Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
2020-116D
CONTRACT DOCUMENTS AND SPECIFICATIONS FOR INDIAN RIVER COUNTY MAIN LIBRARY ROOF REPLACEMENT BID NO. 2020029 PROJECT NO. IRC -1838 PREPARED FOR THE BOARD OF COUNTY COMMISSIONERS INDIAN RIVER COUNTY, FLORIDA SUSAN ADAMS, CHAIRMAN JOSEPH E. FLESCHER, VICE CHAIRMAN COMMISSIONER PETER D. O'BRYAN COMMISSIONER BOB SOLARI COMMISSIONER TIM ZORC JASON E. BROWN, COUNTY ADMINISTRATOR JEFFREY R. SMITH, CLERK OF COURT AND COMPTROLLER DYLAN REINGOLD., COUNTY ATTORNEY RICHARD B. SZPYRKA, P.E., PUBLIC WORKS DIRECTOR IRC-1838_ITB_COV20200713 00001-1 ' F:\Public Works\ENGINEERING DIVISION PROJECTS\1838 IRC Main Library Roof Replacement\1-Admin\Bids\Bid Documents\Invitation To Bid\IRC- 1838 ITB COV20200713.doc Project Name: :.• Bid Security Required: Indian River County Purchasing Division 1800 27th Street Vero Beach, FL 32960 Phone (772) 226-1416 INVITATION TO BID Public Construction Bond Required: Pre -Bid Meeting: INDIAN RIVER COUNTY MAIN LIBRARY ROOF REPLACEMENT (IRC -1838) 2020029 5% YES, for contracts over $100,000 10:00 AM WEDNESDAY, May 6, 2020 • South parking lot of the Indian River County Main Library 1600 21" Street Vero Beach, Florida 32960 Bid Opening Date: WEDNESDAY, May 20, 2020 Bid Opening Time: 2:00 P.M. All bids must be received by the Purchasing Division, 1800 27th Street, Vero Beach, Florida 32960 prior to the date and time shown above. Late bids will not be accepted or considered. PLEASE SUBMIT ONE (1) MARKED -ORIGINAL AND ONE (1) COPY OF YOUR BID Refer All Questions to: Email: purchasing@ircgov.com Page 1 of 39 Bid No. 2020029/IRC-1838 ADVERTISEMENT FOR BID Notice is hereby given that the Indian River County Board of County Commissioners is calling for and requesting bids for the following: Indian River County Bid # 2020029 INDIAN RIVER COUNTY MAIN LIBRARY ROOF REPLACEMENT (IRC -1838) Project Description: The project involves the replacement of the low slope roofing assemblies of the Indian River County Main Library, located at 1600 21St Street, Vero Beach, FL 32960. The project includes the removal and disposal of the existing roof system (approximately 29,397 square feet) including flashings and sheet metal down to the existing light weight insulating concrete deck. The existing roof system will be replaced with a new modified bitumen roofing assembly to provide a complete, watertight, 20 -year warrantable roof system. All material and equipment furnished and all work performed shall be in strict accordance with the plans, specifications, and contract documents pertaining thereto. Detailed specifications are available at: www.demandstar.com or by selecting "Current Solicitations" at http:Hwww.ircgov.com/Departments/Budget/Purchasing. All communications concerning this bid shall be directed to IRC Purchasing Division at purchasing@ircgov.com. Deadline for receipt of bids has been set for 2:00 P.M., on WEDNESDAY, MAY 20, 2020. Only bids received on or before the time and date listed will be considered: Bids should be addressed to Purchasing Division, 1800 27th Street, Vero Beach, Florida 32960. All bids will be opened publicly and read aloud at 2:00 PM. Bids submitted after 2:00 PM on the day specified above will not be accepted or considered. A pre-bid conference will be held on 10:00 A.M., on WEDNESDAY, MAY 6, 2020, in the parking lot on the south side of the library. Social distancing must be maintained, if still mandated by Governor's order. Attendance at this pre-bid conference by all bidders is HIGHLY ENCOURGED. Contractors must provide evidence of current worker's compensation insurance electronically to purchasing@ircgov.com at least 24 hours prior to the meeting. Only contractors who have provided proof of such insurance prior to that deadline will be allowed access to the roof. Contractors may call 772-226-1416 to confirm insurance has been received. BID SECURITY in the sum of not less than five percent (5%) of the total bid must accompany each bid over $35,000. The Board of County Commissioners reserves the right to accept or reject any and all bids in whole or in part and to waive any technicality or irregularity. Publish: For Publication in the Indian River Press Journal Date: April 19, 2020 Please furnish Tear Sheet, Affidavit of Publication, and. Invoice to: Indian River County Purchasing Division 180027 th Street Vero Beach, FL 32960 Page 2 of 39 PURCHASING MANAGER INDIAN RIVER COUNTY Bid No. 2020029/IRC-1838 STATEMENT OF NO BID Should you elect not to bid, please complete and send this page by email (purchasing@ircgov.com), fax (772-770 5140) or by mail to Indian River County Purchasing, 1800 27th Street, Vero Beach, FL 32960. Please select all of the following that apply. Our decision not to bid on the subject project was based on: ❑ Project is located too far from our base of operations El Project value too low ❑ Project specifications unclear (please explain below) Material availability may be a challenge ❑ Our current schedule will not allow us to perform ❑ Unable to meet insurance requirements ❑ Other: Other: General comments regarding the bid and/or plans and specifications: Page 3 of 39 Bid No. 2020029/IRC-1838 TABLE OF CONTENTS INVITATIONTO BID...........................................................................................................................................1 ADVERTISEMENT FOR BID........................................................................................................................................................ 2 STATEMENTOF NO BID............................................................................................................................................................ 3 TABLEOF CONTENTS................................................................................................................................................................ 4 INSTRUCTIONSTO BIDDERS..................................................................................................................................................... 5 GENERALTERMS AND CONDITIONS............................................................................................................................................. S TECHNICALSPECIFICATIONS................................................................................................................................................... 12 SCOPE......................................................................................................................................................................................... 12 BIDFORM.............................................................................................................................................................................. 13 BIDSCHEDULE........................................................................................................................................................................ 14 AIADOCUMENT A310 BID BOND............................................................................................................................................ 16 DRUG-FREE WORKPLACE CERTIFICATION............................................................................................................................... 17 SWORN STATEMENT UNDER SECTION 105.08, INDIAN RIVER COUNTY CODE, ON DISCLOSURE OF RELATIONSHIPS .............. 18 BIDDERS QUALIFICATIONS QUESTIONNAIRE.......................................................................................................................... 20 CERTIFICATION REGARDING PROHIBITION AGAINST CONTRACTING WITH SCRUTINIZED COMPANIES .................................. 23 LISTOF SUBCONTRACTORS.................................................................................................................................................... 24 SAMPLEAGREEMENT............................................................................................................................................................. 25 PUBLICCONSTRUCTION BOND............................................................................................................................................... 34 PUBLICCONSTRUCTION BOND.................................................................................................................................................. 36 SAMPLE CERTIFICATE OF LIABILITY INSURANCE..................................................................................................................... 37 NOTICETO PROCEED.............................................................................................................................................................. 38 APPENDIX«A.......................................................................................................................................................................... 39 Page 4 of 39 Bid No. 2020029/IRC-1838 INSTRUCTIONS TO BIDDERS GENERAL TERMS AND CONDITIONS Cone of Silence. Potential bidders/respondents and their agents must not communicate in any way with the Board of Commissioners, County Administrator or any County staff other than Purchasing personnel in reference or relation to this solicitation. This restriction is effective from the time of bid advertisement until the Board of County Commissioners meets to authorize award. Such communication may result in disqualification. Sealed Bids and Envelope Markings: All bids must be submitted in a sealed opaque envelope. The outside of the envelope must be clearly marked with the Sealed Bid #, Title of the Bid, Date of the Bid opening, and Time of the Bid Opening and name of firm submitting. Opening Location: It will be the sole responsibility of the Bidder to deliver personally or by mail or other delivery service, their proposal to the office of the Indian River County Purchasing Division. Bids should be delivered to 180027 th Street, Vero Beach, FL 32960, on or before the closing hour and date shown for receipt of bids. Bids received in person or by mail after the stated time and date will not be considered. Bid Submission: All bids must be signed with the legal Firm name and by an Officer or employee having authority to bind the company or firm by his / her signature. Bids must be submitted on forms provided by Indian River County. Bids not submitted on the attached forms) shall be rejected. Submittal of one marked original bid, one copy plus a thumb drive or CD containing a full pdf of your submittal is required. Bid Security and Public Construction Bond. Bid security must accompany each Bid over $35,000, and must be in the form of an AIA Document A310 Bid Bond, properly executed by the Bidder and by a qualified surety, or a certified check or a cashier's check, drawn on any bank authorized to do business in the State of Florida. Bid Security for bids over $35,000 must be in the sum of not less than five percent (5%) of the total amount of the bid, made payable to Indian River County Board of County Commissioners. In the event the Contract is awarded to the Bidder, Bidder will enter into a Contract with the County and furnish the required 100% Public Construction Bond within the timeframe set by the County. If Bidder fails to do so, the Bid Security will be retained by the County as liquidated damages and not as a penalty. If bid does not exceed $100,000, no Public Construction Bond will be required. Bid Security of other Bidders whom OWNER believes do not have a reasonable chance of receiving the award will be returned within seven days after the Bid opening. Withdrawal of Bids: A bid may be modified or withdrawn by an appropriate document duly executed in the manner that a Bid must be executed and delivered to the place where Bids are to be submitted prior to the date and time of opening of bids. If, within 24 hours after Bids are opened, any bidder files a duly signed written notice with Owner and promptly thereafter demonstrates to the reasonable satisfaction of Owner that there was a material and substantial mistake in the preparation of its Bid, that bidder may withdraw its bid and bid security will be returned. Thereafter, if the work is rebid, that bidder may be disqualified from further bidding on the work. Direct Purchase: Indian River County reserves the option to purchase certain tangible materials necessary for the performance of the Contract, and thereby save the amount of the sales tax thereon by virtue of the Owner's status as a Tax -Exempt Institution. For the purpose of these procedures, the Contractor will assign to the County any rights the Contractor may have under quotes, contracts or commitments received from the particular vendor or supplier for the materials described in the requisition. The invoiced amount of County Purchased Materials and applicable sales tax, had the purchases not been tax exempt, once finalized through the Owner's Purchase Order and after confirmation of completed delivery and acceptance, will be deducted from the Contractor's Contract price via Change Order. Page 5 of 39 Bid No. 2020029/IRC-1838 Taxes: Indian River County is exempt from any taxes imposed by State and / or Federal Government. Exemption Certificates, if required, are to be furnished by the successful bidder and will be filled out by the County. Delivery and Completion Dates: Indicate delivery and completion dates. This may be a determining factor in the award of the bid. The County may, at its option, grant additional time for any delay or failure to perform hereunder if the delay will not adversely affect the best interests of the County and is due to causes beyond the control of the Bidder. Such grant must be in writing and made part of the resulting Agreement. Irrevocable Offer. Bidder warrants by virtue of bidding that the prices quoted in this bid will remain firm and be considered an irrevocable offer for a period of sixty (60) days, during which time one or more of the bids received may be accepted by Indian River County. Assignment/Delegation: No right, obligation or interest in an awarded Agreement may be assigned or delegated by the Bidder without prior written consent of the County, without prejudice to County's other rights and remedies. Consideration of Bids: Verbal, emailed or faxed bids will not be considered. Indemnification: The successful Bidder shall indemnify and hold harmless the County, and its commissioners, officers and employees, from liabilities, damages, losses and costs, including, but not limited to, reasonable attorney's fees, to the extent caused by the negligence, recklessness, or intentional wrongful misconduct of the contractor and persons employed or utilized by the contractor in the performance of the construction contract. Public Access: The Bidder shall allow public access to all documents and materials in accordance with the provisions of Chapter 119, Florida Statutes. If this project is federally -funded, the Department of Homeland Security (DHS) seal(s), logos, crests, or reproductions of flags or likenesses of DHS agency officials shall not be used by the Bidder without specific FEMA pre -approval. Records/Audit: The Bidder shall maintain books, records and documents pertinent to performance under this Invitation and any resulting Agreement in accordance with generally accepted accounting principles consistently applied. The County and the Florida Office of the Inspector General shall have inspection and audit rights to such records for audit purposes during the term of the contract and for three years following the termination of obligations hereunder. Records which relate to any litigation, appeals or settlements of claims arising from performance under this work or purchase shall be made available until a final disposition has been made of such litigation, appeals, or claims. Acceptance: Receipt of an item shall not be an indication that the items are acceptable. Final acceptance and authorization of payment shall be given after a thorough inspection indicates that the item is delivered in accordance with the Bid Specifications. Suppliers are advised that in the event the delivered item does not meet specifications, payment will be withheld until such time the supplier takes necessary corrective action. Permits, Impact and Inspection Fees. In accordance with Florida Statutes Section 218.80, the "Public Bid Disclosure Act", Indian River County as OWNER is obligated to disclose all license, permit, impact, or inspection fees that are payable to Indian River County in connection with the construction of the Work by the accepted bidder. The anticipated cost of the permit fees due to the Indian River County Building Division have been paid by the Owner based on the Engineer's cost estimate. Any additional fees due when permit is picked up by the Contractor shall be the responsibility of the Contractor. (See Permit Fee Schedule in Appendix A). This amount does not include fees for any necessary re-inspection(s), which are the responsibility of the Contractor. Descriptive Information: Descriptive literature including Specifications must accompany your bid. Manufacturer's name and model numbers are used herein solely for the purpose of establishing a standard of design, quality, and Page 6 of 39 Bid No. 2020029/IRC-1838 use of the merchandise required. Products of other manufacturers will be acceptable if they meet or exceed established standards with the exception of those items specified "NO SUBSTITUTION". Variations to Specifications: For purposes of. evaluation, Bidder must indicate any variances from the specifications and/or conditions on the form provided with this Invitation to Bid. Otherwise, it will be assumed that the product or service fully complies with the specifications. Items specifically described, as alternates shall be reviewed as an alternative bid to be considered by the County, in lieu of the primarily specified item(s). However, item(s) varying from the published specifications shall be considered substitutes, and the County reserves the right to consider or not to consider substitute bids. Substitutes shall be subject to disqualification if the County does not approve the substitution. Interpretations: No oral interpretations will be made to any Bidder as to the meaning of the Specifications. Every request for such an interpretation shall be made in writing, addressed and forwarded to Indian River County (purchasinp,@ircgov.com) ten (10) or more days before the date fixed for opening of the bids. The County shall not be responsible for oral interpretations given by any County employee. Every interpretation made to bidder will be in the form of an Addendum to the specifications, which if issued, will be sent promptly as is practical to all persons to whom specifications have been issued. All such Addenda shall become part of the specifications. Further, it shall be the responsibility of each bidder, prior to submitting their bid, to contact Indian River County's Purchasing Division at (772) 226-1416 to determine if addenda were issued and to make such addenda a part of their bid. Default Provision: In case of default by the Bidder, Indian River County may procure the articles or services from other sources and hold the Bidder responsible for excess costs incurred thereby, and may take such action, as it deems appropriate, including legal action for Damages or Specific Performance. Signed Bid Considered an Offer: This signed bid shall be considered an offer on the part of the Bidder. Indian River County Board of County Commissioners shall deem the offer accepted upon approval. Non -Collusion: By signing and submitting the Bid Form, the Bidder certifies that, • This bid has been arrived at by the Bidder independently and has been submitted without collusion, and without any agreement, understanding, or planned common course, or action with, any vendor of materials, supplies, equipment, or services described in the invitation to bid, designed to limit independent bidding or competition, and • The contents of the bid have not been communicated by the Bidder or its employees or agents to any person not an employee or an agent of the bidder or its surety on any bond furnished with the bid, and will not be communicated to any such person prior to the official opening of the bid. • No attempt has been made or will be made by the Bidder to induce any other person(s) or firm(s) to submit or not to submit a bid for the purpose of restricting competition. Public Entity Crimes: Pursuant to Florida Statutes Section 287.133(2)(a), all Bidders are hereby notified that a person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a bid, proposal, or reply on a contract to provide any goods or services to a public entity (defined as the State of Florida, any of its departments or agencies, or any political subdivision); may not submit a bid, proposal, or reply on a contract with a public entity for the construction or repair of a public building or public work; may not submit bids, proposals, or replies on leases of real property to a public entity; may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity; and may not transact business with any public entity in excess of the threshold amount provided in Florida Statutes Section 287.017 for CATEGORY TWO [currently $35,000] for a period of 36 months from the date of being placed on the convicted vendor list. A "public entity crime" means a violation of any state or federal law by a person with Page 7 of 39 Bid No. 2020029/IRC-1838 respect to and directly related to the transaction of business with any public entity or with an agency or political subdivision of any other state or with the United States, including, but not limited to, any bid, proposal, reply, or contract for goods or services, any lease for real property, or any contract for the construction or repair of a public building or public work, involving antitrust, fraud, theft, bribery, collusion, racketeering, conspiracy, or material misrepresentation. Suspension and Debarment: Indian River County will not make award to parties listed on the government -wide exclusions in the System for Award Management (SAM). The bidder agrees to comply with the requirements of 2 C.F.R. pt. 180, subpart C and 2 C.F.R. pt. 3000, subpart C while this offer is valid and throughout the period of any contract that may arise from this offer. The bidder or proposer further agrees to include a provision requiring such compliance in its lower tier covered transactions. Scrutinized Companies Lists: The bidder certifies that it and those related entities of respondent as defined by Florida law are not on the Scrutinized Companies that Boycott Israel List, created pursuant to s. 215.4725 of the Florida Statutes, and are not engaged in a boycott of Israel. In addition, if this agreement is for goods or services of one million dollars or more, Contractor certifies that it and those related entities of respondent as defined by Florida law are not on the Scrutinized Companies with Activities in Sudan List or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, created pursuant to Section 215.473 of the Florida Statutes and are not engaged in business operations in Cuba or Syria. The County may terminate this Contract if Company is found to have submitted a false certification as provided under section 287.135(5), Florida Statutes, been placed on the Scrutinized Companies with Activities in Sudan List or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or been engaged in business operations in Cuba or Syria, as defined by section 287.135, Florida Statutes. County may terminate this Contract if Company, including all wholly owned subsidiaries, majority-owned subsidiaries, and parent companies that exist for the purpose of making profit, is found to have been placed on the Scrutinized Companies that Boycott Israel List or is engaged in a boycott of Israel as set forth in section 215.4725, Florida Statutes. Accordingly, firms responding to this solicitation shall return with their response an executed copy of the attached "Certification Regarding Prohibition Against Contracting With Scrutinized Companies." Failure to return this executed form with submitted bid/proposal/statement of qualifications will result in the response being deemed non-responsive and eliminated from consideration. Non -Discrimination: Indian River County will not knowingly do business with vendors or contractors who discriminate on the basis of race, color or national origin, sex, sexual orientation, gender identity, age and/or disability. Through the course of providing services to the County, Contractors shall affirmatively comply with all applicable provisions of Title VI of the Civil Rights Act of 1964, the Civil Rights Restoration Act of 1987 and the Florida Civil Rights Act of 1992, as well as all other applicable regulations, guidelines and standards. Any person who believes their rights have been violated should report such discrimination to the County's Title VI/Nondiscrimination Coordinator through the office of the County Attorney. Local Preference: Indian River County has no local ordinance or preferences, as described in Florida Statutes section 255.0991(2) in place, therefore no preference prohibited by that section will be considered in the acceptance, review or award of this bid. Energy Policy and Conservation Act — The Contractor agrees to comply with mandatory standards and policies relating to energy efficiency which are contained in the state energy conservation plan issued in compliance with the Energy Policy and Conservation'Act. Regulations: It shall be the responsibility of the bidder to assure compliance with any OSHA, EPA and / or other Federal or State of Florida rules, regulations, or other requirements, as each may apply. Page 8 of 39 Bid No. 2020029/IRC-1838 Applicable Law and Venue: The resulting Agreement and all rights and duties of the parties hereto shall be governed by the laws of the State of Florida, including but not limited to the provisions of the Florida Uniform Commercial Code Chapters 671-679 F.S., for any terms and conditions not specifically stated within. Venue for any lawsuit brought by either party against the other party or otherwise arising out of this Contract shall be in Indian River County, Florida, or, in the event of a federal jurisdiction, in the United States District Court for the Southern District of Florida. Conflict of Interest: Any entity submitting a bid or proposal or entering into a contract with the County shall disclose any relationship that may exist between the contracting entity and a County Commissioner or a County Employee. The relationship with a County Commissioner or a County Employee that must be disclosed is as follows: father, mother, son, daughter, brother, sister, uncle, aunt, first cousin, nephew, niece, husband, wife, father-in-law, mother-in-law, daughter-in-law, son-in-law, brother-in-law, sister-in-law, stepfather, stepmother, stepson, stepdaughter, stepbrother, stepsister, half brother, half sister, grandparent, or grandchild. The term "affiliate" includes those officers, directors, executives, partners, shareholders, employees, members, and agents who are active in the management of the entity. The disclosure of relationships shall be a sworn statement made on a County approved form. Failure to submit the form may be cause for rejection of the bid or proposal. Cancellation: It is the intention of Indian River County to purchase material and / or services from sources of supply that will provide prompt and convenient shipment and service. Any failure of the supplier to satisfy the requirements of the County shall be reason for termination of the award. Errors: When an error is made in the bid extension of generating total bid prices or in any other process of completing the bid, the original. unit prices submitted will govern. Carelessness in quoting prices, or in preparation of the bid otherwise, will not relieve the bidder from performance. Bid Rejection: Failure to comply with all the above instructions may result in rejection of the bid. Bid Protest: Any actual or prospective bidder or proposer who is aggrieved in connection with a competitive selection process may protest to the Purchasing Manager. The protest shall be submitted to the Purchasing Manager in writing within seven (7) calendar days after the bidder or proposer knows or should have known of the facts giving rise to the protest. If the protest is not resolved by mutual agreement, the Purchasing Manager shall promptly issue a decision in writing, after consulting the Department and the Office of the County Attorney. Supplemental Information: The County reserves the right to conduct such investigations as it deems necessary to assist in the evaluation of any Bid and to establish the responsibility, qualifications and financial ability of Bidders, proposed subcontractors, suppliers, and other relevant parties to perform and furnish the work. To demonstrate qualifications to perform the work, each Bidder must be prepared to submit, within 5 days of Owner's request, written evidence, such as financial data, previous experience, present commitments, and other such data as may be necessary to prove to the satisfaction of the Owner that the Bidder is qualified by experience to do the work and is prepared to complete the work within the stated time period. Failure to provide any requested information may result in the determination of the Bidder as non -responsible. Awards: The County reserves the right to cancel the bid, reject any and all bids or waive any irregularity or technicality in bids received. When it is determined there is no competition to the lowest responsive, responsible Bidder, rebidding of the project is not required. Bidders are cautioned to make no assumptions unless their bid has been evaluated as being responsive. The County reserves the right to not make any award(s) under this bid. Termination by the County: The County reserves the right to terminate a contract by giving thirty (30) days notice, in writing, of the intention to terminate, if at any time the contractor fails to abide by or fulfill any of the terms and conditions of the contract. The County also reserves the right to terminate this contract for convenience of the County and / or with.or without cause. Page 9 of 39 Bid No. 2020029/IRC-1838 Compliance with Laws and Regulations: Bidder agrees that they will comply with all Federal, State, and Local Laws and Regulations applicable to the production, sale, and delivery of the goods or the furnishing of any labor or services called for by the resulting Agreement, and any provisions required thereby to be included herein shall be deemed to be incorporated herein by reference. Noncompliance may be considered grounds for termination of contracts. Public Record Law: Correspondence, materials, and documents received pursuant to this Invitation for Bid become public records subject to the provisions of Chapter 119, Florida Statutes. Should the Bidder assert any exemptions to the requirements of Chapter 119, Florida Statutes, and related statutes, the burden of establishing such exemption, by the way of injunctive or other relief as provided by law, shall be upon the Bidder. Licensure: Bidder must possess State of Florida General Contractor's license and be licensed by Indian River County. Insurance: • Owners and Subcontractors Insurance: The Contractor shall not commence work until they have obtained all the insurance required under this section, and until such insurance has been approved by the owner, nor shall the contractor allow any subcontractor to commence work until the subcontractor has obtained the insurance required for a contractor herein and such insurance has been approved unless the subcontractor's work is covered by the protections afforded by the Contractor's insurance. • Worker's Compensation Insurance: The Contractor shall procure and maintain worker's compensation insurance to the extent required by law for all their employees to be engaged in work under this contract. In case any employees are to be engaged in hazardous work under this contract and are not protected under the worker's compensation statute, the Contractor shall provide adequate coverage for the protection of such employees. • Public Liability Insurance: The Contractor shall procure and maintain broad form commercial general liability insurance (including contractual coverage) and commercial automobile liability insurance in amounts not less than shown below. The owner shall be an additional named insured on this insurance on this insurance with respect to all claims arising out of the operations or work to be performed. Commercial General Commercial General (Public) Liability, A. Premises / Operations other than Automobile B. Independent Contractors C. Products / Completed Operations $1,000,000.00 Combined single limit D. Personal Injury for Bodily Injury and Property Damage E. Contractual Liability F. Explosion, Collapse, and Underground Property Damage Automobile A. Owner Leased Automobiles B. Non -Owned Automobiles $1,000,000.00 Combined single limit C. Hired Automobiles Bodily Injury and Damage Liability D. Owned Automobiles • Proof of Insurance: The Contractor shall furnish the owner a certificate of insurance in a form acceptable to the owner for the insurance required. Such certificate or an endorsement provided by the contractor must state that the owner will be given thirty (30) days written notice prior to cancellation or material change in coverage. Copies of an endorsement -naming owner as Additional Insured must accompany the Certificate of Insurance. Page 10 of 39 Bid No. 2020029/IRC-1838 Indian River County reserves the right to accept or reject any or all bids in whole or in part and waive all any technicality or irregularity. i Note: Any and all special conditions attached hereto, which may vary from these General Conditions, shall have precedence. End of General Terms and Conditions Page 11 of 39 Bid No. 2020029/IRC-1838 TECHNICAL SPECIFICATIONS SCOPE Project Description: The project involves the replacement of the low slope roofing assemblies of the Indian River County Main Library, located at 1600 21St Street, Vero Beach, FL 32960. The project includes the removal and disposal of the existing roof system (approximately 29,397 square feet) including flashings and sheet metal down to the existing light weight insulating concrete deck. The existing roof system will be replaced with a new modified bitumen roofing assembly to provide a complete, watertight, 20 -year warrantable roof system. A Pre -Bid Conference will be held on 10:00 A.M., on WEDNESDAY, MAY 6, 2020, in the parking lot on the south side of the library. Social distancing must be maintained, if still mandated by Governor's order. Attendance at this pre-bid conference by all bidders is HIGHLY ENCOURGED. Contractors must provide evidence of current worker's compensation insurance electronically to purchasing@irceov.com at least 24 hours prior to the meeting. Only contractors who have provided proof of such insurance prior to that deadline will be allowed access to the roof. Contractors may call 772-226-1416 to confirm insurance has been received. Plan set as follows: Sheets R1 through D2 with each sheet bearing the general title INDIAN RIVER COUNTY MAIN LIBRARY ROOF REPLACEMENT. Project Manual Prepared by REI ENGINEERS. Regular working hours are defined as Monday through Friday, excluding Indian River County Holidays, from 7 a.m. to 5 p.m. All costs of inspection and testing performed during overtime work by the CONTRACTOR, which is allowed solely for the convenience of the CONTRACTOR, shall be borne by the CONTRACTOR. End of Technical Specifications Page 12 of 39 Indian River County Purchasing Division purchasing@ircgov.com ADDENDUM NO. 1 Issue Date: April 20, 2020 Project Name: Indian River County Main Library Roof Replacement Bid Number: 2020029 I Bid Opening Date: May 20, 2020 This addendum is being released to clarify the pre-bid meeting location. The information and documents contained in this addendum are hereby incorporated in the invitation to bid. This addendum must be acknowledged where indicated on the bid form, or the bid will be declared , non-responsive. Please replace the second paragraph on page 12 of the invitation to bid with the following: A pre-bid conference will be held on 10:00 A.M.,,on WEDNESDAY, MAY 6, 2020, in the parking lot on the south side of the library. Social distancing must be maintained, if still mandated by Governor's order. Attendance at this pre-bid conference by all bidders is HIGHLY ENCOURGED. Contractors must provide evidence of current worker's compensation insurance electronically to purchasing@ircgov.com at least 24 hours prior to the meeting. Only contractors who have provided proof of such insurance prior to that deadline will be allowed access to the roof. Contractors may call 772-226-1416 to confirm insurance has been received. Indian River County Purchasing Division purchasing@ircgov.com ADDENDUM NO. 2 Issue Date: May 15, 2020 Project Name: Main Library Roof Replacement Bid Number: 2020029 a Bid Opening Date: June 03, 2020 - UPDATED This addendum is being released to extend the deadline for receipt of bids to June 03, 2020. Responses to questions received will be provided in Addendum 3, which will be released as soon as possible. The information and documents contained in this addendum are hereby incorporated in the invitation to bid. Indian River County Purchasing Division 180027 th Street Page 1 of 3 Vero Beach, FL 32960 Phone (772) 226-1416 ADDENDUM NO.3 Date: May 20, 2020 Project Name: INDIAN RIVER COUNTY MAIN LIBRARY ROOF REPLACEMENT (IRC -1838) Bid Number: 2020029 Bid Opening Date: Wednesday, June 3, 2020 at 2:00 p.m. This addendum is being released to modify the bid documents and answer questions. The information and documents contained in this addendum are hereby incorporated in the invitation to bid. This addendum must be acknowledged where indicated on the bid form, or the bid will be declared non-responsive. Modifications to Bid Documents: Specifications and Plan sheets have been revised, as described in the attached "Specification and Drawing Update for Addendum No. 3" memo and modifications from REI. Replace the previously provided specification and plan sections with those listed in the attachments at the end of this addendum. Question 1. The bid form indicates to include 16 cubic feet of existing Lightweight Concrete Replacement in the bid and provide a unit cost, however, Lightweight Concrete is not priced out per Cubic Foot. Could you please advise if this could be changed to Square Foot? Architect's Response: Please provide pricing as noted. Question 2. Will the awarded contractor be required to perform a Lightweight Concrete Compressive Strength Test in order to determine that the PSI of the existing LWC meets the requirements of the Florida Product Approval? Architect's Response: The contractor pull tests will take the place of compressive strength testing. Question 3. This question was asked at the on-site pre-bid. What would be a good laydown/staging area. Answer: See attached map of laydown area. F:\Public Works\ENGINEERING DIVISION PROJECTS\1838 IRC Main Library Roof Replacement\1-Admin\Bids\Bid Documents\Invitation To Bid\Addendum\Bid2020029_I RC-1838_ADD-3_20200514.docx Bid Number 2020029 Addendum No. 3 Page 2 of 3 Question 4. This question was asked at the on-site pre-bid. Who is responsible trimming the trees that are overhanging the roof? Answer: The Indian River County Facilities Division will trim trees prior to commencement of work. Question S. In reviewing the bid documents for the Main Library, please advise us on page 10 of 39 under Licensure, it states that you must also be licensed by Indian River County? Answer: Please advise us direction. regarding the Indian River County license. The successful bidder must be registered with the Indian River County Building Division, Contractor Licensing prior to execution of the agreement. Information on registration may be obtained at https.11www.irccdd.com/ Question 6. Section 070150 Part 1, 1.1.A #5 speaks of installation and/or modification of through wall over flow scuppers. Is this a misprint and something that is not intended to be part of the project? PART 3.9 A states locate bottom of overflow scupper 2" above roof surface. Letter C states extend opening through parapet. Architect's Response: There are no overflow scuppers required for this roof replacement project. Please reference addendum 03 which clarifies drainage requirements. Question 7. Section 070150- page 4 part 3.3 A#1 states to locate conduits attached to underside of deck prior to re -roofing. Again is this a misprint and something that is not intended to be part of the scope of work? As we are not penetrating the existing deck with new fasteners that I am aware of unless it may be in an area of severely deteriorated metal decking. Architect's Response: Locating underdeck conduits will only be required if work activities require penetrating the structural steel deck. Question 8. Section 075216 PART 2.3, letter K, Page 6 speaks of a low profile expansion joint? Can you please explain where this is to occur on the project if this detail is to be used? Architect's Response: There are no low profile expansion joints planned for this roof replacement project. Please reference addendum 03 which clarifies product requirements. Question 9. Section 075216 PART 3.3, PAGE 9, letter I, #2 speaks of new retrofit roof drains. Section 2214010 storm drainage Part 2, 2.1, letter A, states to replace the existing cast iron clamping ring, drain strainer, and drain bolts. Which instructions are we to follow? Section 07516 or Section 221400? Please advise. Architect's Response: All drains are to use the specified retrofit drain inserts with the one exception being the drain located in the northwest corner of the building. Please reference the contract drawings for drawings for retrofit drains and drain refurbishment locations. F:\Public Works\ENGINEERING DIVISION PROJECTS\1838 IRC Main Library Roof Replacement\1-Admin\Bids\Bid Documents\Invitation To Bid\Add end u m\Bid 2020029_1 RC-1838_AD D-3_20200514. docx Bid Number 2020029 Addendum No. 3 Page 3 of 3 Question 10. Drawing Sheet R2- Building Code Summary states Ultimate Design Wind Speed 170 MPH. Are the wind pressure listed !below that heading, the Ultimate Design Pressures? Or are the wind pressures listed below that, the Nominal Design Pressures as that will make a difference in the fastening patterns and ability to receive an NOA as far as I am aware of. Architect's Response: The wind pressures noted on the drawing are service load nominal wind pressures and are not eligible for further reduction. Please reference addendum 03 which clarifies wind pressure nominal status. Question 11. Are the uplift calculations on the bottom of Roof Plan R2 ultimate or nominal? Can they be factored by multiplying by .6? Architect's Response: The wind pressures noted on the drawing are service load nominal wind pressures and are not eligible for further reduction. Please reference addendum 03 which clarifies wind pressure nominal status. Attachments: 1. Staging Area Map 2. Specification and Drawing Update for Addendum No. 3 memo and modifications, REI Engineers 3. Replace Specification Section "07 0150 Preparation for Reroofing" with attached "07 0150 Preparation for Reroofing (Revision 1)" 4. Replace Specification Section "07 252 16 Modified Bitumen roofing" with attached "07 52 16 Preparation for Modified Bitumen roofing (Revision 1)" 5. Replace Specification Section "Contract Drawing 111" with attached "Contract Drawing R1 (Revision No. 1)". Contract drawing has been updated to clarify electrical conduit flashing requirements. 6. Replace Specification Section "Contract Drawing R2 (Revision No. 1)" with attached "Contract Drawing R2 (Revision No. 2)". Contract drawing has been updated to clarify wind pressure designation. 7. Replace Specification Section "Contract Drawing D2" with attached "Contract Drawing D2 (Revision No. 1)". Contract drawing has been updated to clarify electrical conduit flashing requirements. F:\Public Works\ENGINEERING DIVISION PROJECTS\1838 IRC Main Library Roof Rep1acement\1-Admin\8ids\8id Documents\Invitation To Bid\Addendum\Bid2020029 IRC -1838 ADD -3 20200514.docx E N G 1 N E E R S ; DATE: May 15, 2020 FROM: REI Engineers REFERENCE: Specification and Drawing Update for Addendum No. 3 Indian River County IRC -1838 Indian River County Main Library Roof Replacement This addendum forms a part of the Contract Documents and modifies the original Bidding Documents, including changes to the specifications and drawings as follows: CHANGES TO SPECIFICATIONS: Replace Specification Section ""07 01 50 Preparation for Reroofing" with attached "07 01 50 Preparation for Reroofing (Revision No. 1)". Specification section has been updated to clarify the existing single ply attachment method and drainage requirements. 2. Replace Specification Section ""07 52 16 Modified Bitumen Roofing" with attached "07 52 16 Modified Bitumen Roofing (Revision No. 1)". Specification section has been updated to clarify product requirements. CHANGES TO DRAWINGS: Replace Specification Section "Contract Drawing RV with attached "Contract Drawing R1 (Revision No. 1)". Contract drawing has been updated to clarify electrical conduit, flashing requirements. 2. Replace Specification Section "Contract Drawing R2 (Revision No. 1)" with attached "Contract Drawing R2 (Revision No. 2)". Contract drawing has been updated to clarify wind pressure designation. 3. Replace Specification Section "Contract Drawing D2" with attached "Contract Drawing D2 (Revision No. 1)". Contract drawing has been updated to clarify electrical conduit flashing requirements. ALL OTHER REQUIREMENTS AND PROVISIONS OF THE BIDDING DOCUMENTS REMAIN UNCHANGED. ACKNOWLEDGE RECEIPT OF THIS ADDENDUM ON THE BID FORM. FAILURE TO DO SO MAY BE CAUSE FOR REJECTION OF THE BID. Engineering solutions for tomorrow'" END OF ADDENDUM 10150 Highland Manor Drive, Suite 200 reiengineers.com Tampa, FL 33610 813.944.2137 ser ii P ENNNcc!hsem , has electronically signed by Mark Renninger, PE on ' No 79669 this date using a Digital _ *; * Signature. Printed copies of this v : * document are not considered 0:. STATE OF:14, -.signed"and'sealed and the signature must be verified on Sonic S,ON Al copy. x9 E%%, 2020.05.1any 07:46:47 -04'00' PAGE 1 OF 1 10150 Highland Manor Drive, Suite 200 reiengineers.com Tampa, FL 33610 813.944.2137 SECTION 07 01 50 PREPARATION FOR REROOFING PART1 GENERAL 1.1 SECTION INCLUDES A. Preparatory work to be completed prior to roof installation including but not limited to: 1. Removal of existing roof assemblies down to the Lightweight insulating concrete deck. 2. Repairs to structural deck. 3. Soil pipe extensions. 4. Raising of mechanical units/HVAC units to meet the required minimum flashing height. 1.2 RELATED SECTIONS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Specification Sections, apply to this Section, including but not limited to: 1. Steel Roof Deck Repair/Securement Section 05 31 23 2. Rough Carpentry Section 06 10 00 3. Modified Bitumen Roofing Section 07 52 16 1.3 DEFINITIONS A. Removal: Remove and legally dispose of items except those indicated to be reinstalled, salvaged, or to remain property of the Owner. B. Existing to remain: Protect construction indicated to remain against damage and soiling during selective demolition. When permitted by Engineer, items may be removed to a suitable, protected storage location during selective demolition and then cleaned and rein- stalled in their original locations. C. Material ownership: Except for items or materials indicated to be reused, salvaged, rein- stalled, or otherwise indicated to remain the Owner's property, demolished materials shall become the Contractor's property and shall be removed from the site. 1.4 EXISTING ROOF ASSEMBLIES* A. Roof Section A i 1. Multi -ply built-up roofing membrane with a granule surfaced membrane cap sheet installed in hot asphalt 2. Mechanically attached base sheet 3. Thermoplastic membrane adhered with bitumen ribbons 4. Lightweight insulating concrete (with polystyrene filler insulation) 5. Structural sloped steel deck "Roof system composition is based on random sampling. Contractor is responsible for verification of roof system composition. 1.5 SUBMITTALS A. Refer to Section 01 33 00 -Submittal Procedures. IRC -1838 Indian River County Main Library Roof Replacement 0701 50-1 Preparation for Reroofing (Revision 1) B. Manufacturer's Product Data Sheets for all materials specified certifying material complies with all specified requirements. C. Latest edition of the Manufacturer's current material specifications and installation instruc- tions. 1.6 QUALITY ASSURANCE A. Qualifications: Previous experience removing existing roof systems. B. Requirements: Contractor to comply with governing EPA regulations and hauling/disposal regulations of authorities having jurisdiction. 1.7 SCHEDULING A. Conduct demolition so that Owner's operations will not be disrupted. Provide 72 hours notification to Owner of activities that will affect Owner's operations. 1.8 WARRANTIES A. Any damage to existing items under warranty shall be repaired/replaced with materials acceptable to the Warrantor. PART 2 PRODUCTS 2.1 MATERIALS A. Lightweight Concrete Fill 1. Lightweight insulating concrete patching compound incorporating cementitious binders, low density fine aggregates, and additives supplied by a single manufac- turer. B. Steel Deck 1. Refer to Specification Section 05 31 23. C. Wood Deck 1. Refer to Specification Section 06 10 00. D. Galvanized Steel Plates for Concrete Deck Openings of size to extend a minimum of 6" beyond opening on each side of thickness as indicated in Contract Drawings. 1. Deck opening up to 8" in any one direction: 18 gauge 2. Deck opening from 8" to 13" in any one direction: 16 gauge 3. Deck opening from 13" to 24" in any one direction: 1/8" thick 4. Deck opening greater than 24" in any one direction: Steel deck or plate as deter- mined by Engineer E. Soil Pipe Extensions (Tubos): 1. Acceptable Manufacturer: a. Tubos, Inc. www.tubos.biz b. Engineers accepted equivalent 2. Soil Pipe Extension: Solid -wall PVC fitting consisting of pipe and splice sleeve IRC -1838 Indian River County Main Library Roof Replacement. 0701 50-2 Preparation for Reroofing (Revision 1) inserts, configured for insertion and sealing to existing plumbing vent piping, sized to fit inside diameter of plumbing vent piping, enabling extension of piping to field - determined height: a. Material: Solid -wall PVC, white. b. Splice Sleeve Insert: i. 6 inches Length at both ends of precut extension. ii. Outside Diameter to be 1/4" less than outside diameter of soil pipe. C. Length: i. Overall Length: 28 inches. ii. Net Usable Length: 16 inches excluding Splice Sleeve Inserts. d. Sealant: Single -Component, Nonsag, Urethane Joint Sealant: ASTM C 920, Type S, Grade NS, Class 25, for Use NT, and acceptable to roofing membrane manufacturer. PART 3 EXECUTION 3.1 EXAMINATION A. Survey existing conditions to determine extent of demolition. B. Record the conditions of items to be removed/reinstalled and items to be removed/sal- vaged. C. Contractor shall not remove any element that may result in structural deficiency or collapse of any part of the structure or adjacent structures during demolition. D. Contractor to inspect substrate for soundness and notify Engineer in writing of any defi- ciencies. Commencement of work signifies Contractor's acceptance of site conditions. 3.2 PREPARATION A. Do not begin demolition until utilities have been disconnected/sealed and have been veri- fied as such in writing. B. Do not close off or obstruct streets, walks or other adjacent occupied facilities without per- mission from Owner and authorities having jurisdiction. ' C. Provide safe conditions for pedestrians. Erect temporary protection such as walkways, fences, railings and canopies as required by OSHA and other governing authorities. D. Provide protection for adjacent building, appurtenances and landscaping to remain. Erect temporary fencing around trees to remain. E. Provide temporary weather protection as required to prevent water leakage and damaged to exterior or interior of adjacent structures. 3.3 UTILITIES/SERVICES A. Maintain existing utilities that are to remain in service and protect them against damage during selective site demolition unless authorized in writing by the Owner and authorities having jurisdiction. IRC -1838 Indian River County Main Library Roof Replacement 07 01 50-3 Preparation for Reroofing (Revision 1) 1. Locate all conduits and equipment attached to the underside of the decking prior+ to reroofing. Insulation fastener locations are not to disturb existing conduits or interior components/equipment. 2. If utilities serving occupied portions of the site must be shut down, temporary ser- vices shall be provided. 3. Provide 72 hours notice to Owner if shut down is required. 4. Where services are to be removed, relocated or abandoned, provide necessary bypass connections to remaining occupied buildings and areas. 3.4 POLLUTION CONTROLS A. Use water, mist, temporary enclosures and other suitable methods to limit the spread of dust and dirt. Comply with local 'EPA regulations. Do not use water where damage may occur or where hazardous conditions would be created such as ice or flooding. 3.5 REMOVALS A. Demolish and remove existing construction only to the extent required by new construction. B. Remove all existing roofing, roof insulation, membrane and sheet metal and discard. C. Remove or correct any obstruction which might interfere with the proper application of new materials. D. Lift or remove all existing equipment so that existing flashings can be totally removed and new flashings installed. E. Remove debris from existing materials to provide clean, dry substrate. F. Demolish asphalt, concrete and masonry in small sections. Cut concrete and masonry at juncture with construction to remain using powered masonry saw, core drill or hand tools. Do not use powered impact tools. G. Remove and transport debris in a manner that will prevent damage/spills to adjacent build- ings and areas. H. Dispose of demolished items and materials on a daily basis. On-site storage of removed items is not permitted. Transport demolished materials off-site and dispose of materials in a legal manner. Perform progress inspections to detect hazards resulting from demolition activities. 3.6 FLASHING HEIGHTS A. Permanently raise roof top equipment as required to achieve 8" minimum flashing height. B. Provide additional wood blocking to top of parapet walls and expansion joints to achieve minimum 8" flashing height. C. Extend all existing sanitary vents to height required by the applicable Plumbing Code, but no less than 8 inches and no more than 12 inches above the finished roof system. Preparation (Tubos) a. Remove existing flashing from plumbing vent piping to extent required to IRC -1838 Indian River County Main Library Roof Replacement 0701 50-4 Preparation for Reroofing (Revision 1) enable installation of new plumbing vent pipe extensions and completion of flashings. b. Clean plumbing vent piping to ensure that joint surfaces are clean, dry, and free from contamination including dirt, oils, grease, tar, wax, rust, and other substances that may inhibit adhesive or sealant performance. 2. Installation a. Insert end of plumbing vent pipe extension into existing plumbing vent pip- ing. i. Verify circumference of existing plumbing vent piping and plumb- ing vent pipe extension is appropriate to achieve secure, rigid in- stallation. ii. Mark plumbing vent pipe extension at required height above fin- ished roof surface level, and cut to required length. iii. Apply adhesive or sealant to plumbing vent piping as appropriate to existing pipe material and plumbing vent pipe extension, and mate plumbing vent pipe extension to existing piping. Apply ade- quate adhesive or sealant to achieve secure, rigid installation. 3.7 LIGHTWEIGHT CONCRETE FILL A. Remove all loose, wet, and deteriorated existing lightweight concrete fill from repair area. B. If fill is wet or deteriorated down to the steel form deck refer to Steel Deck Repair specifi- cation section. C. Mix lightweight concrete fill with water utilizing ratios, quantities, and methods recom- mended by the manufacturer. D. Slowly pour lightweight fill into repair area and screed off flush with surrounding existing fill. E. Mechanical attachment of base sheet may begin after the new fill has set. 3.8 STEEL PLATE INSTALLATION A. Mechanically attach deck repair plates to concrete deck with approved fasteners 6" on 3.9 SCUPPER INSTALLATION A. Locate bottom of overflow scupper 2 inches above surface of the roof system adjacent to the nearest roof drain (excluding sump). B. Remove existing masonry and store for reuse if in good condition. Reinstall masonry units to extent possible. Provide new brick or concrete masonry units to match existing. C. Extend opening through entire thickness of parapet. Take precautions to avoid damaging adjacent wall surfaces. D. Provide finished openings as indicated. E. Install veneer materials of same type, size and finish to match existing. Set units in full beds of mortar to match adjacent joints in thickness. Tool joints to match. F. Repair exterior finish to match adjacent surfaces. IRC -1838 Indian River County - Main Library Roof Replacement 0701 50-5 Preparation for Reroofing (Revision 1) 3.10 CLEANING A. Inspect the site daily and clean up debris and hazards at the end of each day. Adjacent roads, drives and walkways shall remain in operation and free from construction materials debris. B. Clean adjacent structures of dust dirt and debris. Return adjacent areas to original condi- tions to the satisfaction of the Owner. IRC -1838 Indian River County Main Library Roof Replacement END OF SECTION 07 01 50 0701 50-6 Preparation for Reroofing (Revision 1) SECTION 07 52 16 MODIFIED BITUMEN ROOFING PART1 GENERAL 1.1 SECTION INCLUDES A. Mechanically attach base sheet to LWIC. B. Provide a torch applied SBS modified bituminous membrane system consisting of two plies of asphalt elastomeric membrane reinforced with polyester and/or fiberglass mat. 1.2 RELATED SECTIONS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Specification Sections, apply to this Section, including but not limited to: 1. Steel Roof Deck Repair Section 05 31 23 2. Rough Carpentry Section 06 10 00 3. Preparation for Reroofing Section 07 01 50 4. Sheet Metal Flashing and Trim Section 07 62 00 5. Roof Accessories Section 07 72 00 6. Storm Drainage Section 22 14 00 1.3 REFERENCES A. Refer to the following references, current edition for specification compliance: 2017 Florida Building Code National Roofing Contractors Association — NRCA a. NRCA Roofing and Waterproofing Manual 3. ASTM International a. ASTM D 41 — Specification for Asphalt Primer Used in Roofing, Dampproofing, and Waterproofing. b. ASTM E 108 Standard Test Methods for Fire Tests of Roof Coverings C. ASTM E 119 Standard Test Methods for Fire Tests of Building Construction Materials. d. ASTM D 3019 Standard Specification for Lap Cement Used with Asphalt Roll Roofing, Non-Fibered, Asbestos Fibered and Non -Asbestos Fibered. e. ASTM D 3409 Standard Test Method for Adhesion of Asphalt -Roof Cement to Damp, Wet, or Underwater Surfaces. f. ASTM D 4479 Standard Specification for Asphalt Roof Coatings — Asbestos Free. g. ASTM D 4586 Specification for Asphalt Roofing Cement, Asbestos Free. h. ASTM D 6162 Specification for SBS Modified Bitumen Sheet Materials Using a Combination of Polyester and Glass Fiber Reinforcements. i. ASTM D 6163 Specification for SBS Modified Bitumen Sheet Materials Using Glass Fiber Reinforcements. j. ASTM D 6164 Specification for SBS Modified Bitumen Sheet Materials Using Polyester Reinforcements. 4. Asphalt Roofing Manufacturers Association — ARMA 5. FM Global IRC -1838 Indian River County Main Library Roof Replacement 07 52 16-1 Modified Bitumen Roofing (Revision 1) a. FM 4450 — Approval Standard for Class 1 Insulated Steel Deck Roofs b. FM 4470 — Approval Standard for Class 1 Roof Coverings 6. Underwriters Laboratories, Inc. — UL a. UL 580 — Test for Uplift Resistance of Roof Assemblies b. UL 790 — Tests for Fire Resistance of Roof Covering Materials C. UL 1897 — Uplift Resistance for Roof Covering Systems 1.4 PERFORMANCE REQUIREMENTS A. Install roofing system to meet UL 790 Class A/ASTM E 108 Class A Fire Rating. B. Wind Design: Install roofing system to meet or exceed the requirements of the current adopted version of ASCE-7, and shall be an approved assembly tested to the wind uplift pressures listed on contract drawings. 1.5 SUBMITTALS A. Refer to Section 01 33 00 -Submittal Procedures for Submittals. B. Latest edition of the Manufacturer's current material specifications and installation instructions. C. Manufacturer's Product Data Sheets for all materials specified certifying material complies with all specified requirements. D. Submit documentation of approved, tested roof system to meet the specified requirements for the following: 1. Wind uplift pressures 2. UL Fire Resistance Rating 1.6 QUALITY ASSURANCE A. Roofing applicator shall be approved by the material manufacturer. Additionally, roofing applicator shall have the experience of 5 similar roof projects. Verification shall be provided to the Engineer upon request. B. Manufacturer shall have been producing modified bitumen products in the United States for a minimum of 10 years. The primary roofing products shall have maintained a consistent composition for a minimum of five years without a change in the basic product design or SBS modified bitumen blend (e.g. no substantive changes in product composition, polymer specification, asphalt or filler formulation). C. The base ply and flashing reinforcing ply shall be fully inspected by the Contractor and Manufacturer's technical representative and repaired and prepared to meet the Manufacturer's requirements prior to installing the surface ply. D. The base ply shall not be exposed for longer than the manufacturer's maximum requirement for exposure and shall be acceptable for surface ply applications. Any base ply exposed longer than the maximum requirement will be subject to rejection or additional remedial requirements prior to application of the surface ply. 1.7 DELIVERY, STORAGE AND HANDLING A. Delivery. Materials shall be delivered in the manufacturer's original sealed and labeled containers and in quantities required to allow continuity of application. IRC -1838 Indian River County Main Library Roof Replacement 07 52 16-2 Modified Bitumen Roofing (Revision 1) B. Storage: Store materials out of direct exposure to the elements on pallets at least 4 inches above ground level at site location acceptable to the Owner. 1. Storage trailers are acceptable provided they are equipped with a lock and located at a site location acceptable to the Owner. 2. Utilize tarps that will completely cover materials to prevent moisture contamination. Remove or slit factory shrouds and/or visqueen; do not use these materials as tarps. 3. Install vapor retarders under material storage areas located on the ground. 4. Store roll goods on end on a clean flat surface. 5. Remove damaged or deteriorated materials from the job site. C. Handling. Material shall be handled in such manner as to preclude damage and contamination with moisture or foreign matter. 1.8 PROJECT CONDITIONS A. Environmental Requirements 1. Roofing shall not be applied during precipitation and shall not be started in the event there is a probability of precipitation during applications. 2. The membrane shall not be applied at or below the dew point temperature. 3. When conditions are damp and where adjacent roof areas have moisture or dew, the roof shall be fully dried to prevent tracking water over the membrane substrates. 4. At ambient temperatures of 40°F and below, including wind chill, take all precautions to ensure all adhesives and other materials maintain the minimum acceptable temperature at the point of roofing application as recommended by the membrane manufacturer. B. Protection 1. Protect against staining and mechanical damage of adjacent surfaces and work areas during application. Staining, mechanical damage, or discoloration of the membrane shall be cause for rejection. 2. Prevent smoke and other fumes/odors from entering facility by coordinating with Facility representative and by temporary intake shut down and/or covering intake. 3. Protect materials being installed and storage of materials against wind related damage. C. Torch Operation and Safety Refer to Section 01 35 00 -Hot. Work Operations for torch operation and safety. 1.9 WARRANTY A. Manufacturer's Guarantee: Manufacturer's standard form, non -pro -rated, without monetary limitation or deductibles, in which manufacturer agrees to repair or replace components of roofing system that fail in materials or workmanship within specified warranty period. Failure includes roof leaks or breaches in the primary roof membrane causing moisture to enter the substrate below (even if visible leaks are not observed inside the facility). Warranty to remain in effect for wind speeds up to 72 mph. Warranties requiring the Owner's signature will not be acceptable. 1. Warranty to include but not be limited to membrane, insulation, base sheet, mastics, adhesives, fasteners, sealants, base flashings, etc. 2. Warranty Period: Twenty years from date of Substantial Completion 3. Manufacturer's Representative shall attend one post construction field inspection: IRC -1838 Indian River County Main Library Roof Replacement 07 52 16-3 Modified Bitumen Roofing (Revision 1) no earlier than fifty-nine (59) months and no later than sixty (60) months after the date of Substantial Completion. Submit a written report within seven (7) days of the site visits to the Engineer listing observations, conditions and any recommended repairs or remedial action. PART2 PRODUCTS 2.1 MANUFACTURERS A. Subject to compliance with requirements herein, the following manufacturers are approved: 1. Firestone Building Products 2. GAF Materials Corporation (GAF) 3. Johns Manville (JM) 4. Siplast 5. Engineer's Accepted Equivalent 2.2 MEMBRANE MATERIALS A. Base Sheet: Glass -reinforced, asphalt -coated base sheet meeting ASTM D 4601 or ASTM D 4897, Type II. Provide vented sheets for application over lightweight insulating concrete substrates as required by the membrane manufacturer. 1. Firestone MB Base M 2. GAF Stratavent 3. JM Permaply 28 4. Siplast Parabase FS B. Roof Membrane Assembly: 1. A dimensionally stable roof membrane assembly consisting of 2 plies of a prefabricated, reinforced, Styrene -Butadiene -Styrene (SBS) block copolymer modified asphalt membrane secured to a prepared substrate. Both reinforcement mats shall be impregnated and coated each side with a high-quality SBS modified bitumen blend. 2. The roof system shall pass ASTM D 5849, Resistance to Cyclic Joint Displacement at 14°F. Passing results shall show no signs of membrane cracking or interply delamination after 500 cycles as manufactured and 200 cycles after heat conditioning according to ASTM D 5147. 3. Base Ply Membrane (Torch Applied): Glass fiber and/or polyester reinforced ply sheet manufactured for torch application, meeting or exceeding requirements of ASTM D 6163, D 6164, Type I or II, Grade S. a. Firestone SBS Glass Torch Base b. GAF SBS Heat Weld Smooth C. JM Dynaweld Base d. Siplast Paradiene 20 TG 4. Surface Ply Membrane (Torch Application): Glass fiber and/or polyester reinforced ply sheet manufactured for torch application, meeting or exceeding requirements of ASTM D 6163, D6164, Type I or II, Grade G. Granules to be white. a. Firestone Premium FR Torch b. GAF SBS Heat Weld Plus FR C. JM Dynaweld Cap FR d. Siplast Paradiene 30 FR TG C. Flashing shall consist of: IRC -1838 Indian River County Main Library Roof Replacement 07 52 16-4 Modified Bitumen Roofing (Revision 1) Reinforcing/Stripping Ply (Torch Application): a. Firestone SBS Poly Torch Base b. GAF Ruberoid SBS Heat Weld Smooth C. JM Dynabase HW d. Siplast Paradiene 20 TG 2. Flashing/Target Ply (Torch Application): a. Firestone SBS Premium FR Torch b. GAF SBS Heat Weld Plus FR C. JM Dyanweld Cap 180 FR d. Siplast Parafor 50 LT D. Fluid Applied Flashing System: Shall be membrane manufacturer's polyurethane or PMMA based resin with polyester fleece flashing system. 1. Firestone Ultraflash Liquid Flashing 2. GAF Topcoat 3. JM SeamFree PMMA Liquid Membrane 4. Siplast Parapro 2.3 RELATED MATERIALS A. Asphalt: Shall be certified for full compliance with the requirements for Type III asphalt listed in Table 1, ASTM D-312. Each container or bulk shipping ticket shall indicate the equiviscous temperature (EVT), the finished blowing temperature (FBT), and the flash point (FP). B. Asphalt primer: Shall meet ASTM D-41 requirements and be approved for intended use by membrane manufacturer. C. Flashing Cement: An asphalt cutback mastic, reinforced with non -asbestos fibers, enhanced slump resistance, used for all flashing and vertical applications conforming to ASTM D 4586 Type II requirements. 1. Firestone Multi -Purpose MB Flashing Cement 2. GAF 202 Flashing Cement 3. JM MBR Flashing Cement 4. Siplast PA 828 D. Solvent Free Adhesive: A single component, solvent -free modified asphalt adhesive designed for application of the specified roof membrane in areas below the fluid applied flashing. E. Utility Roof Cement: An asphalt cutback general utility mastic, reinforced with non - asbestos fibers, used as a base for setting metal flanges and temporary seals conforming to ASTM D 4586 Type II requirements. F. Sealant: An SBS polymer modified asphaltic flashing cement in a 10.4 -ounce cartridge conforming to ASTM 4586 requirements approved by the roofing membrane manufacturer for use in conjunction with the roofing membrane materials. G. Ceramic granules: Shall be of color scheme matching the granule surfacing of the cap sheet comparable to No. 11 granules. H. Adhesive and Bitumen Overrun Surfacing (Cool Roof). Approved Products: IRC -1838 Indian River County Main Library Roof Replacement 07 52 16-5 Modified Bitumen Roofing (Revision 1) Siplast Synthetic Chips: Synthetic chips to match the factory applied reflective surfacing of the surface ply. Johns Manville Ceramic -coated Granules: Granules to be coated with JM CR Acrylic Seam Coating to match reflective surfacing of the surface ply. Metallic Powder: A finely graded metal dust as supplied or approved by the membrane manufacturer, used for covering bitumen overruns over the foil surfaced materials. Walk Pad Material: Shall be a prefabricated (by the membrane manufacturer), puncture resistant polyester core reinforced, polymer modified bitumen sheet material topped with a ceramic granule wearing surface. 2.4 FASTENERS A. Base Sheet Fasteners: Shall be G-90 galvanized steel one-piece unit with minimum 27' diameter plate and minimum 1.7" length. Fastener must be approved by the membrane manufacturer for use in lightweight insulating concrete and inclusion in warranty. 1. Olympic 1.7 Base Sheet Fastener 2. ITW Buildex 1.7" LWC 3. Siplast NVS Fasteners B. Base Flashing Fasteners (Wood): Shall be galvanized ring shank nail with one -inch diameter cap, such as Regular Round Head Fasteners as manufactured by Simplex Nails. Fastener length shall be one inch minimum and must be approved by the membrane manufacturer for inclusion in warranty. C. Base Flashing Fasteners (Concrete/Masonry): Shall be 1/4" diameter metal -based expansion anchor for use in concrete or masonry substrates with length to penetrate substrate a minimum of 1-1/2". D. Termination Bar: 1/8" X 1" aluminum or stainless-steel flat bar with pre -drilled oversized or slotted holes 8" on center. PART 3 EXECUTION 3.1 EXAMINATION A. A pre job conference including the Engineer, Contractor, and the membrane manufacturer's representative shall be conducted prior to the application of the roofing. B. Contractor shall verify that work penetrating the roof deck or work which may otherwise affect the roofing has been properly completed. C. Contractor shall inspect insulation system substrate prior to application of membrane. Commencement of work signifies Contractor's acceptance of substrate. Any defects in roofing work resulting from such accepted substrates shall be corrected to Owner's satisfaction at no additional expense. 3.2 PREPARATION A. General. All surfaces shall be swept or vacuumed prior to commencement of roofing. B. Contractor shall coordinate closure of air intakes prior to application of primer and cold adhesives. C. All membranes shall be unrolled and allowed to relax in accordance with membrane manufacturer's recommendations or a minimum of thirty minutes, whichever is greater. IRC -1838 Indian River County Main Library Roof Replacement 07 52 16-6 Modified Bitumen Roofing (Revision 1) D. Where walls, curbs, expansion joints, etc. present an unacceptable substrate for flashing and where flashings substrates are combustible, a layer of non-combustible overlayment insulation shall be fastened to provide a suitable substrate for flashing. 3.3 APPLICATION A. General: 1. Apply roofing in accordance with roofing system manufacturer's instructions and the following requirements. Application of the roofing membrane base ply shall immediately follow application of base sheet/insulation system as a continuous operation. 2. Aesthetic Considerations: An aesthetically pleasing overall appearance of the finished roof application is a standard requirement for this project. Make necessary preparations, utilize recommended application techniques, apply the specified materials (i.e. granules, etc.), and exercise care in ensuring that the finished application is acceptable to the Owner. Excessive footprints or impressions in the surface ply will be grounds for rejection thereby requiring complete membrane tear -off and replacement. 3. Priming: a. Prime metal flanges, concrete and masonry surfaces with a uniform coating of asphalt primer. b. Primer shall provide full coverage to ensure surfaces are dark brown to black. No less than 1 to 1-1/4 gallons per square will be accepted. C. Allow primer to fully dry prior to application of asphalt/adhesive. 4. Inspect membrane and flashing application each day. Repair all deficiencies daily prior to beginning or resuming other work. a. Membrane deficiencies shall be cut open and removed as necessary. b. Repairs shall extend from lap to lap. B. Base Sheet: As a minimum the base sheet shall be mechanically attached in accordance with the base sheet fastening pattern in the contract drawings. If additional fastening is required by the manufacturer to achieve the required wind uplift resistance, the manufacturer's requirements shall be utilized. Starting at the low point of the roof, over a properly prepared substrate, apply base sheet in a shingle fashion with minimum 6" end laps and 3" side laps. Apply asphalt primer to head and plates of fasteners. C. Roof Membrane: 1. Apply membrane in accordance with the manufacturer's instructions and the following requirements. 2. Apply all layers of roofing free of wrinkles, creases or fishmouths. 3. Exert sufficient pressure by use of roller or broom on the roll during application to ensure prevention of air pockets. 4. Stagger the lap seams between the base ply layer and the finish ply layer. 5. Apply all layers of roofing perpendicular to the slope of the deck. 6. Fully bond the base ply to the prepared substrate, utilizing minimum 3 -inch side and end laps. Apply each sheet directly behind the torch applicator. Cut a dog ear angle at the end laps on overlapping selvage edges. Using a clean trowel, apply top pressure to top seal T -laps immediately following sheet application. Stagger end laps a minimum of 3 feet. 7. Fully bond the surface ply to the base ply, utilizing minimum 3 -inch side and end laps. Apply each sheet directly behind the torch applicator. Stagger end laps of the surface ply a minimum 3 feet. Cut a dog ear angle at the end laps on overlapping selvage edges. Using a clean trowel, apply top pressure to top seal T -laps immediately following sheet application. Stagger side laps of the surface IRC -1838 Indian River County Main Library Roof Replacement 07 52 16-7 Modified Bitumen Roofing (Revision 1) ply a minimum 12 inches from side laps in the underlying base ply. Stagger end laps of the surface ply a minimum 3 feet from end laps in the underlying base ply. 8. Follow membrane manufacturer's recommendations if hot air welding of laps is required. D. Torch Application: 1. Utilize heat welders experienced in torch application. 2. Warm the surface to which the membrane is being applied, preheat portions of the roll which are about to be applied and melt the modified asphalt on the back of the sheet which will be used to adhere the membrane. The area of the roll where the modified asphalt is being melted is the most critical. Roll must be heated evenly across the entire width of the sheet being heat welded. 3. Ensure a small bead of asphalt precedes the roll as it is laid down. Bead of asphalt shall be visible to the applicator and should flow out on both sides of the sheet. 4. Granule Embedment: Embed granules at all locations where membrane material will be installed over a granulated surface and a selvage edge is not present. Using a torch or embedment tool, heat the area and push the granules down into the heated bitumen. Do not scrape or remove the granules from the surface. E. Water cut-off: At end of day's work, or when precipitation is imminent, construct a water cut-off at all open edges. Cut-offs can be built using asphalt or plastic cement and roofing felts, constructed to withstand protracted periods of service. Cut-offs must be completely removed prior to the resumption of roofing. F. Flashings: Shall be installed concurrently with the membrane installation. 1. Prior to installing flashings over plywood substrates, install a layer of rosin paper and base sheet. Secure materials to plywood with approved fasteners at 6" on center staggered in all directions. 2. Prior to torch application along cant strips, provide self -adhered flashing ply in accordance with the below requirements. 3. Base flashing shall be accomplished using a reinforcing ply and flashing ply. The reinforcing sheet shall be lapped a minimum of three (3) inches to itself and shall extend a minimum of four (4) inches onto the base ply surface from the base of the cant and a minimum of three (3) inches up the vertical termination above the toe of the cant. The flashing sheet shall be lapped a minimum of three (3) inches to itself and shall extend a minimum of six (6) inches from the toe of the cant onto the surface ply surface and a minimum of three (3) inches up the vertical termination above the toe of the cant or as noted in the detail drawings. Lap seams in the reinforcing layer shall never coincide with the laps of the flashing layer. The reinforcing sheet and flashing sheet shall be adhered by cold adhesive (in accordance with the manufacturer's guidelines). All flashing sheets shall be cut off the end of the roll and be applied vertically, always working to a selvage edge. 4. Base flashing shall be mechanically terminated a minimum of eight (8) inches above the finished roof surface. a. Wood Substrate: Base flashing shall be mechanically terminated using approved fasteners eight (8) inches on center. Fastener heads shall be covered with a three -course roof cement and fabric. b. Concrete/Masonry Substrate: Base flashing shall be mechanically terminated using approved fasteners and termination bar. C. Gypsum Sheathing Substrate over Metal Stud Wall: Base flashing shall be mechanically terminated using approved fasteners and termination bar into each metal stud. 5. Base flashing shall be terminated at all roof edges by extending the base flashing at least two inches beyond the edge of the roof and mechanically attaching a termination bar vertically with appropriate fasteners eight inches on center. IRC-1838,Indian River County Main Library Roof Replacement 07 52 16-8 Modified Bitumen Roofing (Revision 1) Provide a continuous bead of sealant along outside edge of termination bar. 6. Sheet metal incorporated into the roofing system shall be sealed off with stripping ply. Stripping plies shall be installed in roof cement and fit tight to the edge of the sheet metal. The stripping ply shall extend four inches beyond sheet metal onto roof membrane. Stripping ply shall be installed prior to application -of surface ply. 7. Provide sealant installed to fill void between edge of sheet metal and surface ply edge (i.e. at metal edge, pipe penetrations, etc.) properly tooled to ensure adhesion and slope to shed water. Broadcast granules into properly installed sealant. G. Fluid Applied Flashing Application 1. Using masking tape, mask the perimeter of the area to receive the flashing system. Apply resin primer to substrates requiring additional preparation and allow primer to set. 2. Pre-cut fleece to ensure a proper fit at transitions and corners prior to membrane application. 3. Refer to manufacturer's installation instructions for application rates and additional installation information. 4. Broadcast granules into horizontal surface of fluid to match adjacent surface ply. H. Roof Drain 1. Provide roof drain flashings as indicated in detail drawing. Refer to the above requirements for fluid applied flashings. 2. Refer to Section 22 14 00. Retrofit Roof Drain 1. Adhere base ply in full bed of solvent free adhesive around drain bowl. 2. Install retrofit roof drain according to manufacturer's installation instructions and strip -in with stripping membrane to extend 4" beyond drain flange. 3. Provide fluid applied flashing as shown in the contract drawings and indicated above. 4. Refer to Section 22 14 00. J. Walk Pad Material 1. Apply walk pad material to a clean, dry surface. 2. Prior to application, cut walk pad material into maximum 5' lengths and allow to relax until flat. A straight edge or chalk line should be used to ensure straight square cuts. Do not cut the walk pad material directly on the roof surface. 3. Position walk pad material so as to leave minimum 2" gaps between panels to allow for proper drainage. 4. Adhere walk pad panels to surface ply with roof cement applied to the back of the panels in spots approximately 5" square. Use a notched trowel to keep the cement 3/8" thick. 5. Walk-in each panel to ensure complete contact with the membrane surface. 6. Provide walk pads at the following locations: a. Around roof hatches. b. Around HVAC units. K. Ponding Water: The ponding of any water on the roof surface after installation of the roofing system is not acceptable and will be grounds for rejection of the roof. Ponding is herein defined as precipitation remaining in a four square foot area or larger, 1/4 inch or deeper for a period of 24 hours from the termination of precipitation. Contractor shall not apply surface ply until verification of proper drainage has been determined. Contractor shall be responsible for modifications to roof system to ensure proper drainage including but not IRC -1838 Indian River County Main Library Roof Replacement 07 52 16-9 Modified Bitumen Roofing (Revision 1) 3.4 limited to reinstallation of roof system, installation of additional tapered insulation and/or installation of additional base plies. CLEANING A. Remove all debris and excess material from the roof area. Pick-up all loose fasteners and sheet metal scraps. B. The Contractor shall clean off/remove excess adhesive, sealant, stains and residue on the membrane and flashing surfaces. IRC -1838 Indian River County Main Library Roof Replacement END OF SECTION 07 52 16 07 52 16-10 Modified Bitumen Roofing (Revision 1) .! ( ©` 20¥di go#«gma ea me= a wo�eo � 2TAtmE29LlIN3w3Vlaa:lOo A"811mVW uNno a■naNVIam ■■III a ; �� ! /{ f ° / m - - ƒ cr � ! , . /\\ . . � . I's j}| \ } : - d 7 m#@ &� m� � , ~ }� \ . . iI ; c�;s ^ ^ geEawaV3eo3 ) \ \�}( �. 2�� meOM ; \} �■wDVld� :10011 \i \\§(( AVUe1m� uNno N3 rd�� m a■�oa 4 & 2 / )5) )\\ ' .... � C,.\ (\�),@R c�;s r ' .... � C,.\ (\�),@R c�;s LZO-Vdl610 #1O3rOUd 1321 'fill W z 096Z£ ld 'HOV38 O2OA g 133211S 3SLZ 0091 € R Y " 1N3W3OV1d3213OO21 ANVNSI1 NIVW AiNI10O 113AIN NVIQNI 9£9L-OMI Fw I I , a ''1; ter. •. % ; j °-41 tz E 4 � � I ter`, w_ f •'` I � �� c I ra , `� O ' i I = 3 OR ra i M CO mN y woo z w i i % f. iH�aH oviH, �i mw.0 0 PS w�>�I N o: INgttz J� 3 w it =x LZO-Vd1610 #1O3PO21d 132! 'HOVDB , r c 096Z£ l3 O83A CV 133HiS IS LZ 0091 1N3W33Vld3a dOO21 ANVZI811 NIVW A IN(10O213AIN NVI4NI SCOVONI o 0 1 f w i s( l � rim a ` Z U r J U rn:vrer-: ,a t U 4a= w 4 CL 00 a 4 . ! . Li o W w (A LL v� «Sl Ji IMV. I 4w ""Lis A. V H V V W Indian River County Purchasing Division purchasing@ircgov.com ADDENDUM NO. 4 Issue Date: May 27, 2020 Project Name: Indian River County Main Library Roof Replacement Bid Number: 2020029 Bid Opening Date: June 3, 2020 This addendum is,being released to answer questions received to date. I The information and documents contained in this addendum are hereby incorporated in the invitation to, bid. This addendum must be acknowledged where indicated on the bid form, or the bid will be declared non-responsive. ' Questions and Answers 1. Would Soprema, Inc. be an acceptable manufacturer for this project? We do not have any objections to using Soprema as an acceptable manufacturer. F BID FORM Bid No. 2020029/IRC-1838 PROJECT NAME: INDIAN RIVER COUNTY MAIN LIBRARY ROOF REPLACEMENT (IRC -1838) Bid #: Bid Opening Date and Time: Bid Opening Location: The following addenda are hereby acknowledged: Addendum Number 1 2 3 4 2020029 WEDNESDAY, MAY 20, 2020 Purchasing Division 180027 th Street Vero Beach, FL 32960 Date 4-20-20 5-15-20 5-20-20 5-27-20 (2:00 P.M.) Project completion time after receipt of "Notice to Proceed" or PO: 120 DAYS Page 13 of 39 Bid No. 2020029/IRC-1838 BID SCHEDULE ITEMIZED BID SCHEDULE PROJECT NAME: INDIAN RIVER COUNTY MAIN LIBRARY ROOF REPLACEMENT IRC PROJECT NO. 1838 BID NO. 2020029 BIDDER'S NAME: Rem No. bescriion UnrtQuant' Unit Price Amount ROOF SECTION A: (APPROXIMATELY 29,397 SQUARE FEET): REMOVE AND DISPOSE OF THE EXISTING ROOF SYSTEM INCLUDING FLASHINGS AND SHEET METAL DOWN TO THE EXISTING LIGHT WEIGHT INSULATING CONCRETE DECK; RESECURE THE EXISTING GRAVEL STOP EDGE NAILERS TO REMAIN IN PLACE; PROVIDE NEW WOOD NAILERS WHERE INDICATED IN CONTRACT DRAWINGS; MECHANICALLY ATTACH BASE SHEET; TORCH APPLY TWO -PLIES MODIFIED BITUMEN ROOF MEMBRANE AND PROVIDE NEW SHEET METAL FLASHINGS AND ACCESSORIES TO PROVIDE A COMPLETE, WATERTIGHT, 20 -YEAR WARRANTABLE ROOF SYSTEM. $7.0358 $206,832.00 001 SF 29,397 ROOF SECTION A: (APPROXIMATELY 16 CUBIC FEET): REPAIR MULTIPLE EXISTING LIGHT WEIGHT INSULATING CONCRETE DECK FILLER LOCATIONS. $50.00 $800.00 ooz CF 16 FORCE ACCOUNT $ 50 000.00 TOTAL BID AMOUNT INCLUDING FORCE ACCOUNT TOTAL $257,632.00 TOTAL PROJECT BID AMOUNT IN WORDS Two Hundred Fifty Seven Thousand Six Hundres Thirty Two Dollars NOTE: IF THERE IS A DISCREPANCY BETWEEN THE PLANS (SUMMARY OF PAY ITEMS) AND THE ITEMIZED BID SCHEDULE, THE BID SCHEDULE WILL GOVERN. SF = SQUARE FOOT CF = CUBIC FEET Page 14 of 39 Bid No. 2020029/IRC-1838 The following documents must be submitted and made a condition of this Bid: A. Bid Form & Itemized Bid Schedule (pages 13 to 15, inclusive); B. Required Bid security in the form of Bid Bond ; C. Drug -Free Workplace Certification (page jJ7; D. Sworn Statement under Section 105.08, Indian River Code, on Disclosure of Relationships (pages 18 to 19, inclusive); E. Bidders Qualifications Questionnaire (pages 20 to 22, inclusive); F. Certification Regarding Prohibition Against Contracting with Scrutinized Companies (page 23); G. List of Subcontractors (page The undersigned hereby certifies that they have read and understand the contents of this solicitation and agree to furnish at the prices shown any or all of the items above, subject to all instructions, conditions, specifications, and attachments hereto. Failure to have read all the provisions of this solicitation shall not be cause to alter any resulting contract or request additional compensation. Company Name: Atlantic Roofing II of Vero Beach Inc Company Address: 4310 45th Street City, State Vero Beach FL Telephone: 772-492-8493 E-mail: wljatr@aol.com Zip Code 32967 Fax: 772-257-5740 Business. Tax Receipt Number: 20703 FEIN Number: 32-0340502 Authorized Signature: 6_�Date: 6-3-20 Name: William Lasky Jr Title: Vice President (Type / Printed) Page 15 of 39 Bid No. 2020029/IRC-1838 AIA DOCUMENT A310 BID BOND The Contractor shall use the document form entitled "AIA Document A310 Bid :•l@S Page 16 of 39 Document A310 TM -2010 Conforms with The American Institute of Architects AiA Document 310 CONTRACTOR: (,'dame, Icgcrl.ckrtrccarrdcrddiex�) Atlantic Roofing II of Vero Beach, Inc 4310 45th Street Vero Beach, FL 32967 SURETY: (; ame, legal stcrtrts card principal place c f hrtvhtcss) Philadelphia Indemnity Insurance Company One Bala Plaza East, Suite 100 Bala Cynwyd, PA 19004-1403 OWNER: (Name, legal staters and address) Indian River County Board of County Commissioners 1800 27th Street Vero Beach, FL 32960 BOND AMOUNT: $ 5% Five Percent of Amount Bid PROJECT: (Nanre, location or address and 1'r vjcct rn(nrher, if aril} Indian River County Main Library Roof Replacement (IRC -1838), Bid No. 2020029 This document has important legal consequences. Consultation with an attorney is encouraged with respect to its completion or modification. Any singular reference to Contractor, Surety, Owner or other patty shall be considered plural where applicable. The Contractor and Surety arc bound to the Owner in the amount set forth above, for the payment of which ilia Contractor and Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, as provided herein. The conditions of this Bond are such that if the Owner accepts the bid of the Contractor within the time specified in the bid documents, or within such time period as may be agreed to by the Otvncr and Contractor, and the Contractor either (1) enters into a contract %vith the Owner ill accordance with the terms of such bid, and gives such bond or bonds as may be specified in the bidding or Contract Documents, with.a surety admitted in the jurisdiction of the Proicct and otherwise acceptable to the Owner, for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof, or (2) pays to the Owner the difference, not to exceed the amount of this Bond, between the amount specified in said bid and such larger amount for which the Owner stay in good faith contract with another party to perlimn l}re work covered by said bid, then this obligation shall be null and void, otherwise to remain in lull tierce and effect. The Surety hereby waives ani' notice oil'an agreement between the Owner and Contractor to extend the lime in which the Owner may accept the bid. Waiver of notice by the Surety shall not apply to any extension exceeding sixty (60) days in the aggregate beyond the time Iter acceptance ol'bids spectlied in the bid documents; and the Owner and Contractor shall obtain the Surety's consent Iter an extension beyond sixty (60) days. If this Bond is issued in connection with a subcontractor's bid to a Contractor, the term Contractor in this Bond shall be deemed to be Subcontractor and file term Owner shall be docnred to be Contractor, When this Bond has been furnished to comply with u statutory or other legal requirement in the location ofthe Project, any pntvision in this Bond conflicting with said statutory or legal requirement shall be deemed deleted herelrom and provisions conlimning to,sudi statutory or other legal requirement shall be deemed incorporated herein, When so litmished, the intent is that this ilond skull be•consfrticd :`` us u slatulory bond and not as a common law bund. Siang and scaled this 20th day of May, 2020 Atlantic Roofing II of Vero Beac nc. ; c - fll•'lnre By: ti r) ' iO4avj'tl l Philadelphia Indemnity Insurance Comp ny (,Surely) ' tit•7nrex.,y eta/azaQnIL—C--Q�����i"ever (` ).� \ \ �� • By: .. Mde)Brett Rosenhaus Attorney -in -Fact - S•0054tAS 8110 429 PHILADELPHIA INDEMNITY INSURANCE COMPANY One Bala Plaza, Suite 100 Bala Cynwyd, PA 19004-0950 Power of Attorney KNOW ALL PERSONS BY THESE PRESENTS: That PHILADELPHIA INDEMNITY INSURANCE COMPANY (the Company), a corporation organized and existing under the laws of the Commonwealth of Pennsylvania, does hereby constitute and appoint Brett Rosenhaus, Richard Zimmerman and Dale Allison Bells of Nielson,Rosenhaus & Associates . its true and lawful Attorney-in-fact with full authority to execute on its behalf bonds, undertakings, recognizances and other contracts of indemnity and writings obligatory in the nature thereof, issued in the course of its business and to bind the Company thereby, in an amount not to exceed $50,000,000. This Power of Attorney is granted and is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of PHILADELPHIA INDEMNITY INSURANCE COMPANY on the 14" of November, 2016. RESOLVED: That the Board of Directors hereby authorizes the President or any Vice President of the Company: (1) Appoint Attorney(s) in Fact and authorize the Attomey(s) in Fact to execute on behalf of the Company bonds and undertakings, contracts of indemnity and other writings obligatory in the nature thereof and to attach the seal of the Company thereto; and (2) to remove, at any time, any such Attomey-in-Fact and revoke the authority given. And, be it FURTHER RESOLVED: That the signatures of such officers and the seal of the Company may be affixed to any such Power of Attorney or certificate relating thereto by facsimile, and any such Power of Attorney so executed and certified by facsimile signatures and facsimile seal shall be valid and binding upon the Company in the future with respect to any bond or undertaking to which it is attached. IN TESTIMONY WHEREOF, PHILADELPHIA INDEMNITY INSURANCE COMPANY HAS CAUSED THIS INSTRUMENT TO BE SIGNED AND ITS CORPORATE SEALTO BE AFFIXED BY ITS AUTHORIZED OFFICE THIS 27"' DAY OF OCTOBER, 2017. (Seal) "'0 Robert D. O'Leary Jr., President & CEO Philadelphia Indemnity Insurance Company On this 27" day of October, 2017, before me came the individual who executed the preceding instrument, to me personally known, and being by me duly sworn said that he is the therein described and authorized officer of the PHILADELPHIA INDEMNITY INSURANCE COMPANY, that the seal affixed to said instrument is the Corporate seal of said Company; that the said Corporate Seal and his signature were duly affixed. COMMONWE LT OF -SVI1 HOTARMLSEAL Mo0on Knp..Mo,1gryP yC Nota Public: Lowe�Mertss wE.Monlgoms7Co021 Notary , Ary Comm4aion ExWros sept. qD, 20tt . �vn residing at: Bala Cywyd. PA (Notary Seal) My commission expires: September 25, 2021 I, Edward Sayago, Corporate Secretary of PHILADELPHIA INDEMNITY INSURANCE COMPANY, do hereby certify that the foregoing resolution of the Board of Directors and the Power of Attorney issued pursuant thereto on the 27°i day of October, 2017 are true and correct and are still in full force and effect. I do further certify that Robert D. O'Leary Jr., who executed the Power of Attorney as President. was on the date of execution of the attached Power of Attomey the duly elected President of PHILADELPHIA INDEMNITY INSURANCE COMPANY. In Testimony Whereof I have subscribed my name and affixed the facsimile seal of each Company this 20th day of May 20 20 . r. x Edward Sayago, Corporate Secretary �`.. PHILADELPHIA INDEMNITY INSURANCE COMPANY . A. Bid No. 2020029/IRC-1838 DRUG-FREE WORKPLACE CERTIFICATION (Please include this form with your bid) The undersigned vendor in accordance with Florida Statute 287.087 hereby certifies that Atlantic Roofing II of Vero Beach Inc does: (Name of Business) 1. Publish a statement notifying employees that the unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance is prohibited in the workplace and specifying the actions that will be taken against employees for violations of such prohibition. 2. Inform employees about the dangers of drug abuse in the workplace, the business's policy of maintaining a drug-free workplace, any available drug counseling, rehabilitation, and employee assistance programs, and the penalties that may be imposed upon employees for drug abuse violations. 3. Give each employee engaged in providing the commodities or contractual services that are under bid a copy of the statement specified in subsection (1). 4. In the statement specified in subsection (1), notify the employees that, as a condition of working on the commodities or contractual services that are under bid, the employee will abide by the terms of the statement and will notify the employer of any conviction of, or plea of guilty or nolo contendere to, any violation of chapter 893 or of any controlled substance law of the United States or any state, for a violation occurring in the workplace no later than 5 days after such conviction. 5. Impose a sanction on, or require the satisfactory participation in a drug abuse assistance or rehabilitation program if such is available in the employee's community by, any employee who is so convicted. 6. Make a good faith effort to continue to maintain a drug-free workplace through implementation of Section 287.087. As the person authorized to sign the statement, I certify that this firm complies fully with the above requirements. Atlantic Roofing II of Vero Beach nc Compa y N mee' Bidder's Signature Date: 6-3-20 Page 17 of 39 Bid No. 2020029/IRC-1838 SWORN STATEMENT UNDER SECTION 105.08, INDIAN RIVER COUNTY CODE, ON DISCLOSURE OF RELATIONSHIPS THIS FORM MUST BE SIGNED IN THE PRESENCE OF A NOTARY PUBLIC OR OTHER OFFICER AUTHORIZED TO ADMINISTER OATHS. 1. This sworn statement MUST be submitted with Bid, Proposal or Contract No. 2020029 for INDIAN RIVER COUNTY MAIN LIBRARY ROOF REPLACEMENT (IRC -1838) 2. This sworn statement is submitted by: Atlantic Roofing II of Vero Beach Inc (Name of entity submitting Statement) whose business address is: 1 4310 45th Street Vero Beach, FL. 32967 and its Federal Employer Identification Number (FEIN) is 32-0430502 3. My name is William Lasky Jr (Please print name of individual signing) and my relationship to the entity named above is Vice President 4. 1 understand that an "affiliate" as defined in Section 105.08, Indian River County Code, means: The term "affiliate" includes those officers, directors, executives, partners, shareholders, employees, members, and agents who are active in the management of the entity. 5. 1 understand that the relationship with a County Commissioner or County employee that must be disclosed as follows: Father, mother, son, daughter, brother, sister, uncle, aunt, first cousin, nephew, niece, husband, wife, father-in-law, mother-in-law, daughter-in-law, son-in-law, brother-in-law, sister- in-law, stepfather, stepmother, stepson, stepdaughter, stepbrother, stepsister, half brother, half sister, grandparent, or grandchild. 6. Based on information and belief, the statement, which I have marked below, is true in relation to the entity submitting this sworn statement. [Please indicate which statement applies.] X Neither the entity submitting this sworn statement, nor any officers, directors, executives, partners, shareholders, employees, members, or agents who are active in management of the Page 18 of 39 I Bid No. 2020029/IRC-1838 entity, have any relationships as defined in section 105.08, Indian River County Code, with any County Commissioner or County employee. The entity submitting this sworn statement, or one or more of the officers, directors, executives, partners, shareholders, employees, members, or agents, who are active in management of the entity have the following relationships with a County Commissioner or County employee: Name of Affiliate Name of County Commissioner Relationship or entity or employee (SignVre) 6-3-20 I (Date) STATE OF Florida COUNTY OF Indian River The foregoing instrument was acknowledged before me this 3rd day of June 20 20 , by_ William Lasky Jr who is personally known to me or who has produced as identification. NOTARY PUBLIC i SIGN: PRINT: ( I- t Notary Public, State at large My Commission Expires: (Seal) Page 19 of 39 ;off aYP^ " DEBORAH L. AUST:2:5,7] Commission # GG Expires January 6, Banded Thru Troy Fain I i I I Bid No. 2020029/IRC-1838 BIDDERS QUALIFICATIONS QUESTIONNAIRE NOTICE: THE OWNER RETAINS THE DISCRETION TO REJECT THE BIDS OF NON - RESPONSIBLE BIDDERS. UNDER PENALTY OF PERJURY, the undersigned Bidder Guarantees the truth and accuracy of all statements and answers herein contained. Failure to comply with these requirements may be considered sufficient justification to disqualify a Bidder. Attach additional sheets as required. Documentation Submitted with Project No: IRC -1838 Project Name: INDIAN RIVER COUNTY MAIN LIBRARY ROOF REPLACEMENT 1. Bidder's Name / Address: Atlantic Roofing II of Vero Beach Inc 4310 45th Street Vero Beach, FL. 32967 2. Bidder's Telephone & FAX Numbers: 772-492-8493 772-257-5740 3. Licensing and Corporate Status: a. Is Contractor License current? Yes b. Bidder's Contractor License No: CCC1326188 [Attach a copy of Contractor's License to the bid] C. Attach documentation from the State of Florida Division of Corporations that indicates the business entity's status is active and that lists the names and titles of all officers. 4. Number of years the firm has performedbusiness as a Contractor in construction work of the type involved in this contract: 9 ' 5. What is the last project OF THIS NATURE that the firm has completed? Indian River County Jail Complex 6. Has the firm ever failed to complete work awarded to you? No [If your answer is "yes", then attach a separate page to this questionnaire that explains the circumstances and list the project name, Owner, and the Owner's telephone number for each project in which the firm failed to complete the work.] 7. Has the firm ever been assessed liquidated damages? No [If your answer is "yes", then attach a separate page to this questionnaire that explains the circumstances and list the project name, Owner, and the Owner's telephone number for each project in which liquidated damages have been assessed.] 8. Has the firm ever been charged by OSHA for violating any OSHA regulations? No Page 20 of 39 Bid No. 2020029/IRC-1838 ' [If your answer is "yes", then attach a separate page to this questionnaire that explains the circumstances and list the project name, Owner, and the Owner's telephone number for each project in which OSHA violations were alleged.] 9. Has the firm implemented a drug-free workplace program in compliance with Florida Statute 287.087? Yes (In the case of a tie, preference will be given to businesses with drug-free workplace programs) 10. Has the firm ever been charged with noncompliance of any public policy or rules? No [If your answer is "yes", then attach a separate page to this questionnaire that explains the circumstances and list the project name, Owner, and the Owner's telephone number for each i project.] 11. Attach to this questionnaire, a notarized financial statement and other information that documents the firm's financial strength and history. 12. Has the firm ever defaulted on any of its projects? No [If your answer is "yes", then attach a separate page to this questionnaire that explains the circumstances and list the project name,'Owner, and the Owner's telephone number for each project in which a default occurred.] 13. Attach a separate page to this questionnaire that summarizes the firm's current workload and that demonstrates its ability to meet the project schedule. 14. Name of person who inspected the site of the proposed work for the firm: Name: Jerry W. Malivuk Date of Inspections: S162ao 15. Name of on-site Project Foreman: Bobby Campbell Number of years of experience with similar projects as a Project Foreman: 20+ 16. Name of Project Manager: Jerry W. Malivuk Number of years of experience with similar projects as a Project Manager: 20+ 17. State your total bonding capacity: $6,000,000.00 18. State your bonding capacity per job: $2,000,000.00 19. Please provide name, address, telephone number, and contact person of your bonding company: Rita Laza rides (727) 258-0805 1000 Central Ave St Petersburg FL I Page 21 of 39 i 00 m 00 r - U Cl) N O O N O N O Z .2 00 O T- v N coC �.► OM 000 ch Q N I = co LOc LL r -r- r 6F} 69 69 ++ V I � O i ' G C 7 V O O nOj O LLO O I c Q •� co It M N Ln e- 0 Irl, 64 T" 64 6). d d E C O Z t IL v C f�A Y p E ` O o V d'C.0V.- co� CL) 7V N� o. V o co U) C? 0 @ =�U p @ .Id ` E Q UW NO Qpm rcn (D� C U) D ' C� O m 5 I L U N c a� > 3 >_ o, 0 0 O m c U U 'O I I � � M CL rn c o I C3�- E r- o V co 16 o N Lci r; ' co V U � �U w m O x c 3 c d eELt >n EU o �- 3 c) I Z L) «s w0Oi CNo 0 �a) cc 0 C M — OL >a Ot >a m M 00 r -I U C: ami N 0 N O N O Z m •m W N N _Z V OaC Z 0 N a Q O H _m 2 O a Z C7 W W O Q cc W u Vf _W Z CL O u E O .O a ° °C OA C •C . E E v v, aJ !� aJ E , = c !�Ln O O C C c m ' O 4i Uj `� `° E LJ N (n `J •O N Cu m C Q O ra QJ y aJ L C +O' C p O i� a, E L 4J O E` m Z vi u N QJ `� L vi 41 0 •L � u r6 L . a C .` aJ C 0 a � Ln O 3 a CO L° J R 7 N > 41 C° aJ CO __ f6 m :3Z 41 of .O �O -O E C aJH U O Ln o ++ I U al 0 4J f0 O CL y U C 0 LL m C m C Cu - Ae 0 O OV %J L 4- c ° tf0 4- O aj U Q U °> - o Q m VI r0 Z '� a 3 m co r aNJ 3 Es 'C o L a E E'c 3� a��o 3 v OL a `' d N ° `�- .` W A �' r`_o a o4 E °J � c° p o LL =p W v R O p = O E 3 ° cv co = y E m > -o .° 'o 'C N E" C L V 7 Ln j 0 i L v c o o ° a d _N ``° m co Cai L- m 3 N O `n ry Q C C ° O >' a Cu M C� R 0" al f0 C 7 U C OV Li U rail +° r L V CU O c •� v 4- � ° R C r0 i M41o L~n 3 Ln +L+ (U to L 41 � ++ � 40. O ++ E U ++ J Z `- C C = N L E p >+ -c c 0 H 3 v �°L., 3 Q v o c° C O O m .X 4- O (u O > m N fl N aJ '0 O O H H L aJ Ln C R N �, N iF N aJ L a.+ ra Ln a) io a ;° ,C H On '^ H 0 c E v o N Ln C W E E i_ y ++ C C C e -I aJ O N `''- CJ E . E � > � a, �_ �, rY6 �i .L E v c c .0 v otw Qc " ° 4- ° v f0 � 3 a m to 0m °o o m °u -p h= ra 0 a C m `o o` O ai �'c Z c= CL v �, 4- c aoN U c o m o s o � ° E .'o +fa+ c +' C M aci m 4+ O p O L p V _ L 4- O H r0 v- U L C •p �' +L_+ A V MO ! t HU aJ '6 m L O atw L Cu N +� 4- �•' N m u L N �• }'Ci L M aJ H 'C �• y A .0 0L C i+ O N ,� mA O 'J v rem 4 .o °. Cu10 m v0 aJ m L to +. ', E H C M R +t+ 0 aJ m U ' U N E CA M O m N aA m Ia. L0 bio NQ.OON 4VI V (N� p >_ a, E Z m Q mI— 0 CA M O m N aA m Ia. Bid No. 2020029/IRC-1838 LIST OF SUBCONTRACTORS The Bidder MUST list below the name and address of each Subcontractor who will perform work under this Contract in excess of one-half percent of the total bid price, and shall also list the portion of the work which will be done by such Subcontractor. After the opening of Bids, additions, changes or substitutions will not be allowed unless approved by Indian River County after a request for such a change has been submitted in writing by the Contractor, which shall include reasons for such request. Subcontractors must be properly licensed and hold a valid Certificate of Competency. Documentation Submitted with Project No.IRC-1338 for INDIAN RIVER COUNTY MAIN LIBRARY ROOF REPLACEMENT Note: Attach additional sheets if required. Page 24 of 39 Work to be Performed Subcontractor's Name/Address Portion of Work 1. 2. 3. 4. 5. 6. 7. 8. 9. 10. Note: Attach additional sheets if required. Page 24 of 39 SECTION 00 62 33 ROOF MANUFACTURER'S ACKNOWLEDGMENT Owner: Indian River County Project Name: IRC -1838 Indian River County Main Library Roof Replacement Project Address: 1600 21 st Street, Vero Beach, Florida, 32960 Roofing Contractor: Atlantic Roofing II of Vero Beach Inc Address: 4310 45th Street Vero Beach, FL. 32967 Telephone: (772) 492-8493 Facsimile: (772) 257-5740 This is to advise the Owner that having thoroughly reviewed the Specifications and Drawings contained within the Project Manual dated February 3, 2020 for the above -titled project, we acknowledge that the roof system(s) and flashing system(s) specified are suitable for use on this project. Having reviewed the project requirements in detail, the Manufacturer will provide a written response to the Engineer seven days prior to the bid date, if conflicts between the Manufacturer's requirements occur with the above listed documents. 1. The manufacturer certifies that the installer is approved, authorized, or licensed by manufacturer to install specified roof system and is eligible to receive the specified manufacturer's warranty. 2. The manufacturer will comply with the specified requirements for on-site technical support. Gary Kurth is hereby designated as our Liaison on this project. (Print or type name of Liaison) (386) 986-5028 Telephone Facsimile Firestone Building Products Roof Manufacturer's Company Name May 15, 2020 Roof Manufacturer Representative's Signature Date Mark Grose Roof Manufacturer Representative's Name 200 4th Avenue South Nashville, TN 37201 Roof Manufacturer's Address Regional Technical Manager Title (615) 937-4966 Telephone Facsimile END OF SECTION 00 62 33 IRC -1838 Indian River County Main Library Roof Replacement 00 6233-1 Roof Manufacturer's Acknowledgement SECTION 00 62 33 ROOF MANUFACTURER'S ACKNOWLEDGMENT Owner: Indian River County Project Name: IRC -1838 Indian River County Main Library Roof Replacement Project Address: 1600 2151 Street, nVero �Beach, Florida, 32960 Roofing Contractor: k 1,L n -I- % G 1` oo-f-� n, () o t V n +- b l a.c Lj 1 n/, - Address: 11 3 ) 6 LJ S J_� STS GES Veep RCACII /=L 7.j &l Telephone: '7 9' — W g X — lt' q 13 Facsimile: -7 7 ` 1'59 — 57 y d This is to advise the Owner that having thoroughly reviewed the Specifications and Drawings contained within the Project Manual dated February 3, 2020 for the above -titled project, we acknowledge that the roof system(s) and flashing system(s) specified are suitable for use on this project. Having reviewed the project requirements in detail, the Manufacturer will provide a written response to the Engineer seven days prior to the bid date, if conflicts between the Manufacturer's requirements occur with the above listed documents. 1. The manufacturer certifies that the installer is approved, authorized, or licensed by manufacturer to install specified roof system and is eligible to receive the specified manufacturer's warranty. 2. The manufacturer will comply with the specified requirements for on-site technical support. Todd Page/ Shane Lindloff (Print or type name of Liaison) 407-885-1288 Telephone SOPREMA, Inc. Roof Manufacturer's Company Name Todd R. Page o wp"MC.Us ... Roof Manufacturer Representative's Signature Todd Page Roof Manufacturer Representative's Name is hereby designated as our Liaison on this project. 310 Quadral Drive, Wadsworth, OH 44281 Roof Manufacturer's Address 330-334-0066 Telephone IRC -1838 Indian River County Main Library Roof Replacement Facsimile 06/01/2020 Date Sales Representative Title Facsimile END OF SECTION 00 62 33 00 62 33-1 Roof Manufacturer's Acknowledgement IRC -1838 Bid No. 2020029 AGREEMENT THIS AGREEMENT is by and between INDIAN RIVER COUNTY, a Political Subdivision of the State of Florida organized and existing under the Laws of the State of Florida, (hereinafter called OWNER) and Atlantic Roofing II of Vero Beach, Inc. (hereinafter called CONTRACTOR). OWNER and CONTRACTOR, in consideration of the mutual covenants hereinafter set forth, agree as follows: ARTICLE 1- WORK CONTRACTOR shall complete all Work as specified or indicated in the Contract Documents. The Work is generally described as follows: PROJECT DESCRIPTION: The project involves the replacement of the low slope roofing assemblies of the Indian River County Main Library, located at 1600 21St Street, Vero Beach, FL 32960. The project includes the removal and disposal of the existing roof system (approximately 29,397 square feet) including flashings and sheet metal down to the existing light weight insulating concrete deck. The existing roof system will be replaced with a new modified bitumen roofing assembly to provide a complete, watertight, 20 -year warrantable roof system. ARTICLE 2 - THE PROJECT The Project for which the Work under the Contract Documents may be the whole or only a part is generally described as follows: Project Name: INDIAN RIVER COUNTY MAIN LIBRARY ROOF REPLACEMENT (IRC -1338) Bid Number: 2020029 Project Address: 1600.215T STREET VERO BEACH, FL. 32960 ARTICLE 3 CONTRACT TIMES 3.01 Time of the Essence A. All time limits for Milestones, if any, Substantial Completion, and completion and readiness for final payment as stated in the specifications are of the essence of the Agreement. 3.02 Days to Achieve Substantial Completion, Final Completion and Final Payment A. The Work will be substantially completed on or before the 90 calendar day after the date when the Contract Times commence to run as provided in the Notice to Proceed and completed and ready for final payment in accordance with the Notice to Proceed on or before the 120 calendar day after the date when the Contract Times commence to run. 3.03 Liquidated Damages IRC -1838 Bid No. 2020029 A. CONTRACTOR and OWNER recognize that time is of the essence of this Agreement and that OWNER will suffer financial loss if the Work is not completed within the times specified in paragraph 3.02 above, plus any extensions thereof allowed in writing as a change order to this Agreement. Liquidated damages will commence for this portion of work. The parties also recognize the delays, expense, and difficulties involved in proving in a legal proceeding the actual loss suffered by OWNER if the Work is not completed on time. Accordingly; instead of requiring any such proof, OWNER and CONTRACTOR agree that as liquidated damages for delay (but not as a penalty), CONTRACTOR shall pay OWNER $956.00 for each calendar day that expires after the time specified in paragraph 3.02 for completion and readiness for final payment until the Work is completed and ready for final payment. ARTICLE 4 - CONTRACT PRICE 4.01 OWNER shall pay CONTRACTOR for completion of the Work an amount in current funds equal to the sum of the amounts determined pursuant to paragraph 4.01.A and summarized in paragraph 4.01.13, below: A. For all Work, at the prices stated in CONTRACTOR's Bid, attached hereto as an exhibit. B. THE CONTRACT SUM subject to additions and deductions provided in the Contract Documents: Numerical Amount: $_ _257,632.00 Written Amount: Two hundred fifty-seven thousand six hundred thirty-two dollars ARTICLE 5 - PAYMENT PROCEDURES 5.01 Progress Payments. A. The OWNER shall make progress payments to the CONTRACTOR on the basis of the approved partial payment request as recommended by ENGINEER in accordance with the provisions of the Local Government, Prompt Payment Act, Florida Statutes section 218.70 et. seq. The OWNER shall retain ten percent (10%) of the payment amounts due to the CONTRACTOR until fifty percent (50%) completion of the work. After fifty percent (50%) completion of the work is attained as certified to OWNER by ENGINEER in writing, OWNER shall retain five percent (5%) of the payment amount due to CONTRACTOR until final completion and acceptance of all work to be performed by CONTRACTOR under the Contract Documents. Pursuant to Florida Statutes section 218.735(8)(b), fifty percent (50%) completion means the point at which the County as OWNER has expended fifty percent (50%) of the total cost of the construction services work purchased under the Bid and Specification Documents, together with all costs associated with existing change orders and other additions or modifications to the construction services work provided under the Contract Documents. 5.02 Pay Requests. A. On a form provided by the OWNER, each request for a progress payment shall contain the CONTRACTOR'S certification. All progress payments will be on the basis of progress of the work measured by the schedule of values established, or in the case of unit price IRC -1838 Bid No. 2020029 work based on the number of units completed. After fifty percent (50%) completion, and pursuant to Florida Statutes section 218.735(8)(d), the CONTRACTOR may submit a pay request to the County as OWNER for up to one half (1/2) of the retainage held by the County as OWNER, and the County as OWNER shall promptly make payment to the CONTRACTOR unless such amounts are the subject of a good faith dispute; the subject of a claim pursuant to Florida Statutes section 255.05(2005); or otherwise the subject of a claim or demand by the County as OWNER or the CONTRACTOR. The CONTRACTOR acknowledges that where such retainage is attributable to the labor, services, or materials supplied by one or more subcontractors or suppliers, the Contractor shall timely remit payment of such retainage to those subcontractors and suppliers. Pursuant to Florida Statutes section 218.735(8)(c)(2005), CONTRACTOR further acknowledges and agrees that; 1) the County as OWNER shall receive immediate written notice of all decisions made by CONTRACTOR to withhold retainage on any subcontractor at greater than five percent (5%) after fifty percent (50%) completion; and 2) CONTRACTOR will not seek release from the County as OWNER of the withheld retainage until the final pay request. 5.03 Paragraphs 5.01 and 5.02 do not apply to construction services work purchased by the County as OWNER which are paid for, in whole or in part, with federal funds and are subject to federal grantor laws and regulations or requirements that are contrary to any provision of the Local Government Prompt Payment Act. In such event, payment and retainage provisions shall be governed by the applicable grant requirements and guidelines. 5.04 Acceptance of Final Payment as Release. A. The acceptance by the CONTRACTOR of final payment shall be and shall operate as a release to the OWNER from all claims and all liability to the CONTRACTOR other than claims in stated amounts as may be specifically excepted by the CONTRACTOR for all things done or furnished in connection with the work under this Agreement and for every act and neglect of the OWNER and others relating to or arising out of the work. Any payment, however, final or otherwise, shall not release the CONTRACTOR or its sureties from any obligations under this Agreement, the Invitation to Bid or the Public Construction Bond. ARTICLE 6 — PUBLIC CONSTRUCTION BOND 6.01 Within fifteen (15) days of receipt of the Contract Documents for execution, the CONTRACTOR shall furnish a Public Construction Bond in an amount equal to 100% of the Contract Price. If bid does not exceed $100,000, no Public Construction Bond will be required. A. In lieu of the Public Construction Bond, the CONTRACTOR may furnish an alternative form of security in the form of cash, money order, certified check, cashier's check, irrevocable letter of credit or a security as listed in Part II of F.S. Chapter 625. Any such alternative form of security shall be for the same purpose, and be for the same amount and subject to the same conditions as those applicable to the bond otherwise required. The determination of the value of an alternative form of security shall be made by the OWNER. B. Such Bond shall continue in effect for one (1) year after acceptance of the Work by the OWNER. C. The OWNER shall record the Public Construction Bond with the Public Record Section of the Indian River County Courthouse located at 200016th Avenue, Vero Beach, Florida 32960. IRC -1838 Bid No. 2020029 ARTICLE 7 - INDEMNIFICATION 7.01 CONTRACTOR shall indemnify and hold harmless the OWNER, and its commissioners, officers, employees, and agents, from liabilities, damages, losses and costs, including, but not limited to, reasonable attorney's fees, to the extent caused by the negligence, recklessness, or intentional wrongful misconduct of the CONTRACTOR and persons employed or utilized by the CONTRACTOR in the performance of the Work. ARTICLE 8 - CONTRACTOR'S REPRESENTATIONS 8.01 In order to induce OWNER to enter into this Agreement CONTRACTOR makes the following representations: A. CONTRACTOR has examined and carefully studied the Contract Documents and the other related data identified in the Invitation to Bid documents. B. CONTRACTOR has visited the Site and become familiar with and is satisfied as to the general, local, and Site conditions that may affect cost, progress, and performance of the Work. C. CONTRACTOR is familiar with and is satisfied as to all federal, state, and local Laws and Regulations that may affect cost, progress, and performance of the Work. D. CONTRACTOR has obtained and carefully studied (or assumes responsibility for having done so) all additional or supplementary examinations, investigations, explorations, tests, studies, and data concerning conditions (surface, subsurface, and Underground Facilities) at or contiguous to the Site which may affect cost, progress, or performance of the Work or which relate to any aspect of the means, methods, techniques, sequences, and procedures of construction to be employed by CONTRACTOR, including applying the specific means, methods, techniques, sequences, and procedures of construction, if any, expressly required by the Contract Documents to be employed by CONTRACTOR, and safety precautions and programs incident thereto. E. CONTRACTOR does not consider that any further examinations, investigations, explorations, tests, studies, or data are necessary for the performance of the Work at the Contract Price, within the Contract Times, and in accordance with the other terms and conditions of the Contract Documents. F. CONTRACTOR is aware of the general nature of work to be performed by OWNER and others at the Site that relates to the Work as indicated in the Contract Documents. G. CONTRACTOR has correlated the information known to CONTRACTOR, information and observations obtained from visits to the Site, reports and drawings identified in the Contract Documents, and all additional examinations, investigations, explorations, tests; studies, and data with the Contract Documents. H. CONTRACTOR has given OWNER written notice of all conflicts, errors, ambiguities, or discrepancies that CONTRACTOR has discovered in the Contract Documents, and the written resolution thereof by OWNER is acceptable to CONTRACTOR. I. The Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performance and furnishing of the Work. IRC -1838 Bid No. 2020029 ARTICLE 9 - CONTRACT DOCUMENTS 9.01 Contents A. The Contract Documents consist of the following: (1) Invitation to Bid 2020029; (2) CONTRACTOR'S Bid Form (pages 13 to 15, inclusive); (3) Bid Bond (page 16); (4) Drug. Free Workplace Form (page) 17); (5) Sworn Statement Under Section 105.08, Indian River County Code, on Disclosure of Relationships (pages 18 to 19, inclusive); (6) Bidders Qualifications Questionnaire (pages 20 to 22, inclusive); (7) Certification Regarding Prohibition Against Contracting with Scrutinized Companies (page 23); (8) List of Subcontractors (page 24); (9) Plan set as follows: Sheets R1 through D2 with each sheet bearing the general title INDIAN RIVER COUNTY MAIN LIBRARY ROOF REPLACEMENT,• (10) This Agreement (pages 25to 33, inclusive);. (11) Public Construction Bond (if applicable) (pages 34 to 36, inclusive); (12) Certificate of Liability Insurance (page 37); (13) Notice to Proceed (page 38); (14) Addenda (if applicable) 1 to 4; Appendix A (15) The following which may be delivered or issued on or after the Effective Date of the Agreement and are not attached hereto: a) Written Amendments; b) Work Change Directives; c) Change Order(s) IRC -1838 Bid No. 2020029 ARTICLE 10 - MISCELLANEOUS 10.01 Terms A. Terms used in this Agreement will have the meanings indicated in the Invitation to Bid. 10.02 Assignment of Contract A. No assignment by a party hereto of any rights under or interests in the Agreement will be binding on another party hereto without the written consent of the party sought to be bound; and, specifically but without limitation, moneys that may become due and moneys that are due may not be assigned without such consent (except to the extent that the effect of this restriction may be limited by law), and unless specifically stated to the contrary in any written consent to an assignment, no assignment will release or discharge the assignor from any duty or responsibility under the Contract Documents. 10.03 Successors and Assigns A. OWNER and CONTRACTOR each binds itself, its partners, successors, assigns, and legal representatives to the other party hereto, its partners, successors, assigns, and legal representatives in respect to all covenants, agreements, and obligations contained in the Contract Documents. 10.04 Severability A. Any provision or part of the Contract Documents held to be void or unenforceable under any Law or Regulation shall be deemed stricken, and all remaining provisions shall continue to be valid and binding upon OWNER and CONTRACTOR, who agree that the Contract Documents shall be reformed to replace such stricken provision or part thereof with a valid and enforceable provision that comes as close as possible to expressing the intention of the stricken provision. 10.05 Venue A. This Agreement shall be governed by the laws of the State of Florida. Venue for any lawsuit brought by either party against the other party or otherwise arising out of this Agreement shall be in Indian River County, Florida, or, in the event of a federal jurisdiction, in the United States District Court for the Southern District of Florida. 10.06 Public Records Compliance A. Indian River County is a public agency subject to Chapter 119, Florida Statutes. The Contractor shall comply with Florida's Public Records Law. Specifically, the Contractor shall: (1) Keep and maintain public records required by the County to perform the service. (2) Upon request from the County's Custodian of Public Records, provide the County 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 Chapter 119 or as otherwise provided by law. IRC -1838 Bid No. 2020029 (3) 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 County. (4) Upon completion of the contract, transfer, at no cost, to the County all public records in possession of the Contractor or keep and maintain public records required by the County to perform the service. If the Contractor transfers all public records to the County 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 County, upon request from the Custodian of Public Records, in a format that is compatible with the information technology systems of the County. B. 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: (772) 226-1424 publicrecords@ircgov.com Indian River County Office of the County Attorney 180127th Street Vero Beach, FL 32960 C. Failure of the Contractor to comply with these requirements shall be a material breach of this Agreement. ARTICLE 11- TERMINATION OF CONTRACT A. The occurrence of any of the following shall constitute a default by CONTRACTOR and shall provide the OWNER with a right to terminate this Contract in accordance with this Article, in addition to pursuing any other remedies which the OWNER may have under this Contract or under law: (1) if in the OWNER's opinion CONTRACTOR is improperly performing work or violating any provision(s) of the Contract Documents; (2) if CONTRACTOR neglects or refuses to correct defective work or replace defective parts or equipment, as directed by the Engineer pursuant to an inspection; (3) if in the OWNER's opinion CONTRACTOR's work is being unnecessarily delayed and will not be finished within the prescribed time; (4) if CONTRACTOR assigns this Contract or any money accruing thereon or approved thereon; or (5) if CONTRACTOR abandons the work, is adjudged bankrupt, or if he makes a general assignment for the benefit of his creditors, or if a trustee or receiver is appointed for CONTRACTOR or for any of his property. (6) if CONTRACTOR fails to pay subcontractors, materialmen and/or suppliers on a timely basis. IRC -1838 Bid No. 2020029 B. OWNER shall, before terminating the Contract for any of the foregoing reasons, notify CONTRACTOR in writing of the grounds for termination and provide CONTRACTOR with ten (10) calendar days to cure the default to the reasonable satisfaction of the OWNER. C. If the CONTRACTOR fails to correct or cure within the time provided in the preceding Sub -Article B, OWNER may terminate this Contract by notifying CONTRACTOR in writing. Upon receiving such notification, CONTRACTOR shall immediately cease all work hereunder and shall forfeit any further right to possess or occupy the site or any materials thereon; provided, however, that the OWNER may authorize CONTRACTOR to restore any work sites. D. The CONTRACTOR shall be liable for: (1) any new cost incurred by the OWNER in soliciting bids or proposals for and letting a new contract; and (2) the difference between the cost of completing the new contract and the cost of completing this Contract; (3) any court costs and attorney's fees associated with any lawsuit undertaken by OWNER to enforce its rights herein. E. TERMINATION FOR CONVENIENCE: OWNER may at any time and for any reason terminate CONTRACTOR's services and work for OWNER's convenience. Upon receipt of notice of such termination CONTRACTOR shall, unless the notice directs otherwise, immediately discontinue the work and immediately cease ordering of any materials, labor, equipment, facilities, or supplies in connection with the performance of this Contract. Upon such termination Contractor shall be entitled to payment only as follows: (1) the actual cost of the work completed in conformity with this Contract and the specifications; plus, (2) such other costs actually incurred by CONTRACTOR as are permitted by the prime contract and approved by the OWNER. Contractor shall not be entitled to any other claim for compensation or damages against the County in the event of such termination. [The remainder of this page was left blank intentionally] IRC -1838 Bid No. 2020029 IN WITNESS WHEREOF, OWNER and CONTRACTOR have signed this Agreement in duplicate. One counterpart each has been delivered to OWNER and CONTRACTOR. All portions of the Contract Documents have been signed or identified by OWNER and CONTRACTOR or on their behalf. This Agreement will be effective on June 23 2020 (the date the Agreement is approved by the Indian River County Board of County Commissioners, which is the Effective Date of the Agreement). OWNER: cc . INDIAN RIVER COUNTY By Susa ms, Chair ?�� • ._r�j� \oP, By:-- Jason d. Bro n, ounty Administrator APPR V AS FOR N EG FFI ENCY: Dylan Reingold, County Attorney Jeffrey R. Smith, Clerk of Court and Comptroller Attest: Deputy Clerk (SEAL) Designated Representative: Name: James W. Ennis, P.E., PMP Title: Assistant Public Works Director Address: 180127th Street. Vero Beach, FL 32960 Phone: (772) 226-1221 Email: Tennis@ircgov.com CONTRACTOR: Address for giving notices: L1 3 16 `l V'e4'o Air&c.l, 1%L- 324 1,7 License No. CcC )'37(' 1 .99 (Where applicable) Agent for service of process: Designated Representative: Name: 14/ ?Lt 11fYI^ t1j-54y J!' Title: ✓, c e- )& s L AW K Address: tr -jio tj Sr Vero /Se 4r M I;-(- Phone: %LPhone: 2 kq S7 Email: Irl ) !1'M 0 4 a • C 6' "" (If CONTRACTOR is a corporation or a partnership, attach evidence of authority to sign.) Bid No. 2020029/IRC-1838 Public Work F.S. Chapter 255.05 (1)(a) Cover Page THIS BOND IS GIVEN TO COMPLY WITH SECTION 255.05 OR SECTION 713.23 FLORIDA STATUTES, AND ANY ACTION INSTITUTED BY A CLAIMANT UNDER THIS BOND FOR PAYMENT MUST BE IN ACCORDANCE WITH THE NOTICE AND TIME LIMITATION. PROVISIONS IN SECTION 255.05(2) OR SECTION 713.23 FLORIDA STATUTES. BOND NO: PB12270900292 I ' CONTRACTOR NAME: Atlantic Roofing II of Vero Beach, Inc. CONTRACTOR ADDRESS: 4310 45th Street Vero Beach, FL 32967 CONTRACTOR PHONE NO: 772-492-8493 SURETY COMPANY NAME: Philadelphia Indemnity Insurance Company SURETY PRINCIPAL One Bala Plaza East, Suite 100 BUSINESS ADDRESS: Bala Cynwyd, PA 19004-1403 SURETY PHONE NO: 610-206-7836 j i OWNER NAME: Indian River County OWNER ADDRESS: 1800 27th Street Vero Beach, FL 32960 I OWNER PHONE NO: 772-226-1416 OBLIGEE NAME: _ (If contracting entity is different from the owner, the contracting public entity) OBLIGEE ADDRESS: OBLIGEE PHONE NO: BOND AMOUNT: $257,632.00 CONTRACT NO: 2020029 (If applicable) DESCRIPTION OF WORK: Indian River Count PROJECT LOCATION: 1600 21 st Street I I i I I 1 I Main Library Roof I I Vero Beach, FL 32960 LEGAL DESCRIPTION: (If applicable) ment (IRC -1338) FRONTPAGE All other bond page(s) are deemed subsequent to this page regardless of any page number(s) that may be printed thereon. Page 35 of 39 I Bid No. 2018045/IRC-1838 PUBLIC CONSTRUCTION BOND Bond No. PB12270900292 (enter bond number) BY THIS BOND, We Atlantic Roofing II of Vero Beach, Inc. as Principal and Philadelphia Indemnity Insurance Company a corporation, as Surety, are bound to Indian River County, , herein called Owner, in the sum of $ 257,632.00 for payment of which we bind ourselves, our heirs, personal representatives, successors, and assigns, jointly and severally. THE CONDITION OF THIS BOND is that if Principal: 1. Performs the contract dated June 23 2020 between Principal and Owner for construction of Indian River County Main Library Roof Replacement (IRC -1338) the contract being made a part of this bond by reference, at the times and in the manner prescribed in the contract; and 2. Promptly makes payments to all claimants, as defined in Section 255.05(1), Florida Statutes, supplying Principal with labor, materials, or supplies, used directly or indirectly by Principal in the prosecution of the work provided for in the contract; and 3. Pays Owner all losses, damages, expenses, costs, and attorney's fees, including appellate proceedings, that Owner sustains because of a default by Principal under the contract; and 4. Performs the guarantee of all work and materials furnished under the contract for the time specified in the contract, then this bond is void; otherwise it remains in full force. Any action instituted by a claimant under this bond for payment must be in accordance with the notice and time limitation provisions in Section 255.05(2), Florida Statutes. Any changes in or under the contract documents and compliance or noncompliance with any formalities connected with the contract or the changes does not affect Surety's obligation under this bond. DATED ON July 8, 2020 Page 36 of 39 Atlantic Roofing II of Verypeach, Inc. Philadelphia Indemnity Insurance Company (Name of Surety) By Brett Rosenhaus, Attorney -in -Fact PHILADELPHIA INDEMNITY INSURANCE COMPANY One Bala Plaza, Suite 100 Bala Cynwyd, PA 19004-0950 Power of Attorney KNOW ALL PERSONS BY THESE PRESENTS: That PHILADELPHIA INDEMNITY INSURANCE COMPANY (the Company), a corporation organized and existing under the laws of the Commonwealth of Pennsylvania, does hereby constitute and appoint Brett Rosenhaus, Richard Zimmerman and Dale Allison Belis of Nielson, Rosenhaus & Associates . its true and lawful Attorney-in-fact with full authority to execute on its behalf bonds, undertakings, recognizances and other contracts of indemnity and writings obligatory in the nature thereof, issued in the course of its business and to bind the Company thereby, in an amount not to exceed $50,000,000. This Power of Attorney is granted and is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of PHILADELPHIA INDEMNITY INSURANCE COMPANY on the 14' of November, 2016. RESOLVED: That the Board of Directors hereby authorizes the President or any Vice President of the Company: (1) Appoint Attorney(s) in Fact and authorize the Attorney(s) in Fact to execute on behalf of the Company bonds and undertakings, contracts of indemnity and other writings obligatory in the nature thereof and to attach the seal of the Company thereto; and (2) to remove, at any time, any such Attomey-in-Fact and revoke the authority given. And, be it FURTHER RESOLVED: That the signatures of such officers and the seal of the Company may be affixed to any such Power of Attorney or certificate relating thereto by facsimile, and any such Power of Attorney so executed and certified by facsimile signatures and facsimile seal shall be valid and binding upon the Company in the future with respect to any bond or undertaking to which it is attached. IN TESTIMONY WHEREOF, PHILADELPHIA INDEMNITY INSURANCE COMPANY HAS CAUSED THIS INSTRUMENT TO BE SIGNED AND ITS CORPORATE SEALTO BE AFFIXED BY ITS AUTHORIZED OFFICE THIS 27TH DAY OF OCTOBER, 2017. On this 27`h day of October, 2017, before me came the individual who executed the preceding instrument, to me personally known, and being by me duly sworn said that he is the therein described and authorized officer of the PHILADELPHIA INDEMNITY INSURANCE COMPANY; that the seal affixed to said instrument is the Corporate seal of said Company; that the said Corporate Seal and his signature were duly affixed. COMMONWEALTH OF PENNSWVMM NOTARIAL9EAL M,,gm Knepp. Nolery Public Nota Public: Notary Lower M"i0,TwP..Monlgome7Ca-1y MYC—ieei-Evnl Sept 25.2021 dE�� NCMB VVSriAKN iNOT � FL , residing at: of (Seal) Robert D. O'Leary Jr., President & CEO Philadelphia Indemnity Insurance Company On this 27`h day of October, 2017, before me came the individual who executed the preceding instrument, to me personally known, and being by me duly sworn said that he is the therein described and authorized officer of the PHILADELPHIA INDEMNITY INSURANCE COMPANY; that the seal affixed to said instrument is the Corporate seal of said Company; that the said Corporate Seal and his signature were duly affixed. COMMONWEALTH OF PENNSWVMM NOTARIAL9EAL M,,gm Knepp. Nolery Public Nota Public: Notary Lower M"i0,TwP..Monlgome7Ca-1y MYC—ieei-Evnl Sept 25.2021 dE�� NCMB VVSriAKN iNOT � residing at: (Notary Seal) My commission expires: Bala Cynwyd, PA Member 25.2021 I, Edward Sayago, Corporate Secretary of PHILADELPHIA INDEMNITY INSURANCE COMPANY, do hereby certify that the foregoing resolution of the Board of Directors and the Power of Attorney issued pursuant thereto on the 2711 day of October, 2017 are true and correct and are still in full force and effect. I do further certify that Robert D. O'Leary Jr., who executed the Power of Attorney as President, was on the date of execution of the attached Power of Attorney the duly elected President of PHILADELPHIA INDEMNITY INSURANCE COMPANY. In Testimony Whereof I have subscribed my name and affixed the facsimile seal of each Company this 8th day of July 20 20 Edward Sayago, Corporate Secretary PHILADELPHIA INDEMNITY INSURANCE COMPANY dE�� � BOARD OF COUNTY COMMISSIONERS June 23, 2020 Atlantic Roofing II of Vero Beach, Inc. Attn: Mr. William Lasky Jr. 4310 451h Street Vero Beach, FL 32967 Wljatr@aol.com NOTICE OF AWARD Reference: Indian River County Bid No. 2020029 Indian River County Main Library Roof Replacement via Email Dear Mr. Lasky Jr.: It is my pleasure to inform you that on June 23, 2020 the Board of County Commissioners awarded the above - referenced project to your company. The following documents are required before the applicable County department can issue a "Notice to Proceed" letter. 1. Public Construction Bond (unrecorded) in the amount of 100% of the award amount $257,632.00. 2. Two Signed Copies of Enclosed Agreement. 3. Certificate of Insurance indicating coverage required by Article 5 of the General Conditions (section 00700 of the bid documents) and Supplemental Conditions (Section 00800 of the bid documents). Certificate(s) must name Indian River County as additional insured and must provide for a 30 day Notice of Cancellation. 4. W-9. In accordance with section 255.05(1)(a), Florida Statutes, you are required to execute a Public Construction Bond for the above referenced project. Please submit the Bond, W-9, the Certificate(s) of Insurance and two fully - executed copies of the enclosed agreement to this office at the address provided below no later than July 8, 2020. Failure to comply with the established deadline for submittal of required documents may be grounds for cancellation of award. Thank you for your prompt attention and if you have any questions, please do not hesitate to contact our office. Sincerely, C44L+11� JenniferTiyde Purchasing Manager Cc: Michael Heller Office of Management and Budget • Purchasing Division 180027 th Street, Vero Beach, Florida 329609(772) 226-1416•Fax: (772) 770-5140 E-mail: purchasing@irceov.com Bid No. 2018045/IRC-1838 NOTICE TO PROCEED Dated TO (BIDDER) ADDRESS: Contract For: INDIAN RIVER COUNTY MAIN LIBRARY ROOF REPLACEMENT Project No: IRC -1838 IRC Bid No. 2020029 You are notified that the Contract Times under the above contract will commence to run on By that date, you are to start performing your obligations under the Contract Documents. The contract has allocated 90 calendar days for Substantial Completion of this project and 120 calendar days for Final Completion. In accordance with Article 3.2 of the Agreement the date of Substantial Completions is and the date of readiness for final payment is CONTRACTOR shall not commence work under this Contract until he has obtained all insurance required under "Instructions to Bidder, General Terms and Conditions" and such insurance has been delivered to the OWNER and approved by the OWNER, nor shall the CONTRACTOR allow any Subcontractor to commence work on his subcontract until all similar insurance required of the Subcontractor has been so obtained and approved. All such insurance shall remain in effect until final payment and at all times thereafter when CONTRACTOR may be correcting, removing or replacing defective Work in accordance with Article 6 of the Agreement. Also, before you may start any Work at the Site, you must: (add other requirements, if applicable) INDIAN RIVER COUNTY (Owner) (Authorized Signature) (Title) Page 38 of 39 Bid No. 2018045/IRC-1838 APPENDIX A INDIAN RIVER COUNTY BUILDING DIVISION PERMIT FEE SCHEDULE Page 39 of 39 % � 22�C m . CL f R § § # R & . ■ ■ g m o W 2 k ° & �' § > 2 e E a c _5■o■§m ©=2■a7gpJ�� @f® 2 °2 0 2 / ° # 2 § t k k R§ (D. a§ 2 e■ a t L- �2c G&. as m2�R//©2 ©�-oma oc E 0CL.0 m ® c § .� Oc .Cl) .> . \ | . D ■ > � . � C > . k . c ' 2 CL . 2 § 0 © CL Wo0 �` ' e 2 § § c k . « E �U .a § ■ 2 z�2 e � e - 04 o C o o Mc -2 8 o v 2 a ° ac ° a ° ac O N 7 y O N o N 3 y 30cr 0) 3'S 3om N L- 3 'Eu N c€ 800.c p c m 8N > c m 80CLc o'0vN1° — ov ovof° v a AIZ 0) Lo o(D .. 00) L to 'n v- �- F- 0 o€° o CO o 8 4.., �' 8 0 16 0 ,6 a 8 0 N at a) N of t N co€r) 0 3 �� �to �°' 3 NEA ° O NEA NEA O N 0 o v�•> a o ao w'> c o c o c o R c v A o c o 3 Q Q 7 Q 7 LL cLL j j E E C O O O N > y co C N O Na O'S w3 u N c ' c 'N c °o M N 0 N p a ° E ° C ` CN> C C N 8 7 N E N N a) O C C p t0 O ?�_. U g LO C N` O 0 $ 0. C v LL € °O v �'0 a taao00Am 0 tC (0 N w Opp N +rs` N O � U N Q 8 'o. N N O I- ti T) C7 to ca 0 IL L O o 000 00o O O O o 0000000 00 0 0 0 0 0 O 0 O 0 O 0 O 0& U. O o O O O 0 N c to f- to Il. toLO � 1 � � lA r-. W) ti ui t-� to � to W) P- t0 r-- to ' to trj L6€ � to p 0 N lO ti LO EA EA EA EA EA EA EA EA EA to EA EA to to to 619,EA d d EA EA ON. E c. E y � U),ON c N a baa', 'oA m H f2 �`M La �\ c c in as o oC +� 'n d 3 _N 1= �tti _p a) � , p _% v �� CEN '° a (0 CEN o c '0N E c7 V% m p M '•CC m C� c° m cyto N IL �cp R c 0) 6 0 0 d,F m c3 E— 8 Vj '~ � O N > a to U `o &E •`� o aE �° m o• 3 N 0 N t a� O N 3 C � E N° i5 p o o N ° o N o cv a.. Co. W WUwdLLLL.___�ad o a m CO 0�= 0w2 c� 3k M to Co r --a0 M O .- e- r N r M r d r to r (O r r a0 r 0 r O NN r N N m ° 4) " o 0 YL O O ° CL c={ 0 0 00 c 0 c 0 0 _ O O w o '0 M = C W ce0O cr Lu Co N aL) a E N +°� v o� a �0 E C oJT � a CL $�-,° c no U 0 aaL r-y m 3 c0a�3 c � c co 8`� a 8`S, E Ea CIQ 0 E E ° o O u O —r- m N L vY.0- ° m 0 •=Y _c Qa> CL 0* T) ° 'Z: N g N 0 15 >' ° ac °0' 0 o 0 000 0 0 ° c �° . € ui R uNi LO f� d a L m o � € a N� C4 °c :?off a 00` 41)o a 0.40- m E0 C E ° rm 4 O U LL E !O C C O 0 • _� 0000 C000 O O O O O O O 0 O 0 0+'' O W O •C21 NNNN N 0 N 0N N to N 0 N 0 N ++ o N W LL ui g- d a 0 .: CL = a o V a W a CL N LWa. D y d > W y 0 m� •�GoL _o a J� 0)3 ~ ° c °_ _5 0.2 m _m 0�a 0 0c2 �vE L 0 � .0o =� o00 ° E a) E ' E aa mE Ern W E c m °o a•o M fl-E o 0 0 E o,0 d� m oy a�a00 a0i 200 �(� 2 7:0 U) g aiC9 wx0Z Q NNNN N N N M M M � M � M M M 1 00 . .r J° ig a 0 a o �d) � C p c L s Cl) � cc a� o. vc IM O o E o a cco 0 o O m$ c E o c a E m o d O a ,k c 00 wa m a �$o r- m °v v 7 m o> €� �► m a E C o cYi� OL c��� U o NL i+ US. X00 'co rnC E IA 00 o �j O ao y >+N � N N O 0) °=E (Dc .V o r > 00 CL pC LD c 0)lx y :3 (�'� '7 N N lC C� r, �? O 3p d d N N O ++ (D C= o a �E0 C o_ two w sqc •G_ F M 7 (0CL N m N C Z > > C c a O L C F v ai vc�� (D L O C W ._ C €E'Q� m m Z o ctOcm �o C' 'd >c cH0$m Zi W aoiU °c V' cU c r� cUco€(D�c�a CES �,a�°)i € a� �v� v,vU o a � € w m o� m c?51 o � oat cc bac E0) a a�w >>a o m$ l�°m a mLLI 0 o uj oooWfi c t�vaxi oW Nrncc �€ "U. C; oU.v.=.- > > 8 1 � L CRs LEM 5 � E d L o i- La cco H N to d vi N c O 'U L d a 0. >`o v c C ��pp +-' c0 O ' N C c N 4! C1 t ,A -5� 1 E ` O i. tl! tll 'c c O c 0a��v 7 U Y- O 0 C c_�,c�,u- (E3 y d N� M N C� ,� 7 �, c o ajpp tCL O E c3 O J c. 'c y Z d �ma�jo�c,,_ E O o O C -0 i�pp y c—�0 m O G1 8 VO N m L� 0� C C E 41 d— OS S :3 a) O �O O� C c � O t N) O a m N c 0 q Mg U c ccc•o.° o c a � �— e o ff :9 •c E E �v.Q O� 0) rnm c l0 >� a Win. E�� 'S Q o °� o� a� mU E c VU Q g�0 aV a M d dN dM' It 10 O ACORD1 CERTIFICATE OF LIABILITY INSURANCE F DATE(MMIDD/YYYY) 6/26/2020 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on t this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER jWallace Welch & Willingham, Inc. 300 1st Ave. So., 5th Floor CONTACT NAME: Certificates/Commercial Lines PHONE FAX AIC No Ext): 727-522-7777 A/C No : 727-521-2902 `Saint Petersburg FL 33701 ADDRESS: certificates@w3ins.com INSURERS AFFORDING COVERAGE NAIC # INSURER A: Allied Ins. Co. of America 1 01 27, ATN2046514 INSURED ATLAROO-01 Atlantic Roofing II of Vero Beach Inc INSURER B: United Specialty Ins. Co. 12537 EACH OCCURRENCE $ 1,000,000 Atlantic Metal II of Vero Beach Inc INSURER C: INSURER D: 4310 45th St Vero Beach FL 32967 INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER: 575898991 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR TYPE OF INSURANCE ADDL SUER POLICY NUMBER POLICY EFF MM/DD/YYYY POLICY EXP MM/DD/YYYY LIMITS B X COMMERCIAL GENERAL LIABILITY CLAIMS -MADE OCCUR ATN2046514 6/29/2020 6/29/2021 EACH OCCURRENCE $ 1,000,000 DAMAGE TO RENTED PREMISES Ea occurrence $ 50,000 MED EXP (Any one person) $ 0 PERSONAL & ADV INJURY $ 1,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: POLICY F JECT D LOC GENERAL AGGREGATE $2,000,000 PRODUCTS-COMP/OP AGG $2,000,000 $ OTHER: A AUTOMOBILE LIABILITY ACPBAL3047793798 6/29/2020 6/29/2021 COMBINED SINGLE LIMIT $ 1,000,000 Ea accident X ANY AUTO BODILY INJURY (Per person) $ OWNED SCHEDULED AUTOS ONLY AUTOS BODILY INJURY (Per accident) $ X HIRED X NON -OWNED AUTOS ONLY AUTOS ONLY PROPERTYDAMAGE Per accident $ B UMBRELLA LIAB X OCCUR BTN2046539 6/29/2020 6/29/2021 EACH OCCURRENCE $ 1,000,000 X EXCESS LIAB CLAIMS -MADE AGGREGATE $ 1,000,000 DED F RETENTION $ S WORKERS COMPENSATION AND EMPLOYERS' LIABILITY `, I N ANYPROPRI ETOR/PARTNER/EXECUTIVE❑ OFFICE R/MEMBER EXCLUDED? NIA I PER DTH - STATUTE ER E.L. EACH ACCIDENT $ E.L. DISEASE - EA EMPLOYEE $ (Mandatory in NH) If yes, describe under E.L. DISEASE - POLICY LIMIT $ DESCRIPTION OF OPERATIONS below DESCRIPTION OF OPERATIONS I LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) Indian River County is additional insured including completed operations with respect to General Liability if required by written contract subject to terms, conditions and exclusions of the policy. Indian River County is additional insured on a primary basis with respect to Auto Liability if required by written contract subject to terms, conditions and exclusions of the policy. V 1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25 (2016/03) The ACORD name and logo are registered marks of ACORD SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN Indian River County Purchasing Division ACCORDANCE WITH THE POLICY PROVISIONS. 1800 27th Street AUTHORIZED REPRESENTATIVE Vero Beach FL 32960 '.r V 1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25 (2016/03) The ACORD name and logo are registered marks of ACORD