parts. • Remove and dispose of any debris covering the modules that may cause shading. *A complete documented report will be provided to the client digitally. EXCLUSIONS This is a maintenance proposal only and does not cover labor or parts associated with potential repairs not covered under warranty. Work is based only on Scope of Work listed above, any other issues or problems will be identified and the responsible party notified. AGT will make necessary repairs as required after advising the Client of recommended repairs, providing a proposal, and executing scope of work once proposal is approved. AGT Project Proposal AGT will make necessary repairs as required after advising the Client of recommended repairs, providing a proposal, and executing scope of work once proposal is approved. WARRANTY Established warranty as stated in original contract agreement. QUOTATION Inverter Maintenance/Module Inspections: FOR THE SUM OF: ................................................... ...................................................... $ 450.0 0 (Four Hundred Fifty Dollars) QUOTATION Communications and Annual Reporting: FOR THE SUM OF: ............................................................................................... (One Thousand Two Hundred Dollars) Annual Maintenance Schedule ............ $1, 200.00 COSTS Annual Maintenance: Year 1-3 $1,650.00 (peryear) Annual Maintenance: Year 4 - 6 TBD Annual Maintenance: Year 7 - 9 TBD Hourly T&M Rate for Non -O&M Work (2-Man Team) $165.00 "Travel charges are billed portal to portal at the hourlyrate" All material is guaranteed to be as specified. All work to be completed in a workmanlike manner according to standard practices. Any alteration or deviation from above specifications involving extra costs will be executed only upon written order and will become an extra charge over and above the estimate. All agreements continent upon strikes, accidents or delays beyond our control. Owner to carry fire, tornado, and other necessary insurance. This quote is based on preliminary electrical design, if however final electrical design differs in installed wattage due to site or module size availability, the difference will be calculated at a per watt price. A material is guaranteed to be as specified. All work to be completed in a workmanlike manner according to standard practices. Any alteration or dentition from above specifications involving extra costs will be executed only upon written order. and will become an extra charge over and above the estimate. All agreements continent upon strikes, accidents or delays beyond`,orurryycontrol. Owner to carry fire, tornado, and other necessary insurance. Aitnorized Signature: A ..L V Matt Jeffries, Director of Sales & Strategic Accounts NOTE: This proposal may be withdrawn by us if not accepted within Thirty f301 days. Owmcer is responsible for asbestos testino and related cost to remove. Acceptance of Proposal T,e undersigned as (check one) ❑ Owner ❑ Authorized agent of Owner hereby accepts and agrees to the prices, specifications and conditions indicated above and on the reverse side of this contract. Date Accepted: Signature: Owner/Officer Name & Title: ......................... `Terms & Conditions on last page(s) apply. State License: CV-056792 79 Design 1 South Miami Mobley Bldg, 5825 SW 680h Su eei f Report 1.1d System Metrics Pro)eaName 5outh Miami Mobley Bldg Deslgn Designs Pral Address 5825 SW 68th Street Module DC 1S.B kW Nameplate chr on sockman Prepared p dints@agecom Inverter AC 12.5 kW _ Nameplate Load Ratio', 126 Annual 24 62 MWh Production Performance 80 2 m Ratio kWh/kWp 155&.5 TMv. 10i gr to(2i75:80.25). N REL Weather Causer (prospector) Simulator Version Sa7215b171 d9c7bb36e2-077dbb99ac- actfd7d0a7 ad Monthly Production ag i�lllllllli� 5 Annual Production Description output %Delta Annual Global Horizontal Irradiance 1.885.7 PDA Irradiance 1944,2 3.1% Inadlana Shaded Irradiance 1,879.2 33% gift,t) Irradiance after Rellertion 1,824 0 2.94 Irradiance after Soiling 1787.5 -2 0% Total Collector Irradiance 1,787.7 0.0% Nameplate 28,237.5 Output at Ir•adiance Levels 27.9820 -0.9% Output at Cell Temperature Detate 26.0817 -6.8% Output After Mismatch 25,639.0 1.7% Energy Opumoi,r Output 25,556.0 -0.3% (kWh) Opunel DC Output 25,477.0 0.3% Constrained DC Output 25,423.7 -024 Inverter Output 24, 698.6 -2.9% Energy to Grid 24.624.5 -0.3% Temperature Metrics Avg. Operating Ambient Temp 26.1'C Avg. Operating Cell Temp 35.2'C 9mulatlon Metrics Operating Hours 4669 Solved Hours 4im5 9 Project Location Q Sources of System Loss A[ Invenva: ], Clipping: 0.2% Winn, 0.3% Dm ieen: 0.3% Mlsmetcn: 1.7% TemPorai G8% A: 3.3% RefleNon: 2.9% Soiling: 2.0% ...__.anm: a 9% • Condlocr Sat Description Condition Set i Weather Dataset Tiff, 10km grid (25.75,-80.25), NREL (prospector) Solar Angle Meteo LaVing Location Transposition Perez Model Model Model Sandia Model Rack Type a b Temperature Delta Temperature Model Parameters Fixed Tilt -3.56 0.075 3`C Flush Mount -2.81 -0h4,55 0`C Soiling(%) 1 F M A M 1 J A S O N D 2 2 2 2 2 2 2 2 2 2 2 2 Irradiation 5% Variance Cell Temperature 4"C Spread Module Binning Range .25%to L556 AC System Demte 150% Module Module Characterizations 0pEAK DU0 L G5.2395 (I44Ce11) (Hanwha Q Cells) Device Component T54-0(Tigo) Characterizations SYMO 12 5-3-M Lan 2016) (Frames) Uploaded Characerzation BY Folsom Hanwha_Qtells_QPEAK DUO L- Labs G5.2 395 Ref4.PAN, PAN Uploaded By Characterization Folsom Default Labs Characterization Folsom CEC Labs 2 Componeras Component Name _�— —Count 1 (12.5 mveners SYMC 12.5-3-M Lan 2016) (Fronius) kW)) AC Panels Iinput AC Panel t AC Home 1 (17.2 Runs 12 A WG (Copper) id AC Nome 1 (61.7 14 AWG (Copper) ft) Runs 2(225.0 Home Runs 2/OAWG(Aluminum) it) Combiners )input Combiner 1 Combiners 2inpu: Combiner 1 3(243.9 Strings 10 AWG(Copper) R) 40 (14.0 Optimizers TS4 0 (Tigo) kW) Hanwha Q Cells, Q.PEAK DUO L-G5.2 40 (i S.B Module 395 O1 Celi)(395W) kW) & Wiring Zones Description Combiner Poles String Size Stringing Strategy Wiring Zone 12 9-19 Along Racking Field Segments Description Racldng Orientation Tilt Azimuth Intrarow Spacing Frame Size Frames Modules Power Field Segmentl Fixed Tilt Landscape(Horizontal) S° 177.8913 0.5ft 1x1 51 40 15.8 kW 81 "`HelioScope Annual Production report produced by clinton sockman , HelioScope . <) 2021 Folsom Labs 3/3 January 08, Advanced Roofing, Inc. and Advanced Green Technologies are pleased to submit the following information for your consideration regarding the contractor selection on your solo photovoltaic project. The Advanced Family of Companies was founded in 1983 and built from the ground up on our guiding principle of "Commited to Quality" and by doing what we say"ve are going to do every time, with no exceptions. Today we are a diversified specialty construction company with annual revenues between $80 and $100 million dollars and primarily engaged in the Commercial/Governmental/ Industrial Solar, Roofing, and HVAC businesses. Headquartered in Fort Lauderdale, we have offices throughout the State of Florida, Northeast United States, and Toronto Canada that enable us to provide our sernces nation-wide at a competitive cost structure. South Miami Mobley Prepared For City of South Miami 305-403-2072 ACarmenates@southmiamifl.gov r.r 1/12/2021 83 Table of Contents 1 Project Summary------------------------------------------------------ 3 2 Project Details ----------------------- ---- ----- -------------------.. 4 2.1 Facility #1 .---------------------------------------------- ---------. 4 2.1.1 PV System Details ---------------------------- ------ -------------. 4 2.1.2 Rebates and Incentives -------------------------------------------------------- 5 2.1.3 Utility Rates ------------------------------------- --------- ---------- 6 2.1.4 Current Electric Bill -------------------------------------- -------------------- 6 2.1.5 New Electric Bill ------------------------------------------------ -----------_.. 7 3 Cash Flow Analysis --------------------------------------------------------------.. 8 3.1 Cash Purchase --- -------------------------------------------------------- 8 Prepared By: Clinton Sockman P: (954) 522-6868, E: clints@agt.com Page 2 84 I Project Summary Payment Options Upfront Payment Total Payments Rebates and Incentives Net Payments 25-Year Electric Bill Savings 25-YearIRR 25-Year LCOE PV 25-Year NPV Payback Period Blended Utility Cost Per kWh Electricity Escalation Rate Combined Solar PV Rating Power Rating: 15,800 W-DC Power Rating: 13,763 W-AC-CEC $80,000 $70,000 $60,000 w 0 u $50,000 v C w $40,000 ry 2 $30,000 E u $20,000 $10,000 $o Year 0 Cash Purchase $58,917 $58,917 $58,917 $70,003 1.26% $0.106 ($21,445) 21.8 Years $0.091 3% Cumulative Energy Costs By Payment Option Year 3 Year 6 Year 9 Year 12 Year 15 Year 18 Year 21 Year 24 ■ Avoided Utility Cost 0 Cash Purchase Prepared By: Clinton Sockman P: (954) 522-6868, E: clints@agt.com Page 3 85 2.1.1 PV System Details General Information Facility: Facility #1 Address: 6130 Sunset Dr South Miami FL 33143 Solar PV Equipment Description Solar (40) Hanwha Q Cells Q.PEAK DUO L-G5.2 395 Panels: (144Ce1q Inverters: (1) Fronius SYMO 12.5-3-M (Jan 2016) Solar PV Equipment Typical Lifespan Solar Panels: Greater than 30 Years Inverters: 15 Years Solar PV System Cost And Incentives Solar PV System Cost $58,917 Net Solar PV System Cost: $58,917 4,000 3,000 1/1 Solar PV System Rating Power Rating: 15,800 W-DC Power Rating: 13,763 W-AC-CEC Energy Consumption Mix Annual Energy Use: 37,291 kWh ■ Utility 12,666 kWh (33.97%) Solar PV 24,625 kWh (66.03%) Monthly Energy Use vs Solar Generation 0 ,ill ,�11 p11 �11 6(1 1(S- 'l.(1- ,i11' A(1- 5(1 611' �11- 015 9(1, 10% 1111. ■ Energy Use (kWhl Solar Generation (kWh) Prepared By: Clinton Sockman P: (954) 522-6868, E: clints@agt.com Page 4 2.1.2 Rebates and Incentives This section summarizes all incentives available for this project. The actual rebate and incentive amounts for this project are shown in each example. Prepared By: Clinton Sockman P: (954) 522-6868, E: clints@agt.com Page 5 E-h 2.1.3 Utility Rates The table below shows the rates associate with your current utility rate schedule (GS-1). Your estimated electric bills after solar are shown on the following page. Fixed Charges Energy Charges Type GS-1 Type GS-1 S Monthly $10.62 S Flat Rate $0.08743 W Monthly $10.62 W Flat Rate $0.08743 2.1.4 Current Electric Bill The table below shows your annual electricity costs based on the most current utility rates and your previous 12 months of electrical usage. Rate Schedule: FPL- GS-1 Time Periods Energy Use (kWh) Charges Charges Bill Ranges & Seasons Total Other Energy Total 1/1 /2021 - 211/2021 W 3,108 $11 $272 $282 2/1/2021 - 3/1/2021 W 3,108 $11 $272 $282 3/1/2021-4/1/2021 W 3,108 $11 $272 $282 4/1/2021-5/1/2021 S 3,107 $11 $272 $282 5/1/2021- 5/1/2021 S 3,107 $11 $272 $282 6/1/2020-7/1/2020 S 3,900 $11 $341 $352 7/l/2020-8/1/20205 2,195 $11 $192 $203 8/1/2020 - 9/112020 5 3,042 $11 $266 $277 9/1/2020-10/1/20205 3,293 $11 $288 $299 10/112020-11/1/20205 3,108 $11 $272 $282 11/1/2020-12/1/2020 W 3,107 $11 $272 $282 12/1/2020-1/1/2021 W 3,108 $11 $272 $282 Totals: 37,291 $127 $3,260 $3,388 Prepared By: Clinton Sockman Page 6 P: (954) 522-6868, E: clints@agt.com IW 2.1.5 New Electric Bill Rate Schedule: FPL - GS-1 Time Periods Energy Use (kWh) Charges Charges Bill Ranges & Seasons Total Other Energy Total 1/l/2021-2/1/2021 W 1,407 $11 $123 $134 2/112021-3/i/2021 W 1,326 $11 $116 $127 3/1/2021 - 4/112021 W 791 $11 $69 $80 4/l/2021-5/1/20215 576 $11 $50 $61 5/1/2021 - 6/1/2021 S 545 $11 $48 $58 6/i/2020-7/1/20205 1,718 $11 $150 $161 7/1/2020 - 8/1/2020 S -128 $11 -$11 -$1 B/1/2020-911/20205 779 $11 $68 $79 9/1/2020-10/1/20205 1,325 $11 $116 $126 10/1/2020-11/1/20205 1,137 $11 $99 $110 1111 /2020 - 121112020 W 1,509 $11 $132 $143 12/1/2020 - 1/112021 W 1.681 $11 $147 $158 Totals: 12,666 $127 $1,107 $1,235 Annual Electricity Savings: 52,153 Prepared By: Clinton Sockman Page 7 P: (954) 522-6868, E: clints@agt.com 89 3.1 Cash Purchase Inputs and Key Financial Metrics Total Project Costs $58,917 25-Year NPV ($21,445) Discount Rate 5% 10-Year IRR -13.52% Payback Period 21.8 Years Electricity Escalation Rate 3% 20-Year IRR -0.93% 25-Year ROI 18.8% Federal Income Tax Rate 0% 25-Year IRR 1.26% PV Degradation Rate 0.8% State Income Tax Rate 0% Years Project Costs Electric Bill Savings Total Cash Flow Cumulative Cash Flow Upfront -$58,917 - -$58,917 -$58,917 1 - $2,153 $2,153 -$56,764 2 - $2,200 $2,200 -$54,564 3 - $2,248 $2,248 -$52,317 4 - $2,296 $2,296 -$50,021 5 - $2,346 $2,346 -$47,675 6 - $2,396 $2,396 -$45,279 7 - $2,447 $2,447 442,832 8 - $2,500 $2,500 -$40,332 9 - $2,553 $2,553 -$37,779 10 - $2,607 $2,607 -$35,173 11 - $2,662 $2,662 -$32,511 12 - $2,718 $2,718 429,793 13 - $2,775 $2,775 -$27,018 14 - $2,833 $2,833 -$24,185 15 - $2,892 $2,892 -$21,293 16 - $2,952 $2,952 -$18,341 17 - $3,013 $3,013 -$15,329 18 - $3,075 $3,075 -$12,254 19 - $3,137 $3,137 -$9,117 20 - $3,201 $3,201 -$5,915 21 - $3,266 $3,266 -$2,649 22 - $3,332 $3,332 $683 23 - $3,399 $3,399 $4,083 24 - $3,467 $3,467 $7,550 25 - $3,536 $3,536 $11,086 Totals: -$58,917 $70,003 $11,086 - Prepared By: Clinton Sockman P: (954) 522-6868, E: clints@agt.com Page 8 EE ECO-TOP'" ROOFTOP MOUNTING SYSTEMS The Eco-TopTm rooftop system's modular design makes installa- tion and system design fast and easy. The most effective wire support system available Integrated (UL approved) grounding Class A fire rated (UL approved) Module tilting for ease of maintenance Lowest system weight SEAOC compliant Fast to install Integral Wind Deflector Integral wind deflector minimizes system loading and also functions as a ballast tray, providing a location to place ballast in the array. Structural Components All components are constructed from g115 galvanized steel. Additionally, entire assembly has been rated as Class A fire rated by UL for fire safety. Fasteners • Serrated flange heads • Vibration resistance and integral grounding and bonding All nuts are wax coated to eliminate galling Molded Rubber Pad Durable recycled rubber ballast pads provide a safe mounting surface with a high coefficient of friction. This results in reduced system loads, while protecting all equipment by minimizing vibration. In most cases the rubber pad eliminates the need for a slip sheet. • UV Resistant (extended lifespan) • Recycled Rubber (LEED credits) VOW 92 certified It is ug be ish clips. 3r panel Integrated Wire Support Flexible, UV protected Wire Support provided on every panel. Wires can be easily added before or after panel assembly. Front View PV Module Tilting Modules can quickly and securely be tilted for ease of wiring and maintenance. r L 4jp I - >�. I I -qqq� X -slooi aell jol suoilnios lip paxij se liam se punoigioj suoilnios Suppejj pue Suilunow jp paxilioijadns jo 2olele:) linj e ajeax) ol as!ljadxa 2uijaaujSUq SSIAAS jo SUOIJeJaU82 aa.141 UeLIJ aJOW 92e.]aAal uawsljej:) Jalsew ue3ljawv salj!jpej uoile:)ijqej pue 2upaawgua ssel3-plioms,3:)a LII!M -Suill nsuo:) pue aiempjet4 Supu now i elos apeis leiiisnpui ui J9peajja)jAeW SeSOAAaS(3:)(3)A9d3N3 NV31:)1131AAA13VG A47 powered by The new high-performance module Q.PEAK DUO L-G5.2 is the ideal solu- tion for commercial and utility applications thanks to a combination of its innovative cell technology Q.ANTUM and cutting edge cell intercon- nection. This 1500V IEC/UL solar module with its 6 busbar cell design ensures superior yields with up to 395 Wp while having a very low LCOE. F^ LOW ELECTRICITY GENERATION COSTS • Higher yield per surface area, lower BOS costs, higher power classes, and an efficiency rate of up to 19.9%. INNOVATIVE ALL-WEATHER TECHNOLOGY Optimal yields, whatever the weather with excellent low -light and temperature behavior. J ENDURING HIGH PERFORMANCE ��' Long-term yield security with Anti LID Technology, Anti PID Technology', Hot -Spot Protect and Traceable Quality Tra.QTM. OCELLS EXTREME WEATHER RATING High-tech aluminum alloy frame, certified for high snow Tog aRawow (54001ba) and wind loads (240OPa). 2016 A RELIABLE INVESTMENT Inclusive 12-year product warranty and 25-year _ linear performance warrantyg. ar ma[ailnt a+vnl p(EILS 1 �1� War M14 Spl)r eOEYla X11< ¢r!¢<1aA THE IDEAL SOLUTION FOR: ImRooftop arrays on Ground -mounted commercial/industrial solar power plants buildings Engineered in Germany APT test conditions according to EUTS 62804-1:2015, method B (-1500V, 168h) See data sheet on rear for further information. QCELLS 95 MECHANICAL SPECIFICATION Format 79.3 m x 39.4 in x 1.38 in (including frame) (2015mm x 1000mm x 35mm) _ Weight 51.811as(23.5kg) Front Cover 0.13in (3.2 mm) thermally pre -stressed glass with anti -reflection technology Back Cover Composite film - - Frame Anodized aluminum ®- Gall 6 x 24 monocrystalline O.ANTUM solar half -cells Junction box 2.76-3.35 in x 1.97-2.76 in x 0.51-0.83 in (70-85 min x 50-70 minx __ ;j \w _�j 13-21 min), Protection class IP67, with bypass diodes Cable 4mm2 Solar cable; (+)253.1m(135Dmm),(-) a 53.1in(1350mm) rx^- _• •I Connector Multi -Contact MC4-EV02, JMTHY PVJM601A, IP68 or Renhe 05 6, IP67 a ,,,,,,., 10UL'�^•- .ten �'••^-•' ELECTRICAL CHARACTERISTICS POWER CLASS 380 385 390 395 MINIMUM PERFORMANCE AT STANDARD TEST CONDITIONS, STC' (POWER TOLERANCE +5 W / -0 W) Power at MPP' P•,, (Will 380 385 390 395 Short Circuit Current' I. [A] 10.05 10.10 10.14 10.19 E Open Circuit Vallage' V. IV) 47.95 48.21 48.48 48,74 E of Current at MPP INe, [AI 9.57 9.61 9.66 9.70 Voltage at MPP Vier [VI 39.71 40.05 40.38 4031 Efficiency' 9 [%1 z 18.9 219.1 z 19.4 z 19.6 MINIMUM PERFORMANCE AT NORMAL OPERATING CONDITIONS, NMOT Power at MPP Pe„ [WI 283.9 287.6 291.3 295.1 e Short Circuit Current tar (AI 8.10 8.14 8.17 8.21 E Open Circuit Voltage Va (VI 45,12 45.37 45.62 45.87 Current at MPP I,., [A] 7.53 7.57 7.60 7.64 Voltage at MPP V,., (VI 37.69 38.01 38.33 38.64 'Measurement tole.ances P„-. a3%: tf,Vxa 5%at Si 1000W1m', 25n2•C. AM 1.5G emonL•n Iu IFc 60n04-3 '800 W/my NMOT. spectrum AM I.SO C CELLS PERFORMANCE WARRANTY PERFORMANCE AT LOW IRRADIANCE At least 98%of nominal power during first year. Thereafter max. 0.54 % degradation per year. At least 93.1 % of nominal power up to 10 years. At least 85%of nominal power up to 25 years. All data within measurement tolerances. Full warranties In accordance with the warranty terms of the OCELLS sales organization of your respective country = na r___..._-t_-.._-__._. r_____ 5 19 w IRRADIANCEWan:; Typical module performance under low madlance condeiuns In comparison to STC conditions (25`C. IOOOW/m'). TEMPERATURE COEFFICIENTS Temperature Coefficient of In a [%/KI +0.04 Temperature Coefficient of V. 9 [%/Kl -0.28 Temperature Coefficient of P. y [%/KI -0.37 Normal Operating Module Temperature NMOT 171 109 z 5.4 (43 :3'C) PROPERTIES FOR SYSTEM DESIGN Maximum System Voltage Va.a IV] 1500 (IEC) / 1500 WILL) Safety Class II Maximum Series Fuse Rating [A OCI 20 Fire Rating C (IEC) / TYPE 1 ILL) Max. Design Load, Push / Pull (UU' [Ibri 75 (3600Pa) 133 (160OPa) Permitted module temperature -40-F up to ♦185-F on continuous duly (-40'C up to +85°C) Max. Test Load, Push / Pull (Uqa [Ibs/f `J 113 (5400 Pa) / 50 (2400Pa) r see mstallation manual QUALIFICATIONS1 CERTIFICATES PACKAGING INFORMATION UL 1703; CE-compliant; Number of Modules per Pallet 29 NEC 61215:2016, IEC 61730:2016 application class A Number of Pallets per 53' Trailer 26 / (E / (` (lee Number of Pallets per 40' High Cube Container 22 ❑VE Cv�Na� Pallet Dimensions( L x W x H) 81.9 in x 45.3in x 46.7m ♦ • (2080mm x 1150mm x 1185mm) Pallet Weight 163511ths (742kg) NOR: Installation instructions must be followed. See the installation and operating manual m contact our technical servme department for further Information on approves installation and use of this product. Nanwha A BELLS America Inc. 300 Spectrum Center Drive, Su he 1250, Irvine, CA 92618, USA I TEL+1 949 748 59 96 EMAIL inq uny0us.a-ce l ls.com I WEB www.q cel Is. us M. TECHNICAL SPECIFICATIONS - TS4-F / TS4-R-F Electrical Ratings Input Rated DC Input Power IcF -I Voltage Mas Continuous Input Current Output output Power Range 01 put Voltage Range Communication Type Rapid Shutdown UL Listed (NEC 2014 & 2017 690.12) Impedance Matching Capability Output Voltage Limit Maximum System Voltage TS4-F / TS4-R-F Fire Safety 475 W 16-90V 12.5A 0 - 475W 0- Vc,, Power Line Communication (PLC) Yes No No 1500V Specify system voltage when ordering (1000V / 1500V) for appropriate cables & connectors. Rapid shutdown activation requires RSS Transmitter. 24 97 ! Perfect Welding / Solar Energy / Perfect Charging FRONIUS SYMO ,/ Powering.I lncrcial projects that last.l'he Fronius Symo. �rOr7%US Poamriug Ion models iazu m; from 10 kW to 24 kW, the transformerless Fronius Symo is the ideal compact three- phase inverter for all commercial applications. The high system voltage and wide input range ensure maximum flexi- bility in system design. With Inw roof loading, NEMA 4X and 1000 V DC rating, the Fronius Symo can be mounted in many different ways, including flat on a roof or on a pole. The modern design is equipped with the SnaplNverter mounting system, allowing for lightweight, secure and convenient installation. Several industry -leading features are available with the Fronius Symo including Wi-Fi"* and SunSpec Modbus interfaces for seamless monitoring and data - logging, field proven Arc Fault Circuit Interruption (AFCI), NEC 2014 compliant, and Fronius'superb online and mo- bile monitorinIg platform Frnnioy Snlar.web. INPUT DATA SYM010.0-3208-240 SYM012.0-3208-240 SYM010.0-3480 SYM012.5-3480 SYM015.0-3208 :a\ lfp GUYPUT DATA SYM010.0-3208-240 SYM012.0-3208-240 SYM010.0-3480 SYM012.5-3480 SYM015.0.3208 nu lL I csov NA�. �. IlI:A ISOJ A 40V . vA +tIA NA \4 \\ 97A1 Till":. 9fi.1':a ')5.1".. 'a 'b.3 ". c..., NA ET TECH LAICAL DATA (10.0-3 2081240, 12.0-3 208/240, 10.0-3 480, 12.5-3 480, 15.0-3 208) GENERAL DATA r .,ern I I I I I I I ' I r .r.rr1 .. rrrldr.rer, ...er.lrrr IT Lrul. GENEFIAL DATA PROTE?IVE DEVICES r rrll l'.rer�..rrrrr ., iJl ..rr.... nrrr �1�.,.urr STANDARD WITH ALL FRONIUS SYMO MODELS I r.urJrn:r r:, Ir�-, It ludo„,r .urd �•mdru en:.Jlre6m rllrlr' 1ymn rrrr rn:•n•.rr�,iP r ,rrd In Pt . I n nv. lT 1, 1I..1 1..1111 I i_ fn .I r.T I IT1I T I I I I I I won I I I I .I •u m.dr.rl. I I L 1i,1 .lulu ..,.nrd 1 Jmnn Irnrl ill 1741 l,,1, n•,n NA 1u11, u'1 lra I_ri.inr ur.r Rnlr 11 .nul Iiv...ur...r Llvnn. (:,dr lull:. I:II OLl rrn Jur hnmYrrnc.%I I I, hl VII T... i --1 I...... uGr.I-I11547 2011111,1147rr 21114. 11111 i4711111, A W I I r.. I n. 11, Ifl IW IS T k 1, NJ III-, A,u, ITT I T,,I _2.1N,, II71 If., III i"I'M1—., 2 2111.i,lSl IIL VJt-I -., 1 _rlrl: SYMO 10.0-3 208-240 SYMO 12.0-3 208-240 SYMO 10.0-3 480 SYMO 12.5-3 480 SYMO 15.0-3 208 STANDARD WITH ALL FRONIUS SYMO MODELS T11 of n�...,rl, I' 1 :I 'ulo II I1 1rrul AI. INTERI ACES AVAILABLE WITH ALL FRONIUS SYMO MODELS AVAILABLE WITH THE FRONIUS DATAMANAGER 2.0 CARD ( ONLY ONE CARD REQUIRED FOR UP TO 100 INVERTERS ....I nd vo-L.r.: r, tll�I dIII. l�r��.11 l..yr I..•ruu...uLrn.rb. arunp..r Ab•.ILu. Ir-P, lNIIN t,I I, r I Ilru-III❑ nxl _. n:d heo.in_, TECHNICAL DATA (15.0-3 480, 17.5-3 480, 20.0-3 480, 22.7-3 480, 24.0-3 480) INPUT DATA SYMO 15.0-3 480 SYMO 17.5-3 480 SYMO 20.0.3 480 SYMO 22.7-3 480 SYMO 24.0-3 480 V :� .I. inyul.nurn: IMI'I'l l AI!'I'I _ •li � a ,l Tr I,I I.,-Llrvl :1 ,dial _ ,un woos _ xnn o;!.rc - •rr n. r•-, rrrrr �r. . M ITTrlu.r .-IIt n. r, IITI, rlI hVVl. rr.r I o 11 u.till it,, r. %VI:4 ,T rrr .rLu..rnu.rnvnluirrrl .1".ilrrnn m TECHNICAL DATA (15.0-3 480, 17.5-3 480, 20.0-3 480, 22.7-3 480, 24.0-3 480) OUTPUT DATA SYMO 15.0.3 480 SYMO 17.5.3 480 SYMO 20.0-3 480 SYMO 22.7.3 480 u I I Ilia u..,I A6o � II �II I «V`• h.,l1 enu,:O:w <Ll J.1i TECHNICAL DATA (15.0-3 480, 17.5-3 480, 20.0-3 480, 22.7-3 480, 24.0-3 480) GENERAL DATA Pnm•: fi:ul r 1.,,. Im .ILnLUI GENERAL DATA SYMO 24.0-3 480 STANDARD WITH ALL FRONIUS SYMO MODELS L:.Imn.:I vl n:Il, 1, ,:: iI, LJLIuun III 17i111110 .:..mJ L:Lb:m em i. l q. CI .�IpuLIIu+II F 1 Nllr. Ivr Im l-.ml::nu.: IOd: 11 nod ILuv.I:ew LIe11nI LoJ• Y.ul: Illll. Ill lwl-It, I IFF, .i rlI I'<AII, !I,Ilaumn.nlnmyl.11ll. I'J-dh1911_II 1`A i..'(Ii-M11147.1 111, 1, INS[ frill I_1 41 .:I I'. I..I I I IIGglM1ilr 11 1.1 _2JC..1 J11,I11.I :rl'. .:v. y l: 1,A Ill IC 111::I ,I SYMO 15.0-3 480 SYMO 17.5-3 480 SYMO 20.0-3 480 SYMO 22.7-3 480 SYMO 24.0-3 480 PROTECTIVE DEVICESI I nae caul.+avu __— — I:.q:id dmulu�n nmglLnul Tinnnilav, STANDARD WITH ALL FRONIUS SYMO MODELS INTERFACES AVAILABLE WITH ALL FRONIUS SYMO MODELS AVAILABLE WITH THE FRONIUS DATAMANAGER 2.0 CARD ( ONLY ONE CARD REQUIRED FOR UP TO 100 INVERTERS 11.li, Ll L,r.. aI IUCJ.µ 1,; 1 l,.. '., J. i.:.i lq it l,,gh,l I I nep-••1'sO1 Snn51r.. 6d1r.R]ll :I I. ". -4N 1-UR SLNFING PURPOsi.s MI t 13HRLN I I KII)' 1N6 I nKUII, 111, 100 FRONIUS SYMO 24.0-3 480 TEMPERATURE DERATING CURVE 3 25,000 ........_..... _. ......-:.._ .... _........ :.............. m � w 0 20.000........ ..... ..... .................s...._. _............... ;....... ..... .. a 15,000 _.. ............ _...__. .......1.... _.... .: ._.......... 0 10,000 5 000 AMBIENT TEMPERATURE [°F] . -,Ou V „ 720 V,,. . nuu V,,, FRONIUS SYMO 24.0-3 480 CEC EFFICIENCY CURVE STANDARDISED OUTPUT POWER PAdPAC.x ■ 500 Vi„ • 725 Vt,. ■ 300 V„ t :t W, 'solurl'.n ,F, ' Yrrtrr10, vr;ing WE HAVE THREE DIVISIONS AND ONE PASSION: SHIFTING THE LIMITS OF POSSIBILITY. iLrn,rlJln�erluniln'_}, rlun�wiJi,un ,�r l�,wrn ,b.uanye�l�iiolap�-a inl i.� 1, Aida lmnB m 6 lhi� 4 nd, KeL .innuul d.i 1�,J ..0 h1l. fll..t.n 1, ..np. t ... q, Jl oune__I t .. .: .d ) IuI unTp-0i:._ Ca. 0 Cus sunsPEC Fronius USA LLC 6797 Fronius Drive Portage. IN 46368 USA Pv-supporIAISal bfron ius.Com www.fronius-usa.Com 101 Advanced Green Technologies Dare To Compare Compiled below is a list of important criteria for any business owner to consider when selecting the right contractor for a solar energy project. Our team has a documented history of exceeding expectations in each category. Before selecting any solar professional, research whether the prospective company satis- fies these key areas of concern, or as we like to say "Dare to Compare". Please rank the top three that are most important to you. _Longevity in Business Your solar energy system will last over 20 years, so you want to make sure your solar contractor will still be around We suggest using a contractor with of least 5 years in the solar industry. *Check out employer's history at your states Division of Corporations website. Financial Stability and Bonding Contractors go out of business because they do not have proper financials in place. Ask for audited financials, bank refer- ences, surety information and/or check online at www.db.com _Permit Processing The If I reason for delays in projects is incorrect permitting. Choose a contractor that can show you how many permits they process in your city. Ask your contractor how many permits they process on a monthly basis. _Protecting Rooftop Warranties Only contractors with enough experience, Megawatts installed, and strong relationships with roofing materials manufac- turer's can ensure that your solar energy system does not void the roof's pre-existing manufacturers warranty. Check with the manufacturer and make sure your warranty does not get voided. _All Under One Roof Using multiple contractors or subcontractors for different trades, such as engineering and construction will lead to longer timelines and finger pointing. Ask your solar contractor who will be installing your system. _Safety Most solor energy systems ore located on the roof, so without safety protocols and management, an accident can stop or delay your project. Ask for your solar contractors Experience Modification Rate jEMRj ratio. _24/7 Service It's noon on a Saturday and your system is not producing energy. Who do you call? Require access to your solar contrac- tor 24/7 in case of unexpected emergencies. _Reputation, Pride, and Integrity Pictures can say a thousand words. Choosing a contractor that can back up their claims of quality with documentation, both during the installation and of the final product, can help prevent surprises in quality and professionalism. Ask your solar contractor for pictures and references of completed projects and in -progress photos. _Repairs You have a job to do and it should not be looking after the solar array. Ask for references from customers 5 years past and ask how their solar array is operating to date, and if repairs were needed after the installation. _Community Service Feel good about purchasing your new solar energy system. Ask your potential solar contractors what they do for their community, in addition to their clients. _Best Value Proposition Know what you are getting for your money. The price is competitive but over the life of the system, which bid is your low- est cost/ROI. 102 �I (1V lip Robert Kornahrens Michael Kornahrens Clint Sockman Founder, CEO Executive Vice President Vice President Robert "Rob" is the founder and CEO of Advanced Green Technologies and Ad- vanced Roofing Inc. A leader in the construction industry for four decades, Rob has grown his com- pany to over 350 employees with seven offices in the state of Florida; and annu- al revenues between $80-$100 million. Education: Michael is the Co- Founder and Execu- tive Vice President of Advanced Green Technologies. Born into the Construction Industry, Michael has succesfully completed over 200+ solar installations throughout North America, as well, as earning the top commercial solar contractor rank- ing in the state of Florida 2011-16 Education: Clint oversees all sales and operations at Advanced Green Technologies. He has more than a two decades of ex- perience in Field Operations and Con- struction Management of Commercial, Industrial, and Institutional roofing and solar energy projects. Additionally, Mr. Sockman has successfully lead teams to completion on over 200 Megawatts of Solar Installations. Education: Undergraduate studies in Business Ad- Undergraduate studies in Management Undergraduate studies in Information ministration at the University of Ari- at Florida Atlantic University. Systems with a minor in International zona. Business at the University of Cincinnati. NABCEP Certified. 103 Tom Griffith David White, MBA Bryan Cardona Sales Executive Operations Manager Safety Director Tom Griffith is a Sales Executive for Advanced Green Technologies. He is responsible for crafting propos-als and financial models that align with customer goals and priorities. Having worked in the renewable energy industry since 2016, he has successfully completed over 70 Megawatts of solar installations. Education Undergraduate studies in Finance at Alma College. David White is the Operations Manager at Advanced Green Technologies and oversees the production and quality control on all solar projects. He has more than 16 years of operations management experience in the military, construction, and environ- mental industries. Education United States Army, BSBA - Business Management from the University of Phoenix, and MBA - Master of Busi-ness Management from University of Phoenix. Bryan Cardona oversees the Safety Divisions at Advanced Green Technologies and Advanced Roofing. He has a decade of experienced in the areas of Occupational Safety and Health Management. Bryan's goal for AGT is to be an industry leader in safety while promoting a safety culture and growing OSHA partnerships. Education OSHA Authorized Construction Trainer, which allows Bryan to implement the OSHA 30 and 30-hour training courses for our field staff. 104 ?dvanced Green Technologies SOLAR ENERGY SERVICES Partner with an award -winning, full -service commercial solar energy contractor t, 'i,,,,, ;h.., Inn A4 V,I r _ _.rr_._r .. .F .,_.r_i 1 Pre -Construction 2 Construction • Feasibility Study • Financial Analysis • Design & Engineering • Permitting & Application 3 Post -Construction • Preventive Maintenance • Upgrading Technology • Data Monitoring • Emergency Response Team • Project Management • Product Procurement • Installation • Commissioning Market Segments Served • Developers • Education • Government / Municipality • Independent Power Producers • Not -for -Profit • Private/Business • Utilities 106 ROOFTOP SOLUTIONS ., lam, �_ Advanced Green Technologies JM Family Enterprises Project Size: 150 kW Location: Deerield Beach, Florida Completion: 2014 Role: Engineering, Procurement & Construe: on University of Miami Project Size 71 kW Location: Coral Gables, Florida Completion: 2015 Role: Engineering, Procurement & Construction Raymour & Flanigan Project Size. I,I MW Location: Gibbstown, New Jersey Completion: 2012 Role: Engineering, Procurement & Construction Toys "R" Us Inc. Project Size: 5.3 MW Location: Flanders, New Jersey Completion: 2011 Role. Engineering, Procurement & Construction View a complete list of our solar projects at www.agt.com 106 Advanced Green Technologies CARPORT SOLUTIONS Flor da International University Pr-.- r: Size: 1 4 MW Lc:c r Miami, Florida C -,rpi=_lion: 2016 Ro'e E ngineering, Procurement & Construction Lockheed Martin Pre,e.r Size: 2.25 MW L.,cc cn: Oldsmar, Florida Ccm-1 =tion: 2015 Role. Engineering, Procurement & Construction Konica Minolta Prciecl Size: 839 kW Loc o'.cn: Ramsey, New Jersey Comal-dion: 2014 Role: E igineering, Procurement & Construction Resolve Marine Preie-l Size: 6 1 kW Lecc` _T Fort Lauderdale, Florida Comcl�tion: 2015 Role: = )gineering, Procurement & Construction T Advanced Green Technologies GROUND -MOUNT SOLUTIONS ]bury Solar Farm Project Size: 10 MW Location: Ontario, Canada Completion: 2014 Role: Engineering, Procurement & Construction Lloyd Park Solar Farm Project Size: 53 kW Location: Dania Beach, Florida Completion: 2012 Role: Engineering, Procurement & Construction Osceola Solar Facility Project Size: 4.7 MW Location: Kenonsville, Florida Completion: 2016 Role: Engineering, Procurement & Construction Marsh Hill Solar Farm Project Size: 10 MW Location: Ontario, Canada Completion: 2015 Role: Engineering, Procurement & Construe?ion View a complete list of our solar Projects of www-agt.com MAINTENANCE & WARRANTY Preventative maintenance on your solar array is something that should be taken into careful consideration, At Advanced Green Technologies (AGT), we make sure your solar energy system is in tiptop shape year-round. To ensure your system is functioning properly, it is important to perform daily monitoring, semi- annual inspections and cleaning. These measures of preventative maintenance help to fix problems before further damage incurs, stop problems before they start, and guarantee that your solar energy system has a longer service life. Don't wait... be proactive • Some advantages of Advanced Roofing's Preventative / Proactive Maintenance Program are: • Proactive maintenance that ensures your warranty remains intact • Restoration options for qualifying roofs as opposed to replacement • All types of roofs qualify - built-up, modified bitumen, single -ply, metal, and tile A Warranty is only as strong as the financial strength of the company that issues it In addition to the reputation and strength of our company, your warranty is covered by not just our promise, but by our own captive insurance company, ARI Insurance, Inc. With assets of over $2,600,000, you will have insurance on your warranty to cover and pay for any warranty repairs in the unlikely event they are needed. 1109 James M. Rice CEO Na -10, "I am pleased to recommend Advanced Green Technologies as an honest reliable, and problem -solving solar Engineer- ing Procurement and Construction company As of tnB waling, the Advanced feum hus completed a total of eight commercial rooftop solar energy projects totaling of 4.7 M W in Ontario, Conada and the United States. Kathleen Watson, LEED AP Facilities Project Manager "Advanced Green Technologies undersior:ds the high stand - oids that define JM Family and are very efficient in deliver ing on time and on budget solar energy solutions. As part of the solar projects, AGT was able to overcome several challenges including facilitating utility rebates and wercon- nections. designing the solar arrays to meet FM Globol Insurance 200MPH high wmd sueeds, creating CusIGrr: mcunttrg solutions all while mo: ntr.in,ng nnr pre=e,shnp roof wononries " Advanced Green Technologies Antoinette Kelly Business Administrator / Board Secretary "The Cresskill Board of Education strongly recommends the Work of Advanced Green Tech,nalog,es wne was hired to design and construct o 5 13 kdowart solar array on the rant of our Alyddle and High School buildings. The Advanced Team completed the project on time ono en budget, with no safety modems The n5rolled solo 's operating as planned and producing dean enc�, our schools. " Kyle Bartz Director of Energy Management 'I irsl and foremost I would hke to personally Inonk Ad vonced Green Technologies for w,hot I have declared o flawless instollotion of 37,414 solar panels which signifies the completion of North America's largest operational solar rooftop inslollotic^ to dote of 5. 38M1N" 110 AWARDS & RECOGNITION TOPP)VV y OeF` 1 st Place Sustainability 2014 JM Family Enterprises AM p"�pwt ,Opp4y ,o' 1y 1 st Place Sustainability 2015 University of Miami O ��Yt'iMM M 1 st Place Sustainability 2016 Lockheed Martin ASSOCIATIONS & COMMUNITY SERVICE bike r , /�J d SOLR oR • KNIABC R3cinn . v b.i, r.m. acwppc w.o a RIDS IN DISTRESS 111