Loading...
HomeMy WebLinkAboutR-2020-081 Award Bid for City Hall and Community Center Roof Project to Delta Innovative Services, Inc. RESOLUTION NO. R-2020- 081 A RESOLUTION AWARDING THE BID FOR RIVERSIDE CITY HALL AND COMMUNITY CENTER ROOF PROJECT AND APPROVING THE AGREEMENT BETWEEN THE CITY AND DELTA INNOVATIVE SERVICES, INC. FOR SUCH PROJECT WHEREAS, the City issued an invitation to bid for the Riverside City Hall and Community Center Roof Project ("Project'); and WHEREAS, the City received multiples responses to its invitation to bid and the bid submitted by Delta Innovative Services, Inc. was the lowest responsive bid in the amount of $207,000.00; and WHEREAS, the Board of Aldermen finds that it is in the best interest of the City to enter into a contract with Delta Innovative Services to perform the Project. NOW THEREFORE, BE IT RESOLVED BY THE BOARD OF ALDERMEN OF THE CITY OF RIVERSIDE, MISSOURI AS FOLLOWS THAT the proposal of Delta Innovative Services for the City Hall and Community Center Roof Project in the amount of $207,000.00 is hereby accepted and approved-, and FURTHER THAT an agreement (including the Superseding Addendum) by and between the City of Riverside and Delta Innovative Services, in substantially the same form as attached hereto and incorporated herein by reference, is hereby authorized and approved, and FURTHER THAT the Mayor, the City Administrator, and other appropriate City officials are hereby authorized to take any and all actions as may be deemed necessary or convenient to carry out and comply with the intent of this Resolution and to execute and deliver for and on behalf of the City all certificates, instruments, agreements and other documents, as may be necessary or convenient to perform all matters herein authorized. PASSED AND ADOPTED by the Board of Aldermen of the City of Riverside, Missouri the i3 day of September 2020. Kathleen L. Rose, Ma or ATTEST: .6a-� Robin Kincaid, City Clerk Agreemenntt� Agreement this A day ofSea 2020 at;W,,y0-72 Sd J,E, � between the Owner and the Contractor for the following roof construction project. Project: Riverside City Hall Building and Community Center 2950 NW Vivion Road Riverside, MO 64150 Project#: 20725 Location: Riverside City Hall Building and Community Center 2950 NW Vivion Road Riverside, MO 64150 Owner: City of Riverside 2950 NW Vivion Road Riverside, MO 64150 Contractor: Consultant: Rooflink 15954 S. Mur-Len Rd.#221 Olathe, KS 66062 The contractor agrees to the following: 1. The Contract Documents A. "Contract Documents" means and consist of the following: this agreement,the bid documents including the project manual,general conditions of the contract, drawings, specifications, addenda,and any other revisions or modifications to this work provided during the bid process. 2. Knowledge of the Contract Documents A. Contractor acknowledges the prior to signing this agreement the contractor has examined the contract documents including but not limited to the Conditions of the Contract, specifications,drawings, addenda,and all pertinent information used to bid this project. Contractor accepts the documents and agrees to perform the work and functions within the document as outlined herein. Rooflink, LLC Page 1 Project Number: 20725 07/02/2020 3. Commencement of the Work A. Contractor agrees to be pre re and ready to commence work at the direction of the owner on the M5Z clay of 2020,and will have sufficient crew and materials ready to start ork on said date. Work will be substantially completed on or before the qday of 2020. A reasonable allowance will be allowed for weather or other unforeseen delays in the work. 4. Scope of Work A. Contractor agrees to furnish all labor, materials,and equipment to perform the construction of the roofing assembly specified in the contract documents for the following scope of works: Riverside City Hall Building: Remove wet insulation and replace with like materials. Remove all flashings and sheet metal and dispose per local requirements. Adhere%:" dens deck prime in 2 part UTA per manufacturer's requirements. Install 2 ply modified bituminous roof system using cold adhesive ensuring a water tight roof assembly. Flash curbs and walls using a 2 ply modified bituminous roof flashing system using cold adhesive and fasten per manufacturer's requirements. On the high wall, install W dens deck prime for a clean flashing surface. Flash with modified bituminous flashing system 18" above the finished roof surface in cold adhesive and fasten per manufacturer's requirements. Install a surface mounted counter flashing fastened 12" O.C. Flash the remaining high wall with a 60 mil PVC or 60 mil EPDM fully adhered to the substrate. Liquid flash all other penetrations and install new sheet metal components including but not limited to coping,counter flashing, scuppers,conductor heads,downspouts etc. Provide 20 year NDL manufacturers warranty. Riverside Community Center: Wet vac all loose gravel. Remove and replace patched/wet areas with like materials. Remove all flashings and sheet metal Adhere a %:" dens deck prime in 2 part UTA per manufacturers requirements. Install a 2 play modified bituminous roof system using cold adhesive ensuring a water tight roof assembly. Flash curbs and walls using a 2 ply modified bituminous roof flashing system using cold adhesive and fasten per manufacturer's requirements. On the high wall, install %"dens deck prime for a clean flashing surface. Flash with modified bituminous flashing system 18"above the finished roof surface in cold adhesive and fasten per manufacturer's requirements. Install a surface mounted counter flashing fastened 12" O.C. Flash the remaining high wall with a 60 mil PVC or 60 mil EPDM fully adhered to the substrate. Liquid flash all other penetrations and install new sheet metal components including but not limited to coping,counter flashing,scuppers, conductor heads,downspouts etc. Provide 20 year NDL manufacturer's warranty. S. Contract Sum A. Owner shall pay the contractor for the performance of work,subject to additions and subtractions by change order as provide in the conditions of the contract in the contract sum of$-O Rooflink, LLC Page 2 Project Number: 20725 07/02/2020 6. Change Orders A. It is agreed that any change order approved by the owner will be the actual cost in USD and paid to the contractor at the commencement of this roofing project by the owner. 7. Damage A. It is the contractor's responsibility to ensure that the grounds, parking lot, buildings (interior and exterior), and any other property owned by the City of Riverside at the job locations is left as it was before construction.Any damage that occurs by the contractor or their subcontractors will be repaired to the satisfaction of the owner's representative before the contractor will receive final payment. 8. Final Payment A. Final payment will be paid by the owner to the contractor no later than 45 days after final completion of the project. All work per the terms of the contract must be completed including punchlists repaired and warranty received by the owner. 9. Approval of Roofing Installation by Manufacturer and Warranty A. Contractor is responsible to ensure their chosen roofing manufacturer has seen and approves of any specifications, drawings,and other pertinent information allowing them to issue a 20 year NDL warranty without limitations or exclusions. Contractor agrees to provide the consultant and owner's representative with a system assembly letter on manufacturer's company letterhead stating that specified roof assembly and installing contractor are approved by the manufacturer and the required attachment necessary to achieve the 20 year NDL warranty. 10. Contract A. The contract is exclusive between the contractor and the owner. Any agreements the contractor has between themselves and their subcontractors is not governed by this contract and the owner has the right to refuse acceptance of any other contractor. 11. Insurance A. Prior to commencing work on the project,the contractor will present the owner a Certificate of Insurance demonstrating full compliance with insurance provisions. Contractor agrees to indemnify and hold harmless the owner, his agents,employees, from and against all claims,damages, losses and expenses, including attorney's fees, bodily injury or property damage arising out of the Contractor's work or caused by any act or omission of the Contractors work or the contractor, its agents or employees. 12. Safety A. The Contractor shall provide a safety plan to the owner and shall take all reasonable safety precautions with the respect to the work. The contractor shall comply will all safety measures required by the owner, and with all applicable laws,ordinances, rules, regulations,or orders of any public authority. 13. Lien Waivers Rooflink, LLC Page 3 Project Number: 20725 07/02/2020 A. In addition to and not limited to the provisions of the General Conditions with regard to lien waivers,when requested by the owner, contractor will promptly submit waivers of lien for partial payments made as work progresses and the final payment of sums due to contractor under this contract. Contractor, if required,shall submit evidence satisfactory to the owner that all payrolls, bills for materials and equipment,and all known indebtedness connected with the contractor's work has been satisfied. Lien waivers shall address all billings submitted prior to that with which the waiver is being submitted. 14. Arbitration A. At the owner's option,all claims, disputes,and other matters arising out of or relating to this contract or breach of it shall be decided by arbitration. The arbitration shall be conducted in accordance with the Construction Industry Arbitration Rules of the American Arbitration Association utilizing one arbiter selected by the owner in the city closest to the work. The award of the arbitrators ruling shall be final and the judgement may be entered in accordance with applicable law in any court having jurisdiction of the party or parties against whom a resulting award is to be entered in judgement. 15. Documents of Inclusion A. The parts of the contract which constitute the entire agreement between the Owner and Contractor include but are not limited to due to amendments, modifications, and revisions issued after the execution of this agreement include:This agreement,the project manual including the general conditions drawings, specifications,all addenda, and any other written documents that originate during the prebid phase of this project. This agreement is binding between the Owner and Contractor as stated above, no other representation oral or written supersede this document.This agreement may only be amended if agreed, in writing, by both the owner and contractor. This agreement will be considered executed once signed per the day, month, and year at the top of the agreement. Owner: Contractor: it Title Date: �� ,ZO (� Date: Of�//20t4 Rooflink, LLC Page 4 SUPERSEDING ADDENDUM 1. This superseding addendum is made and entered this dayof ., 2020, by and between City of Riverside, Missouri ("County") and Delta Innova ive Services, Inc. ("Contractor"). 2. This superseding addendum form is hereby made a part of the Agreement("Agreement") by and between the parties, modifying and superseding where it is inconsistent. All other conditions of the Agreement remain unchanged. 3. INSURANCE A. Contractor shall, at all times during the performance of any of the Work, maintain not less than the following insurance coverage's and amounts: 1. COMMERCIAL GENERAL LIABILITY - Contractor shall provide coverage for Contractor, City, its employees, officers, and agents, against claims for damage to property and/or illness of,injury to,or death of any person or persons related to or arising out of the Work. Such coverage shall name the City, together with its employees and officers, as an additional insured and have not less than the following limits: a. Each occurrence $2,000,000.00 b. General aggregate$3,000,000.00 c. Products/completed operations aggregate $3,000,000.00 d. The following coverage shall be included: • Blanket contractual liability • Products/completed operations • Personal/advertising injury • Broad form property damage • Independent contractors • Explosion, Collapse, and Underground Damage 2. AUTOMOBILE LIABILITY - Contractor shall provide coverage for Contractor, City, its employees, officers, and agents, and any architects, engineers,or other design professionals engaged by or on behalf of City against claims for bodily injury and/or property damage arising out of the ownership or use of any owned,hired,and/or non-owned vehicle and shall include protection for any auto, or all owned autos, hired autos, and non-owned autos. The coverage shall have not less than a combined single limit of$1,000,000.00 for each accident. 3. WORKERS' COMPENSATION AND EMPLOYER'S LIABILITY - This insurance shall protect Contractor against all claims under applicable state workers' compensation laws. Contractor also shall be protected through employer's liability coverage against claims for injury, disease, or death of employees which, for any reason, may not fall within the provisions of a workers' compensation law. The limits shall not be less than the following: a. Workers' Compensation Statutory b. Employer's Liability: • Bodily injury by accident $1,000,000.00 • Bodily injury by disease $500,000.00 each employee B. All insurance shall be written by an insurer or insurers acceptable to City and with a minimum financial rating not lower than "A-" in Best's Insurance Guide, latest edition. All insurance shall be written on an occurrence basis, and all aggregate limits shall apply in total to the Work only. Each policy providing general liability coverage or automobile liability coverage (including any umbrella or excess policy that provides any required general or automobile liability coverage) shall provide contractual liability coverage for all indemnity obligations of Contractor under the Contract Documents. Each policy providing general liability or automobile liability coverage (including any umbrella or excess policy that provides any required general or automobile liability coverage) shall, in form satisfactory to City, (1) name as additional insured's City, its employees, officers, and agents, and (2) provide that it is primary to any other insurance maintained by any additional insured, which other insurance shall be excess or contingent. The insurance provided to the additional insured's shall apply, without limitation,to injury or damage caused by work included in the products/completed operations hazard. C. Contractor shall maintain the products and completed operations coverage for not less than one(1)years after the date of final acceptance by City of all of Contractor's Work. D. Contractor shall obtain property insurance upon the entire Work for the full cost of replacement at the time of loss. This insurance shall list as named insured's City, Contractor, subcontractors, and suppliers. This insurance shall be written as a Builder's Risk/Installation Floater "all risk" or equivalent form to cover all risks of physical loss except those specifically excluded by the policy and shall insure at least against the perils of fire, lightning,explosion,wind storm, hail, smoke, aircraft and vehicles, riot and civil commotion, theft, vandalism, malicious mischief, debris removal, flood, earthquake, earth movement, water damage, wind, testing, and collapse. This insurance shall, without limitation, insure portions of the Work stored on or off the Project site or in transit, when at the risk of City, Contractor, or a Subcontractor or supplier. Contractor shall be solely responsible for any deductible amounts. This insurance shall remain in effect until final payment has been made to Contractor or until no person or entity other than City has an insurable interest in the property to be covered by this insurance, whichever is sooner. City and Contractor waive all rights against each other and their respective employees, agents, contractors, subcontractors, and suppliers for damages caused by risks covered by the property insurance provided for in this Paragraph, except such rights as they may have to the proceeds of the insurance. E. All policies and certificates of insurance shall provide no less than thirty (30) days' prior written notice to City in the event of cancellation, expiration, non-renewal, alteration, or reduction (including but not limited to reduction by paid claims) of coverage or limits contained in the policy or evidenced by the certificate of insurance. Contractor shall furnish City a certificate or certificates and copies of policies, all satisfactory to City, evidencing that Contractor has all the required insurance and is in compliance with this Article. The certificate or certificates and copies of policies shall be delivered to City's designated representative not less than seven(7)days before Contractor first performs any of the Work. All policies except Workers' Compensation and Employer's Liability shall contain a waiver of subrogation in favor of City,its employees,officers, and agents, and architects, engineers, or other design professionals engaged by or on behalf of City. F. Contractor also shall maintain any additional insurance coverages and any higher limits provided for elsewhere in the Contract Documents and shall furnish City any additional insurance documentation provided for elsewhere in the Contract Documents. G. If any part of the Work is subcontracted, each Subcontractor,or Contractor on behalf of the Subcontractor, shall maintain liability and worker's compensation insurance coverages and amounts satisfying all the requirements of this Article. Certificates and copies of policies, satisfactory to City, evidencing the required insurance and compliance with this Article shall be delivered to City's designated representative not less than seven(7)days before the Subcontractor first performs any of the Work. 4. INDEMNITY A. Contractor shall defend, indemnify, and hold harmless City, its employees, officers, and agents, and any architects, engineers, or other design professionals engaged by or on behalf of City, from and against claims, damages, losses, and expenses, including but not limited to attorney's fees, arising out of or resulting from the performance of the Work, provided that such claim, damage, loss,or expenses is attributable to bodily injury, sickness, disease, or death or to injury to or destruction of tangible property (other than the Work itself), but only to the extent caused or allegedly caused by the negligent or willful acts or omissions of Contractor, a Subcontractor or supplier, or anyone directly or indirectly employed by them, or anyone for whose acts they may be liable,regardless of whether such claim,damage, loss, or expense is caused in part by a party indemnified hereunder. This obligation is not intended to, and shall not, negate, abridge, or reduce other rights or obligations of indemnity that would otherwise exist as to a party or person as set forth in this Agreement. B. In claims against any person or entity indemnified herein by an employee of Contractor, a Subcontractor or supplier, or anyone directly or indirectly employed by them or for whose acts they may be liable,the indemnification obligation shall not be limited by a limitation on the amount or type of damages, compensation, or benefits payable by or for Contractor or a Subcontractor or supplier under workers' compensation acts, disability benefit acts, or other employee benefit acts. 5. DEFAULT AND TERMINATION A. If Contractor fails to comply, becomes unable to comply, or with reasonable probability(as determined solely by City)will become unable to comply with any of Contractor's obligations under the Contract Documents, including but not limited to (1) failure at any time to furnish sufficient labor or supervision, sufficient materials or services (including but not limited to insurance and bonds) complying with the Contract Documents, or sufficient or properly operating tools, equipment, or other items necessary for the performance of the Work, (2) failure in any respect to prosecute the Work with promptness and diligence, (3) causing any stoppage of, delay in, or interference with any work of City or any others on the Project, (4) abandonment by Contractor of all or any part of the Work, or(5) bankruptcy, insolvency or general assignment for the benefit of creditors by Contractor, Contractor shall be in default, and if the default is not corrected to City's satisfaction within seventy-two (72) hours of delivery of a written notice to Contractor to correct such default, City may, in addition to any other right or remedy City may have, terminate the services of the Contractor and take possession of the project and of all materials, equipment, tools, construction equipment and machinery thereon owned by the Contractor and finish the work by whatever method the City may deem expedient to correct the default, at Contractor's expense. In such case the Contractor shall not be entitled to receive any further payment until the Work is finished. If such costs exceed the unpaid balance due to Contractor,the Contractor will pay the difference to the City. B. If City exercises its right to take over and complete any part or all of the Work,City and its designees shall have access to and may take possession of Contractor's materials, tools, equipment, and other items at the Project site, en route to the site, or in storage or being manufactured or fabricated away from the site, as may be necessary to prosecute the Work taken over by City, and may employ Contractor's employees or former employees. C. Contractor shall be liable for and shall pay to City all costs and expenses of whatsoever nature incurred by City as a result of any default by Contractor, including but not limited to the cost of labor, supervision, materials, tools, equipment, services, overhead, travel, and legal and accounting fees. Contractor also shall be liable for and shall pay to City all charges, liabilities, fines, penalties, losses, damages, and claims sustained by or assessed against City as a result of any delay or disruption resulting from any default by Contractor. The total amount of such costs, expenses, charges, liabilities, fines, penalties, losses, damages, and claims may be deducted by City from the amount,if any,otherwise due Contractor,and Contractor shall pay City the full amount of any excess of such total over the amount otherwise due Contractor. D. No right or remedy conferred upon or reserved to City by the Contract Documents is exclusive of any other right or remedy provided or permitted in the Contract Documents or by law or equity, but each right or remedy is cumulative of every other right or remedy, and every right or remedy may be enforced concurrently or from time to time. No exercise by City of any right or remedy shall relieve Contractor from full and absolute responsibility for all of Contractor's obligations under the Contract Documents. E. No failure or delay of City to give notice to correct any default of Contractor or to exercise any of City's rights or remedies shall waive or excuse the default, and City shall remain free to pursue all rights and remedies. No failure of City to insist, in any one or more instances, upon the performance of any of Contractor's obligations under the Contract Documents shall be deemed or construed as a waiver or relinquishment of City's right to insist upon strict performance of the obligation in any future instance. F. If through no act or fault of the Contractor, the Work is suspended for a period of more than ninety(90) days by the City or under an order of court or other public authority, or the City fails to act on any request for payment within thirty(30)days after it is submitted,or the City fails to pay the Contractor substantially the sum approved by the Project Manager, then the Contractor may after ten (10) days from delivery of written notice to the City terminate the Agreement and recover from the City payment for all work executed. G. The City, without terminating the service of the Contractor or written notice to the Surety,may withhold,without prejudice to the rights of the City under the terms of the Agreement, or on account of subsequently discovered evidence, nullify the whole or part of any approved partial payment estimate to such extent as may be necessary to protect the City from loss on account of(1) defective work not remedied, (2) claims filed or reasonable evidence indicating probably filing of claims, (3) failure of Contractor to make payments property to Subcontractors or for material or labor, (4) a reasonable doubt that the Work can be completed for the balance then unpaid, (5) damages to another contractor, or (6) performance of work in violation of the terms of the Contract Documents. 6. TERMINATION FOR CONVENIENCE Notwithstanding anything contained herein to the contrary, City may, at any time, for any reason,and without Contractor's being in default, terminate Contractor's performance of any part or all of the Work for City's own convenience by giving written notice to Contractor. Upon receipt of notice of termination for City's convenience, Contractor shall, to the extent directed by City, stop work and turn over to City or City's designee materials and equipment purchased for the Work. City shall pay Contractor, in accordance with the Contract Documents, for only so much of the Work as is actually performed as of the termination for convenience.City shall not be obligated to Contractor for any further payment, including but not limited to prospective overhead or profit on unperformed work. If a termination by City of Contractor's right to proceed on the ground of default by Contractor is determined later to have been improper, the termination automatically shall be converted to a termination for City's convenience, and City's obligation to Contractor shall be limited to payment to Contractor as provided in this Article. 7. COMPLIANCE WITH LAWS A. Contractor shall comply with all federal, state, and local laws, ordinances, rules, regulations, orders, and the like applicable to the Work. Contractor shall secure all permits from public and private sources necessary for the fulfillment of Contractor's obligations under the Contract Documents. B. This Agreement shall be governed by and construed in accordance with the laws of the State of Missouri. 8. LABOR STANDARDS Not less than the prevailing hourly rate of wages established by the Missouri Department of Labor and Industrial Relations Division of Labor Standards, as set out in the wage order and made a part of,shall be paid to all workers performing work under the Agreement. An Affidavit of Compliance with the Prevailing Wage Law shall be completed by Contractor and every Subcontractor employed on the Project prior to final payment. The Contractor will forfeit a penalty to the City of$100 per day (or portion of a day) for each worker that is paid less than the prevailing rate for any work done under the contract by the Contractor or by any Subcontractor. 9. SAFETY A. Contractor shall be responsible for initiating, maintaining, and supervising all safety precautions and programs in connection with performance of the Work and shall take reasonable precautions for the safety of, and shall provide reasonable protection to prevent damage, injury, or loss to (1)employees and other persons at the Project site or who may be affected by the Work, (2) materials and equipment stored at on-site or off-site locations for use in performance of the Work, and(3) other property at the Project site or in its vicinity, such as trees, shrubs, lawns, walks, pavements, roadways, structures, and utilities not designated for removal,relocation, or replacement in the course of construction. B. Contractor shall give notices required by and comply strictly with applicable laws, ordinances, rules,regulations, orders, and the like bearing on safety of persons or property or their protection from damage, injury, or loss. The Contractor will erect and maintain, as required by the conditions and progress of the work, all necessary safeguards for safety and protections. The Contractor will notify owners of adjacent utilities when prosecution of the Work may affect them. The Contractor will remedy all damage, injury or loss to any property caused directly or indirectly, in whole or part, by the Contractor, any Subcontractor or anyone directly or indirectly employed by any of them or anyone whose acts any of them may be liable. C. The Contractor shall exercise proper precaution at all times for the protection of persons and property and shall be responsible for all damages to persons or property, either on or off the site,which occur as a result of his prosecution of the work. The safety provisions of applicable laws and building and construction codes shall be observed and the Contractor shall take or cause to be taken, such additional safety and health measures as the City may determine to be reasonably necessary. D. Contractor shall provide a ten(10)hour Occupational Safety and Health Administration("OSHA") construction safety program for all employees who will be on-site at the project. The construction safety program shall include a course in construction safety and health that is approved by OSHA or a similar program approved by the Missouri Department of Labor and Industrial Relations that is at least as stringent as an approved OSHA program as required by Section 292.675 RSMo. E. Contractor shall forfeit to the City as a penalty two thousand five hundred dollars ($2,500.00),plus one hundred dollars($100.00) for each on-site employee employed by Contractor or its Subcontractor, for each calendar day,or portion thereof, such on-site employee is employed without the construction safety training required herein. The penalty described in this Paragraph shall not begin to accrue until the time periods herein have elapsed. Violations of this requirement and imposition of the penalty described in this Paragraph shall be investigated and determined by the Missouri Department of Labor and Industrial Relations. F. If City deems any part of the Work or the Project site unsafe, City, without assuming responsibility for Contractor's safety program, may require Contractor to stop performance of the Work or take corrective measures satisfactory to City, or both. If Contractor does not adopt corrective measures, City may perform them or have them performed and deduct their cost from the Contract Amount. Contractor shall make no claim for damages, for an increase in the Contract Amount, or for a change in the time for performance of the Work based on Contractor's compliance with City's reasonable request. 10. PAYMENT BOND Simultaneously with delivery of the executed contract,the Contractor shall furnish a payment bond for the payment of all persons performing labor on the project under this contract and furnishing materials in connection with this contract. The Bond furnished by bidder shall contain the requirements and conditions set forth in and shall comply in all respects with Section 107.170 RSMo and other applicable legal requirements. The surety on such bond or bonds shall be a duly authorized surety company satisfactory to the City and shall have a rating of at least"A-" from Best's in an amount equal to one hundred percent(100%) of the contract price that does not include the cost of operation, maintenance and money. Attorneys-in-fact who sign contract bonds must file with each bond a certified and effectively dated copy of their power of attorney. Agreed and accepted: Delta Innovative Services, Inc.: City o Riverside Missouri: Name: Name: ,61 rte LEUJ L. RD 5 G Title: Cpsye rq4c SeGreh Title: Date: •tr/�20=O Date: �� Document A312 TM - 2010 Conforms with The American Institute of Architects AIA Document 312 Bond Number: 54-235192 Performance Bond CONTRACTOR: SURETY: (Naine,legal status and address) (Nasse,legal stains and principal place of business) Delta Innovative Services, Inc. United Fire&Casualty Company 4141 Fairbanks Ave. PO Box 73909 Kansas City, KS 66106 Cedar Rapids, IA 52407 3909 This document has important legal consequences.Consultation with Mailing Address for Notices an attorney is encouraged with respect to its completion or modification. OWNER: Any singular reference to (Nasse,legal status and address) Contractor,Surety,Owner or City of Riverside,MO other party shall be considered 2950 NW Vivion Road plural where applicable. Riverside, MO 64150 CONSTRUCTION CONTRACT Date:September 1,2020 Amount: Two Hundred Seven Thousand&00/100($207,000.00) Description: Riverside City Hall Building and Community Center, 2950 NW Vivion Road, Riverside, MO 64150 (1vanze and location) BOND Date:September 10,2020 (Not earlier than Constrstction Contract Date) Amount: Two Hundred Seven Thousand&00/100($207,000.00) Modifications to this Bond: x None ❑ Sec Section 16 CONTRACTOR AS PRINCIPAL SURETY Company: (Corporate Seal) Company: (Corporate Seal) Delta Innovative Services, Inc. United Fire&Casualty Company Signature. Signature: �J Name 6►nti 1-OGf Name Vickie J. Nickel,Attorney-in-Fact and"Title: /a(1G S/ c[.e'1'1 and Title: (Any additional signatures appear on the last page of this Poifonnance Bond.) (FOR INFORiVATION ONL 1'—Nasne,address and telephone) AGENT or BROKER: OWNER'S REPRESENTATIVE: Cornerstone Companies (Architect,Engineer or other party:) Rooflink 4400 College Blvd, Suite 350 15954 S. Mur-Len Rd.#221 Overland Park, KS 66211 Olathe, KS 66062 S-1852/AS 8/10 §1 The Contractor and Surety,jointly and severally,bind themselves,their heirs,executors,administrators,successors and assigns to the Owner for the performance of the Construction Contract,which is incorporated herein by reference. §2 If the Contractor performs the Construction Contract,the Surety and the Contractor shall have no obligation under this Bond,except when applicable to participate in a conference as provided in Section 3. §3 If there is no Owner Default under the Construction Contract,the Surety's obligation under this Bond shall arise after .1 the Owner first provides notice to the Contractor and the Surety that the Owner is considering declaring a Contractor Default.Such notice shall indicate whether the Owner is requesting a conference among the Owner,Contractor and Surety to discuss the Contractor's performance.If the Owner docs not request a conference,the Surety may,within five(5)business days after receipt of the Owner's notice,request such a conference.If the Surety timely requests a conference,the Owner shall attend.Unless the Owner agrees otherwise,any conference requested under this Section 3.1 shall be held within ten(10)business days of the Surety's receipt of the Owner's notice.If the Owner,the Contractor and the Surety agree,the Contractor shall be allowed a reasonable time to perform the Construction Contract,but such an agreement shall not waive the Owner's right,if any,subsequently to declare a Contractor Default; .2 the Owner declares a Contractor Default,terminates the Construction Contract and notifies the Surety;and .3 the Owner has agreed to pay the Balance of the Contract Price in accordance with the terns of the Construction Contract to the Surety or to a contractor selected to perform the Construction Contract. §4 Failure on the part of the Owner to comply with the notice requirement in Section 3.1 shall not constitute a failure to comply with a condition precedent to the Surety's obligations,or release the Surety from its obligations,except to the extent the Surety demonstrates actual prejudice. §5 When the Owner has satisfied the conditions of Section 3,the Surety shall promptly and at the Surety's expense take one of the following actions: §5.1 Arrange for the Contractor,with the consent of the Owner,to perform and complete the Construction Contract; §5.2 Undertake to perform and complete the Construction Contract itself,through its agents or independent contractors; §6.3 Obtain bids or negotiated proposals from qualified contractors acceptable to the Owner for a contract for performance and completion of the Construction Contract,arrange for a contract to be prepared for execution by the Owner and a contractor selected with the Owner's concurrence,to be secured with performance and payment bonds executed by a qualified surety equivalent to the bonds issued on the Construction Contract,and pay to the Owner the amount of damages as described in Section 7 in excess of the Balance of die Contract Price incurred by the Owner as a result of the Contractor Default;or §5.4 Waive its tight to perform and complete,arrange for completion,or obtain a new contractor and with reasonable promptness under the circumstances: .1 After investigation,determine the amount for which it may be liable to the Owner and,as soon as practicable after the amount is determined,make payment to the Owner;or .2 Deny liability in whole or in part and notify the Owner,citing the reasons for denial. §6 If the Surety does not proceed as provided in Section 5 with reasonable promptness,the Surety shall be deemed to be in default on this Bond seven days after receipt of an additional written notice from the Owner to the Surety demanding that the Surety perform its obligations under this Bond,and the Owner shall be entitled to enforce any remedy available to the Owner.If the Surety proceeds as provided in Section 5.4,and the Owner refuses the payment or the Surety has denied liability,in whole or in part,without further notice the Owner shall be entitled to enforce any remedy available to the Owner. S-1852/AS 8/10 §7 If the Surety elects to act under Section 5.1,5.2 or 5,3,then the responsibilities of the Surety to the Owner shall not be greater than those of the Contractor under the Construction Contract,and the responsibilities of the Owner to the Surety shall not be greater than those of the Owner under the Construction Contract.Subject to the commitment by the Owner to pay the Balance of the Contract Price,the Surety is obligated,without duplication,for .1 the responsibilities of the Contractor for correction of defective work and completion of the Construction Contract; .2 additional legal,design professional and delay costs resulting from the Contractor's Default,and resulting from the actions or failure to act of the Surety under Section 5;and .3 liquidated damages,or if no liquidated damages are specified in the Construction Contract,actual damages caused by delayed performance or non-performance of the Contractor. §8 I the Surety elects to act under Section 5.1,5.3 or 5 4,the Surety s liability is limited to the amount of this Bond. §9 The Surety shall not be liable to the Owner or others for obligations of the Contractor that are unrelated to the Construction Contract,and the Balance of the Contract Price shall not be reduced or set off on account of any such unrelated obligations.No right of action shall accrue on this Bond to any person or entity other than the Owner or its heirs,executors,administrators,successors and assigns. §10 The Surety hereby waives notice of any change,including changes of time,to the Construction Contract or to related subcontracts,purchase orders and other obligations. §11 Any proceeding,legal or equitable,under this Bond may be instituted in any court of competent jurisdiction in the location in which the work or part of the work is located and shall be instituted within two years after a declaration of Contractor Default or within two years after the Contractor ceased working or within two years after the Surety refuses or fails to perform its obligations under this Bond,whichever occurs first.If the provisions of this Paragraph are void or prohibited by law,the minimum period of limitation available to sureties as a defense in the jurisdiction of the suit shall be applicable. §12 Notice to the Surety,the Owner or the Contractor shall be mailed or delivered to the address shown on the page on which their signature appears. §13 When this Bond has been famished to comply with a statutory or other legal requirement in the location where the construction was to be performed,any provision in this Bond conflicting with said statutory or legal requirement shall be deemed deleted hererrom and provisions conforming to such statutory or other legal requirement shall be deemed incorporated herein.When so furnished,the intent is that this Bond shall be construed as a statutory bond and not as a common la%v bond. §14 Definitions §14.1 Balance of the Contract Price.The total amount payable by the Owner to the Contractor under the Construction Contract after all proper adjustments have been made,including allowance to the Contractor of any amounts received or to be received by the Owner in settlement of insurance or other claims for damages to which the Contractor is entitled,reduced by all valid and proper payments made to or on behalf of the Contractor under the Construction Contract. §14.2 Construction Contract.The agreement between the Owner and Contractor identified on the cover page,including all Contract Documents and changes made to the agreement and the Contract Documents. §14.3 Contractor Default.Failure of the Contractor,which has not been remedied or waived,to perform or otherwise to comply with a material term of the Construction Contract. §14.4 Owner Default.Failure of the Owner,which has not been remedied or waived,to pay the Contractor as required under the Construction Contract or to perform and complete or comply with the other material terms of the Construction Contract. §14.5 Contract Documents.All the documents that comprise the agreement between the Owner and Contractor. §15 1 f this Bond is issued for an agreement between a Contractor and subcontractor,the term Contractor in this Bond shall be deemed to be Subcontractor and the term Owner shall be deemed to be Contractor. S-1852/AS 8110 §IS Modifications to this bond are as follows: (Space is provided below for additional signatrtres of added parties,other than those appearing on the cover page.) CONTRACTOR AS PRINCIPAL SURETY Company: (Corporate Seal) Company: (Corporate Seal) Signature: Signature: Name and Title: Name and Tide: Address Address S-18521AS 8110 x UNITED FIRE&CASUALTY COMPANY,CEDAR RAPIDS,IA Inquiries: Surety Department UNITED FIRE&INDEMNITY COMPANY,WEBSTER,TX 118 Second Ave SE FINANCIAL PACIFIC INSURANCE COMPANY,ROCKLIN,CA Cedar Rapids,IA 52401 Uf9 . INSURANCE CERTIFIED COPY OF POWER OF ATTORNEY (original on file at Home Office of Company-See Certification) KNOW ALL PERSONS BY THESE PRESENTS,That United Fire&Casualty Company,a corporation duly organized and existing under the laws of the State of Iowa; United Fire & Indemnity Company, a corporation duly organized and existing under the laws of the State of Texas; and Financial Pack Insurance Company,a corporation duly organized and existing under the laws of the State of California(herein collectively called the Companies),and having their corporate headquarters in Cedar Rapids,State of Iowa,does make,constitute and appoint VICKIE J. NICKEL, LISA A. SUMMERS, KARI E. HOHN, SHAWN BYRNE, DAVID H. PARKHURST, MEGAN L. BURNS— HASTY, EACH INDIVIDUALLY their true and lawful Attomey(s)-in-Fact with power and authority hereby conferred to sign, seal and execute in its behalf all lawful bonds, undertakings and other obligatory instruments of similar nature provided that no single obligation shall exceed $40,000,000.00 and to bind the Companies thereby as fully and to the same extent as if such instruments were signed by the duly authorized officers of the Companies and all of the acts of said Attorney,pursuant to the authority hereby given and hereby rated and confirmed. The Authority hereby granted is continuous and shall remain in full force and effect until revoked by United Fire&Casualty Company, United Fire& Indemnity Company,and Financial Pack Insurance Company. This Power of Attorney is made and executed pursuant to and by authority of the following bylaw duly adopted on May 15,2013,by the Boards of Directors of United Fire&Casualty Company,United Fire&Indemnity Company,and Financial Pacific Insurance Company. "Article VI—Surety Bonds and Undertakings" Section 2, Appointment of Attomey-in-Fact. "The President or any Vice President,or any other officer of the Companies may, from time to time, appoint by written certificates attomeys-in-fact to act in behalf of the Companies in the execution of policies of insurance,bonds,undertaldngs and other obligatory instruments of like nature. The signature of any officer authorized hereby,and the Corporate seal,may be affixed by facsimile to any power of attorney or special power of attorney or certification of either authorized hereby; such signature and seal,when so used,being adopted by the Companies as the original signature of such officer and the original seal of the Companies,to be valid and binding upon the Companies with the same force and effect as though manually affixed. Such attomeys-in-fact,subject to the limitations set of forth in their respective certificates of authority shall have full power to bind the Companies by their signature and execution of any such instruments and to attach the seal the Companies thereto. The President or any Vice President,the Board of Directors or any other officer of the Companies may at any time revoke all power and authority previously given to any attomey-in-fact. IN WITNESS WHEREOF,the COMPANIES have each caused these presents to be signed by its \\\,,,1111IIIII,, \\1111111111///, ,1111111111/I,,,,,,, ice president and its corporate seal to be hereto affixed this 10th day of November, 2017 g CORPORATE �L SW CORPORATE UNITED FIRE&CASUALTY COMPANY P SEAL L •.,O 1966 \!:_` UNITED FIRE&INDEMNITY COMPANY ••Z�.FOPN• FINANCIAL�I,,Q/1R11A1PID9 � I,�STEiH1TES \\ ,O PACIFIC INSURANCE COMPANY 11nfill By: �GI State of Iowa,County of Linn,ss: Vice President On 10th day of November 2017, before me personally came Dennis J. Richmann to me known,who being by me duly sworn,did depose and say;that he resides in Cedar Rapids,State of Iowa;that he is a Vice President of United Fire & Casualty Company, a Vice President of United Fire & Indemnity Company, and a Vice President of Financial Pacific Insurance Company the corporations described in and which executed the above instrument; that he knows the seal of said corporations; that the seal affixed to the said instrument is such corporate seal;that it was so affixed pursuant to authority given by the Board of Directors of said corporations and that he signed his name thereto pursuant to like authority,and acknowledges same to be the act and deed of said corporations. �pti�e s Judith A.Jones Iowa Notarial Seal • Commission number 173041 Notary Public ow► My Commission Expires 4232021 My commission expires:4/23/2021 I, Mary A.Bertsch,Assistant Secretary of United Fire&Casualty Company and Assistant Secretary of United Fire&Indemnity Company,and Assistant Secretary of Financial Pacific Insurance Company,do hereby certify that I have compared the foregoing copy of the Power of Attorney and affidavit, and the copy of the Section of the bylaws and resolutions of said Corporations as set forth in said Power of Attorney,with the ORIGINALS ON FILE IN THE HOME OFFICE OF SAID CORPORATIONS,and that the same are correct transcripts thereof,and of the whole of the said originals, and that the said Power of Attorney has not been revoked and is now in full force and effect. In testimony whereof I have In rjed m name and affixed the corporate seal of the said Corporations this day of J t I' 1 U 2020 20 `�t ��•`dQl,.Gp C CORPORATE Z =.W CORPORATE g Z 2 DULY 2� �::•O y C SEAL � SEAL 82 Assistant Secretary, i/1n110 IIlig11111n14U.\````` OF&C&OF&I&FPIC BPOA0049 1217 This paper has a colored background and void pantograph. Document A312 TM - 2010 Bond Number: 54-235192 Conforms with The American Institute of Architects AIA Document 312 Payment Bond CONTRACTOR: SURETY: n'ame,legal status and address) (Nance,legal status and principal place of business) Delta Innovative Services, Inc. United Fire&Casualty Company 4141 Fairbanks Ave. PO Box 73909 Kansas City, KS 66106 Cedar Rapids, IA 52407 3909 This document has important legal consequences.Consultation with Mailing Address for Notices an attorney is encouraged with respect to its completion or modification. OWNER: Any singular reference to (A'ame,legal status and address) Contractor,Surety,Owner or City of Riverside, MO other party shall be considered 2950 NW Vivion Road plural where applicable. Riverside, MO 64150 CONSTRUCTION CONTRACT Date: September 1, 2020 Amount: Two Hundred Seven Thousand&00/100($207,000.00) Description: Riverside City Hall Building and Community Center, 2950 NW Vivion Road, Riverside, MO 64150 (Nance and location) BOND Date: September 10,2020 (Not earlier than Construction Contract Date) Amount: Two Hundred Seven Thousand&00/100($207,000.00) Modifications to this Bond: Q None n See Section 18 CONTRACTOR AS PRINCIPAL SURETY Company: (Corporate Seal) Company, (Corporate Seal) Delta Innovative Servic , Inc. United Fire&Casualty Company Signature: Signature: Namch tn� ` , 1 O� Name Vickie J. Nickel,Kt -in-Fact and Title: Py-,e sl d�1 -} and Title: (Any additional signatures appear on the last page of this Payment Bond.) (FOR INFORMATION ONLY—A'ante,address and telephone) AGENT or BROKER: OWNER'S REPRESENTATIVE: Cornerstone Companies (Architect,Engineer orotherparty.) Rooflink 4400 College Blvd, Suite 350 15954 S. Mur-Len Rd.#221 Overland Park, KS 66211 Olathe. KS 66062 S-2149/AS 8110 §I The Contractor and Surety,jointly and severally,bind themselves,their heirs,executors,administrators,successors and assigns to the Owner to pay for labor,materials and equipment furnished for use in the performance of the Construction Contract,which is incorporated herein by reference, subject to the following terms. §2 If the Contractor promptly makes payment of all sums due to Claimants,and defends,indemnifies and holds harmless the Owner from claims, demands,liens or suits by any person or entity seeking payment for labor,materials or equipment furnished for use in the performance of the Construction Contract,then the Surety and the Contractor shall have no obligation under this Bond. §3 If there is no Owner Default under the Construction Contract,the Surety's obligation to the Owner under this Bond shall arise after the Owner has promptly notified the Contractor and the Surety(at the address described in Section 13)of claims,demands,liens or suits against the Owner or the Owner's property by any person or entity seeking payment for Iabor,materials or equipment furnished for use in the performance of the Construction Contract and tendered defense of such claims,demands,liens or suits to the Contractor and the Surety. §4 When the Owner has satisfied the conditions in Section 3,the Surety shall promptly and at the Surety's expense defend,indemnify and hold harmless the Owner against a duly tendered claim,demand,lien or suit. §5 The Surety's obligations to a Claimant under this Bond shall arise after the following: §5.1 Claimants,who do not have a direct contract with the Contractor, .1 have fumished a written notice of non-payment to the Contractor,stating with substantial accuracy the amount claimed and the name of the party to whom the materials were,or equipment was,furnished or supplied or for whom the labor was done or performed,within ninety(90)days after having last performed labor or last frunished materials or equipment included in the Claim; and .2 have sent a Claim to the Surety(at the address described in Section 13). §5.2 Claimants,who are employed by or have a direct contract with the Contractor,have sent a Claim to the Surety(at the address described in Section 13). §6 If a notice of non-payment required by Section 5.1.1 is given by the Owner to the Contractor,that is sufficient to satisfy a Claimant's obligation to furnish a written notice of non-payment under Section 5.1.1. §7 When a Claimant has satisfied the conditions of Sections 5.1 or 5.2,whichever is applicable,the Surety shall promptly and at the Surety's expense take the following actions: §7.1 Send an answer to the Claimant,with a copy to the Owner,within sixty(60)clays after receipt of the Claim,stating the amounts that are undisputed and the basis for challenging any amounts that are disputed;and §7.2 Pay or arrange for payment of any undisputed amounts. §7.3 The Surety's failure to discharge its obligations under Section 7.1 or Section 7.2 shall not be deemed to constitute a waiver of defenses the Surety or Contractor may have or acquire as to a Claim,except as to undisputed amounts for which the Surety and Claimant have reached agreement. If,however,the Surety fails to discharge its obligations under Section 7.1 or Section 7.2,the Surety shall indemnify the Claimant for the reasonable attorney's fees the Claimant incurs thereafter to recover any sums found to be due and owing to the Claimant. §8.The Surety's total obligation shall not exceed the amount of this Bond,plus the amount of reasonable attorney's fees provided under Section 7.3, and the amount of this Bond shall be credited for any payments made in good faith by the Surety. §9 Amounts owed by the Owner to the Contractor under the Construction Contract shall be used for the performance of the Construction Contract and to satisfy claims,if any,under any construction performance bond.By the Contractor furnishing and the Owner accepting this Bond,they agree that all funds earned by the Contractor in the performance of the Construction Contract are dedicated to satisfy obligations of the Contractor and Surety under this Bond,subject to the Owner's priority to use the funds for the completion of the work. . S-2149/AS 8110 §10 The Surety shall not be liable to the Owner,Claimants or others for obligations of the Contractor that are unrelated to the Construction Contract. The Owner shall not be liable for the payment of any costs or expenses of any Claimant under this Bond,and shall have under this Bond no obligation to make payments to,or give notice on behalf of,Claimants or otherwise have any obligations to Claimants under this Bond. §11 The Surely hereby waives notice of any change,including changes of time,to the Construction Contract or to related subcontracts,purchase orders and other obligations. §12 No suit or action shall be commenced by a Claimant under this Bond other than in a court of competent jurisdiction in the state in which the project that is the subject of the Construction Contract is located or after the expiration of one year from the date(1)on which the Claimant sent a Claim to the Surety pursuant to Section 5.1.2 or 5.2,or(2)on which the last labor or service was performed by anyone or the last materials or equipment were furnished by anyone under the Construction Contract,whichever of(1)or(2)first occurs.If the provisions of this Paragraph are void or prohibited by law,the minimum period of limitation available to sureties as a defense in the jurisdiction of the suit shall be applicable. §13 Notice and Claims to the Surety,the Owner or the Contractor shall be mailed or delivered to the address shown on the page on which their signature appears.Actual receipt of notice or Claims,however accomplished,shall be sufficient compliance as of the date received. §14 When this Bond has been fumishcd to comply with a statutory or other legal requirement in the location where the construction was to be performed,any provision in this Bond conflicting with said statutory or legal requirement shall be deemed deleted herefrom and provisions conforming to such statutory or other legal requirement shall be deemed incorporated herein.When so furnished,the intent is that this Bond shall be construed as a statutory bond and not as a common law bond. §15 Upon request by any person or entity appearing to be a potential beneficiary of this Bond,the Contractor and Owner shall promptly furnish a copy of this Bond or shall permit a copy to be made. §16 Definitions §16.1 Claim.A written statement by the Claimant including at a minimum: .1 the name of the Claimant; .2 the name of the person for whom the laborwas done,or materials or equipment furnished; .3 a copy of the agreement or purchase order pursuant to which labor,materials or equipment was furnished for use in the performance of the Construction Contract; .4 a brief description of the labor,materials or equipment furnished; .6 the date on which the Claimant last performed labor or last furnished materials or equipment for use in the performance of the Construction Contract; .6 the total amount earned by the Claimant for labor,materials or equipment furnished as of the date of the Claim; .7 the total amount ofprevious payments received by the Claimant;and .8 the total amount due and unpaid to the Claimant for labor,materials or equipment furnished as of the date of the Claim. §16.2 Claimant.An individual or entity having a direct contract with the Contractor or with a subcontractor of the Contractor to furnish labor, materials or equipment for use in the performance of the Construction Contract.The tarn Claimant also includes any individual or entity that has rightfully asserted a claim under an applicable mechanic's lien or similar statute against the real property upon which the Project is located.The intent of this Bond shall be to include without limitation in the terms"labor,materials or equipment"that part of water,gas,power,light,heat,oil,gasoline, telephone service or rental equipment used in the Construction Contract,architectural and engineering services required for performance of the work of the Contractor and the Contractor's subcontractors,and all other items for which a mechanic's lien may be asserted in the jurisdiction where the labor,materials or equipment were furnished. §16.3 Construction Contract.The agreement between the Owner and Contractor identified on the cover page,including all Contract Documents and all changes made to the agreement and the Contract Documents. S-2149/AS 8/10 §16.4 Owner Default.Failure of the Owner,which has not been remedied or waived,to pay the Contractor as required under the Construction Contract or to perform and complete or comply with the other material terms of the Construction Contract. §16.5 Contract Documents.All the documents that comprise the agreement between the Owner and Contractor. §17 If this Bond is issued for an agreement between a Contractor and subcontractor,the term Contractor in this Bond shall be deemed to be Subcontractor and the term Owner shall be deemed to be Contractor. §18 Modifications to this bond are as follows: (Space is provided below for additional signatures of added parties,other than those appearing on the cover page.) CONTRACTOR AS PRINCIPAL SURETY Company: (Corporate Seal) Company: (Corporate Seal) Signature: Signature: Name and Title: Name and Title: Address Address S-2149/AS 8110 • UNITED FIRE&CASUALTY COMPANY,CEDAR RAPIDS,IA Inquiries: Surety-Department UNITED FIRE&INDEMNITY COMPANY,WEBSTER,TX 118 Second Ave SE FINANCIAL PACIFIC INSURANCE COMPANY,ROCKLIN,CA Cedar Rapids,IA 52401 iNsuRaNCE CERTIFIED COPY OF POWER OF ATTORNEY (original on file at Home Office of Company-See Certification) KNOW ALL PERSONS BY THESE PRESENTS,That United Fire&Casualty Company,a corporation duly organized and existing under the laws of the State of Iowa; United Fire & Indemnity Company, a corporation duly organized and existing under the laws of the State of Texas; and Financial Pacific Insurance Company,a corporation duly organized and existing under the laws of the State of California(herein collectively called the Companies),and having their corporate headquarters in Cedar Rapids,State of Iowa,does make,constitute and appoint VICKIE J. NICKEL, LISA A. SUMMERS, KARI E. HOHN, SHAWN BYRNE, DAVID H. PARKHURST, MEGAN L. BURNS- HASTY, EACH INDIVIDUALLY their true and lawful Attorneys)-in-Fact with power and authority hereby conferred to sign, seal and execute in its behalf all lawful bonds, undertakings and other obligatory instruments of similar nature provided that no single obligation shall exceed $40,000,000.00 and to bind the Companies thereby as fully and to the same extent as if such instruments were signed by the duly authorized officers of the Companies and all of the acts of said Attorney,pursuant to the authority hereby given and hereby rated and confirmed. The Authority hereby granted is continuous and shall remain in full force and effect until revoked by United Fire&Casualty Company, United Fire& Indemnity Company,and Financial Pacific Insurance Company. This Power of Attorney is made and executed pursuant to and by authority of the following bylaw duly adopted on May 15,2013,by the Boards of Directors of United Fire&Casualty Company,United Fire&Indemnity Company,and Financial Pacific Insurance Company. "Article VI—Surety Bonds and Undertakings" Section 2,Appointment of Attorney-in-Fact. "The President or any Vice President,or any other officer of the Companies may, from time to time, appoint by written certificates attorneys-in-fact to act in behalf of the Companies in the execution of policies of insurance,bonds,undertakings and other obligatory instruments of like nature. The signature of any officer authorized hereby,and the Corporate seal,may be affixed by facsimile to any power of attorney or special power of attorney or certification of either authorized hereby; such signature and seal,when so used,being adopted by the Companies as the original signature of such officer and the original seal of the Companies,to be valid and binding upon the Companies with the same force and effect as though manually affixed. Such attomeys-in-fact,subject to the limitations set of forth in their respective certificates of authority shall have full power to bind the Companies by their signature and execution of any such instruments and to attach the seal the Companies thereto. The President or any Vice President,the Board of Directors or any other officer of the Companies may at any time revoke all power and authority previously given to any attomey-in-fact. IN WITNESS WHEREOF,the COMPANIES have each caused these presents to be signed by its "kIINDEbN t tNsu vice president and its corporate seal to be hereto affixed this � e� �r;; "S,\........ A44; 10th day of November, 2017 rl cD+t'''.� E �g `a QP.bp.POq�f.,pFs� CORPORATE b p CORPORATE ; e.'2`' S.n- c _ 111LY R 10S UNITED FIRE&CASUALTY COMPANY sEAL SEAL - i, lees :?;: UNITED FIRE&INDEMNITY COMPANY d '�''•F0P`�`~ FINANCIAL PACIFIC INSURANCE COMPANY /1111111/ ///ilillll\1 ryI1I111111N1\11 State of Iowa,County of Linn,ss: Vice President On 10th day of November 2017,, before me personally came Dennis J. Richmann to me known,who being by me duly sworn,did depose and say;that he resides in Cedar Rapids,State of Iowa;that he is a Vice President of United Fire & Casualty Company, a Vice President of United Fire & Indemnity Company, and a Vice President of Financial Pacific Insurance Company the corporations described in and which executed the above instrument; that he knows the seal of said corporations; that the seal affixed to the said instrument is such corporate seal;that it was so affixed pursuant to authority given by the Board of Directors of said corporations and that he signed his name thereto pursuant to like authority,and acknowledges same to be the act and deed of said corporations. 4*hl Judith A.Jones r � Iowa Notarial Seal TA� • Commission number 173041 Notary Public owe My Commission Expires 4232021 My commission expires:4/23/2021 1, Mary A.Bertsch,Assistant Secretary of United Fire&Casualty Company and Assistant Secretary of United Fire&Indemnity Company,and Assistant Secretary of Financial Pacific Insurance Company,do hereby certify that I have compared the foregoing copy of the Power of Attorney and affidavit, and the copy of the Section of the bylaws and resolutions of said Corporations as set forth in said Power of Attorney,with the ORIGINALS ON FILE IN THE HOME OFFICE OF SAID CORPORATIONS, and that the same are correct transcripts thereof,and of the whole of the said originals, and that the said Power of Attorney has not been revoked and is now in full force and effect. In testimony whereof I have hereuil5EpbJr&1"0name and affixed the corporate seal of the said Corporations this day of 20 C INS ```k` b111111hGa/'/FC ' (, �` rs% �Q<,•GpPpOR j;yC�„% l��ynJ CORPORATE W CORPORATE ULY 2Z O' s B SEALSEAL 09K•n�(/F `.�d�� Assistant Secretary, %,",,';;;,";•`�� ��''�•.9Ull��`°��````` 'pll11R 1,,,1,„1` OF&C&OF&I&FPIC BPOA0049 1217 This paper has a colored background and void pantograph. DATE(MM/DD/YYYY) AC40R" CERTIFICATE OF LIABILITY INSURANCE 9/10/2020 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 be endorsed. If SUBROGATION IS WAIVED,subject to the terms and conditions of the policy,certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT NAME: Karen Holzmark Cornerstone Kansas City, LLC ACOIN No Ext: (913)378-1050 FAX n/c No: (913)378-0399 4400 College Blvd. Ste. 350 E-MAIL S& kholzmark@ckcins.com ADDRE INSURERS AFFORDING COVERAGE NAIC# Overland Park KS 66211 INSURER A:National Fire Ins Co of Hartford 20478 INSURED INSURER 8:Continental Insurance Co. 35289 Delta Innovative Services, Inc. INSURER C:American Casualty Cc of PA 20427 4141-4151 Fairbanks Ave INSURER D:Travelers Casualty Ins Co of America 19046 INSURERE:United Fire 6 Casualty Cc 13021 Kansas City KS 66106 INSURER F: COVERAGES CERTIFICATE NUMBER:CL2051228431 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 TYPE OF INSURANCE ADDL SUBR POLICY EFF POLICY EXP LIMITS LTR I WV POLICY NUMBER MM/DD MM/DD X COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ 1,000,000 A CLAIMS-MADE �X OCCUR PREMISES (Ea occurrence) $DAMAGE TO RENTED 500,000 X Y 6080800838 5/15/2020 5/1/2021 MED EXP(Any one person) $ 15,000 PERSONAL 8 ADV INJURY $ 1,000,000 GEN'LAGGREGATE LIMITAPPLIES PER: GENERAL AGGREGATE $ 2,000,000 PPOLICY a JPRO� LOC PRODUCTS-COMP/OP AGG $ 2,000,000 OTHER: $ AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT $ 1,000,000 Ea accident A X ANY AUTO BODILY INJURY(Per person) $ ALL OWNED SCHEDULED X Y 6080800810 5/15/2020 5/1/2021 BODILY INJURY(Per accident) $ AUTOS AUTOS NON-OWNED PROPERTY DAMAGE $ X HIRED AUTOS X AUTOS Per accident X UMBRELLA LIAB X OCCUR EACH OCCURRENCE $ 9,000,000 B EXCESS LIAB CLAIMS-MADE AGGREGATE $ 9,000,000 DED I X I RETENTION $ 0 X Y 6080956975 5/15/2020 5/1/2021 $ WORKERS COMPENSATION X PEROTH- AND EMPLOYERS'LIABILITY Y/N STATUTE ER ANY PROPRIETOR/PARTNER/EXECUTIVEE.L.EACH ACCIDENT $ 1,000,000 OFFICER/MEMBER EXCLUDED? N❑ N/A C (Mandatory in NH) 6080800824 5/15/2020 5/1/2021 E.L.DISEASE-EA EMPLOYEE $ 1,000,000 If yes,describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $ 1,000,000 D Third Party Crime 105719444 12/13/2019 12/13/2020 Limit:$1,000,000 $10,000 Deduct E Installation Floater 60461672 5/15/2020 5/1/2021 Limit:$1,000,000 $1,000 Deduct DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES (ACORD 101,Additional Remarks Schedule,may be attached if more space is required) Project No. 20725 - Riverside City Hall Building and Community Center Roof Recover The City of Riverside, its employees, officers and agents are Primary and Non-Contributory Additional Insured on all policies except Workers' Compensation where required by written contract. Waiver of Subrogation applies on all policies as allowed by law. Should any of the above policies cancel prior to renewal, 30 days written notice will be mailed to the Certificate Holder, 10 days for cancellation due to non-payment. CERTIFICATE HOLDER CANCELLATION twooddell@riversidemo.com SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE City of Riverside Missouri THE EXPIRATION DATE THEREOF,NOTICE WILL BE DELIVERED IN 2950 NW Vivion Rd ACCORDANCE WITH THE POLICY PROVISIONS. Riverside, MO 64150 AUTHORIZED REPRESENTATIVE David Parkhurst/KAREN ©1988-2014 ACORD CORPORATION. All rights reserved. ACORD 25(2014/01) The ACORD name and logo are registered marks of ACORD INS025(201401) �IVERSID CITY OF RIVERSIDE EXPIRATION DATE BUSINESS LICENSE 12/31/2020 DATE ISSUED LICENSE NUMBER 5 1/01/2020 1601 r�kF°RIDE UJ OUR pa�G¢�°' LICENSE FOR LOCATION OF BUSINESS CONTRACTOR This license is to be displayed conspicuously at the location of business,and is not transferable or assignable. FEE CLASS $0. 00 SAB INA R BOYLE THIS LICENSE IS ISSUED PURSUANT TO THE PROVISIONS OF THE CITY CODE OF THE CITY DELTA INNOVATIVE SERVICES INC OF RIVERSIDE AND AMENDMENTS THERErO. 508 S 14TH STREET KANSAS CITY KS 66105 Mayor Clerk CERTIFICATE OF LIABILITY INSURANCE DATE(MMIDDIYYYY) THIS CERTIFICATE IS ISSUED ASA MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER.T i/12/2020 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 be endorsed. if SUBROGATION IS WAIVED,subject to I terms and conditions of the policy,certain policies may require an endorsement. A statement on this certificate does not confer rights to the C holder in lieu of such endorsement(s). L4400 UCER NAME:TACTRaren Holzmark erstone Kansas City, LLC PHONE — "t FAX x fa (913)378-1050 I t Not (9137378-039? College Blvd. Ste. 350 k' �' � MA;Ly� ADDRESS-kholzmarkC�ckcina.com land Park KS 66211raY �a;?gjSURERIS}AFFORDI*!G COY£RAGE NAiC Y INSURED INSURER A:Nati Onal Fire Ins Co Of Hartford 20478 INSURERS'COr-tinental Insurance CO 135289 Delta Innovative Services, Inc. I INSURER C:American Casualty Co of PAT 120427 4141-4151 Fairbanks Ave INSURER D.Travelers CasualtY Ins Co of America j9046 Kansas City KS 66106 INSURER E:United Fire & Casualtx Co 13021 OVERAGES INSURER F CERTIFICATE NUMBER:CL2051228431 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF IPJSUR9NCI:LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD NDICATED. NOTWITHSTANDING ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACTOR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE lAY 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. nsR LTR TYPE OF INSURANCE JADDL SUER POLICY NUMBER POLICY EFF POLICY EXP 7 R COMMERCIAL GENERAM DD/YYYY) LIMITS LIABILITY _ EACH OCCURRENCE $ 1,000,000 A CLAIMS-MADE 1 OCCUR AMAG TENTED ED PREMISES 'Ea oCcurr n $ 500,000 6080800638 5/15/2020 5/1/2021 MED EXP(Any one person; $ 15,000 PERSONAL&ADV INJURY $ 1,000,0000 �G�E"'_'.AGGRECA�—T�E LIMIT APPLIES PER' POLICY DX "OT 17LQC I GENERAL AGGREGATE $ 2,000,700 OTHER PRODUCTS-COMPrOPAGG $ 2,000,000 AUTOMOSILE LIABILITY $ COMBIN D INGLE LIMIT A X ANYAUTO 'Eii ecoleni: $ 11 000,000 ALL OWNED SCHEDULED BODILY INJURY;Per person) $ AUTOS AUTOS 6080800810 5/15/2020 5/1/2021 BODILY INJURY iPer accident);$ X HIREDAUTOS X AUTOS WNED PROPERTY DAMAGE r $ Per arden'+ X UMBRELLA LJAB $ X OCCUR B EXCESS L.IAS CLAIMS-MADE EACH OCCURRENCE $ 91 000,000 AGGREGATE $ 9,000,000 DED X (RETENTION 0 6060956975 S;15j2020 5/1/20 WORKERS COMPENSATION 21 $ AND EMPLOYERS'LIABILITY I Xi P OTH- ANYPRCPRIETORiPARTNE.R/EXECUTIVE YEN I ,STATUTE C OFPICER/MEMBER EXCLUDED? a NIA ' I E.L.EACH ACCIDENT $ 11000,000 IMandatory In NH) 6080600824 5/15/2020 If yes,descr be under 5/1/2021 E.L.DISEASE-EA EMPLOYEE $ 1,000,0 0 C DESCRIPTION OF OPERATIONS bola, DISEASE-P - D Third Party crime 105719449 12/13(2019 121/ OLICY LIMIT $ 1,000,000 13/2020 Limit$1,000,000 $10,000 Deduct E � Instailation Floater 60461672 5/15/2020 5/1/2021 Limit$1,000,000 $1,000 Deduct DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES (ACORD 101,Additional Remarks Schedule,may be attached If more space is required) CERTIFICATE HOLDER CANCELLATION FTHE LD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE City of Riverside XPIRATION DATE THEREOF,NOTICE WILL BE DELIVERED IN 2950 NW ViviOP_ Rd RDANCE WITH THE POLICY PROVISIONS. Riverside, MO 64150 ZED�REPRESENTATiVE David Parkhurst/KAREN • nrr1Ar1 '3r lOn1.Y;ni ©198E-2014 ACORD CORPORATION. All rights reserved. 1 ThP Ar ORn narnP anti Innn Ora rPniCtorPfl markc of ArORn C�!""';t MISSOURI DEPARTMENT OF REVENUE FORM i � •••••^ •-DIVISION• 5060 TO BE GIVEN TO '�`'�'' PROJECT EXEM (REV.•i-2008) PTION CERTIFICATE YOUR CONTRACTOR NAME OF EXEMPT ENTITY ISSUING THE CERTIFICATE MISSOURI TAX EXEMPTION NUMBER hV«trsIoW / �2 ¢ 9 3 / ADORES — — — — — CITY 'STATE ZIP ILle6.�X is-v BEGIN DATE FOR PROJECT PROJECTED COMPLETION DATE PROJECT NUMBER L o DESCRIPTION OF PROJECT PROJEC r LOCATION EXPIRATION DATE SD/'✓U/Uiuran AOf/C'i vi rS p/G /�J �!Sv L / O O THIS EXEMPTION DOES NOT APPLY TO THE PURCHASE OR RENTAL OF MACHINERY, EQUIPMENT,OR TOOLS BY THE CONTRACTOR OR SUB-CONTRACTOR. Give a signed copy of this certificate,along with a copy of your Missouri Sales/Use Tax Exemption Letter to each contractor and/or subcontractor who will be purchasing tangible personal property for use in this project. It is your responsibility to ensure the validi of the certificate. You must issue a new certificate if any of the information changes. EXEMPT ENTITY S AUTHORIZED SIGNATURE LDATE The Missouri exempt entity named above hereby authorizes the purchase,without sales tax;of tangible personal property to be incor- porated or consumed in the construction project identified herein and no other, pursuant t- Section 144.062,arson l prop I also declare under penalties of perjury that I employ no illegal or unauthorized aliens as defined under federal law and that I am not eligible for any tax exemption,credit or abatement if I employ such aliens. NAME OF PURCHASING CONTRACTOR ADDRESS CITY STATE ZIP fCons G6, Contractors present this to your supplier in order to purchase the necessary.materials tax exempt. NOTE: COMPLETE AND SIGN BOTTOM PORTION IF EXTENDING CERTIFICATE:TO YOUR SUBCONTRACTOR. NAME OF PURCHASING SUBCONTRACTOR ADDRESS - CITY STATE ZIP SIGNATURE OF CONTRACTOR DATE ko e60-30e2 1•4-2008) This publication is available upon request in alternative accessible format(s). Division 01-General Requirements Section 011100 Summary of Work Part One-General 1.0 Description A. This section is for the convenience of the contractor and shall not be construed of a complete picture of all the work to be performed. The contractor shall examine the site and be responsible for verifying all existing construction and site conditions. 1.1 Compliance A. The installed roofing assembly shall meet all federal, state, and local codes/guidelines including but not limited to the adopted International Building Code as adopted by the project municipality,the State of Missouri, and the City of Riverside. 1.2 Manufacturer Requirements A. Any requirements requested by the roofing manufacturer that may supersede this document to obtain the requested 20 year NDL warranty shall be enforced. A manufacturer assembly letter shall be turned in with the contractors bid outlining installation fastening and requirements that meet the specified system and warranty requirements. Part Two-Products 2.0 Material Packaging and Storage A. Ensure all materials are delivered to the jobsite in new undamaged packaging. Materials shall be stored on pallets, not on the ground and tarped to prevent moisture infiltration. Staging of materials will be determined by owner for each project site. Part Three-Execution 3.0 Interior Protection and Coordination with Owner's Representative A. Coordinate with owner's representative on any interior protection needed during the construction process. Remove such items once work in those areas is completed. If notified by the owner's representative, immediately clean any area of debris inside the facility. 3.1 Demo and Roof Preparation A. Coordinate all demolition work with the owner's representative and all other trades. B. Provide all necessary safety lines around work area, materials, etc. on a daily basis. C. Remove all wet areas and replace with like materials. Remove all wall, curb, and penetration flashings. Remove all roof related sheet metal to be replaced and rotted wood nailers. Rooflink, LLC Summary of Work Section 0111 00-Page 1 Project Number: 20725 07/02/2020 D. Remove all debris, rock vac, broom and prepare existing roof surface for reroofing application. E. Clean drain bowls and ensure all drains or overflows are working properly. 3.2 Rough Carpentry A. Replace any damaged or rotted wood nailers with new wood nailers. B. Refasten existing wood nailers as needed to ensure they meet industry standards. C. Install new wood nailers as necessary to accommodate the new roofing assembly. 3.3 Cover Board & Miscellaneous Insulation A. Install %Z" gypsum cover board over the entire roof assembly as specified. B. Install cant strips where needed per manufacturers requirements. 3.4 Low Slope Roofing Membrane & Flashings A. Adhere base sheet and cap sheet in cold application adhesive per manufacturer's requirements. B. Install 2 ply modified bituminous flashings on all low walls, lower section of high walls, and curbs. C. Liquid flash all pipe, screen walls, or other penetrations a minimum of 8". Penetrations to be secured properly. D. On high wall flashing details, adhere a 60 mil PVC membrane from above the surface mounted counterflashing up and over the wall. E. Install walkways around all HVAC units and as required by owner's representative. 3.5 Roof Related Sheet Metal A. Install roof related sheet metal per specifications, meeting or exceeding all industry standards. B. Provide all necessary primer, sealants,tape, fasteners, etc. to ensure a watertight installation. C. Color to be selected by owner from manufacture's standard colors. 3.6 Plumbing Work A. Replace any damaged or missing strainers or drain bolts. Notify owner or consultant immediately of any unforeseen drainage or plumbing issues. 3.7 Electrical and Mechanical Work A. Disconnect and reconnect rooftop mechanical units as needed for lifting. Rooflink, LLC Summary of Work Section 0111 00-Page 2 Project Number: 20725 07/02/2020 B. Raise existing conduit or gas lines if necessary for proper installation of the roofing system. C. Remove and reinstall lightning protection system as necessary to complete the specified work. D. Provide new plastic supports and slip sheets under all mechanical and gas lines as needed. -END- Rooflink, LLC Summary of Work Section 0111 00-Page 3 Project Number: 20725 07/02/2020 Section 0130 00 Project Administration 1.00 Description A. This section outlines the procedures and requirements of these contract documents. Any any questions, comments, or concerns should be brought to the consultant or owners representative's attention immediately. 2.00 Procedures and Requirements A. A mandatory preconstruction meeting will be held within 5 days of the project starting. All parties shall be in attendance including but not limited to the owner's representative, consultant, contractor,foreman, subcontractors, or any other company needed to complete the work. Procedures, site set up, safety, daily reports, etc. will be discussed at this time. A preconstruction damage report shall be conducted by the contractor at this time. B. Submittals shall be sent in to the consultant at least 7 days prior to the project starting. Submittals shall consist of: 1. An approved contractor letter by manufacturer showing contractor name and good standing. 2. An approved assembly letter consisting of building names& address(s), installing contractor's name, and approval of specified assembly with attachment rates. Letter shall also show that the installed roofing assembly meets their requirements for a 20 year NDL warranty. 3. Notice of award by selected manufacture showing the project(s) have been registered and accepted for warranty. 4. Product data sheets and SDS sheets. 5. A contractor project specific safety plan. 6. Consultant will notify contractor and owner of approval or disapproval of submittals within 48 business hours of receipt. 7. Review of submittals does not relieve the contractor from responsibility for errors that may exist. C. Submit a list of all subcontractors including their names, address, and phone number to the consultant or owner's representative. D. Secure all necessary building or construction permits as necessary by the project location municipality, state, or any other authority having jurisdiction. E. Submit a photocopy as necessary of contractor and/or subcontractors state license if required. Rooflink, LLC Project Administration Section 0130 00-Page 1 Project Number: 20725 07/02/2020 F. Contractor must notify consultant and/or owner's representative on days it does not intend to work by 7am the business morning of via email. G. The contractor intends to fully staff the project and complete it in a timely manner. If the contractor becomes significantly behind schedule (more than 4 weeks) and not related to weather, the owner has the option of completing the work as he deems necessary and deducting the sum from the awarded contractor's bid price. H. All changes to the work must be in writing and sent to the owner's representative and consultant via email. Approvals will be sent in writing via email copying the owner's representative, consultant, and roofing contractor. I. When the project is completed, the roofing contractor shall notify all interested parties in writing. The final inspection shall consist of the owner's representative, consultant, roofing contractor, and roofing manufacturer. Once all punch list items are completed,the contractor shall secure the warranty from the roofing manufacturer. J. Once completed and approved by the owner's representative, consultant, and roofing manufacture, contractor shall send in the following to the owner's representative for payment: 1. All warranties including from roofing manufacturer and two (2)year contractors warranty. 2. Evidence of payment and release of liens from the contractor, subcontractor, and suppliers. 3. Evidence from authorities of jurisdictions that issued permits have accepted the project and closed out their respective permits. 4. Final application for payment. H. After 18 months, the contractor agrees to attend a roof inspection as required by the owner's representative, consultant, and roofing manufacturer. -End- Rooflink, LLC Project Administration Section 0130 00-Page 2 Project Number: 20725 07/02/2020 Division 2-Existing Conditions Section 02 4100 Roof Demolition and Clean Up 1.0 Description A. Provide all labor, materials, tools, and equipment to prepare the existing roof assembly for the specified work. B. Provide for the proper disposal of all removed roofing materials. C. Provide for the cleanup of excess materials, equipment, and debris, keep the jobsite in an orderly and neat condition. 1.1 Codes&Standards A. Meet all State, City, and County codes as applicable. 1.2 Coordination A. Coordinate all work with related trades and the owner's representative,to ensure the owner's operations are not disrupted. 1.3 Disposal of Materials A. Contractor shall dispose of all construction debris as applicable by law and leave the property clean of debris. 2.0 Protection of Grounds and Surfaces A. Contractor shall take every precaution to protect the grounds and surfaces on and around the Facility. B. Contractor shall restore to the original condition any damage caused by work. C. Keep the roof surface clean from any debris that may cause damage or prevent drainage. D. Plugs drains as necessary to prevent debris from falling into the drain, remove plugs at the end of every workday. E. Prior to demolition work, ensure all soil pipes,flues, beams, etc. are secured to the building structure. Coordinate the removal or securement of penetrations prior to starting work. 2.1 Debris Removal and Handling A. No material shall be dropped over the outside walls of the structure to the grounds below. Rooflink, LLC Roof Demolition and Clean Up Section 02 41 00-Page 1 Project Number: 20725 07/02/2020 B. Debris, materials, and equipment shall be loaded and removed via crane or mechanical lift. 2.2 Disposal of Roof Related Material A. Properly dispose of all construction debris on a daily basis. B. All debris shall be disposed of properly meeting all local and state laws and requirements. 2.3 Clean Up A. Contractor shall clean the roof surface, building grounds, and material storage area nightly. B. Contractor is responsible to ensure their subcontractors remove their debris from the jobsite. C. Contractor shall be responsible for returning all areas set aside for staging or materials back to their original condition. D. Contractor shall repair any damage,fix ruts, or remove any stains caused during construction. -END- Rooflink, LLC Roof Demolition and Clean Up Section 02 4100-Page 2 Project Number: 20725 07/02/2020 Division 6-Wood, Plastics, and Composites Section 06 10 00 Miscellaneous Rough Carpentry Part 1-General 1.0 Description A. Work includes but not limited to: 1. Install wood nailers as necessary. 2. Refastening existing wood nailers and/or plywood in accordance with suitable standards. 3. Removal and replacement of existing deteriorated wood nailers. 1.1 Quality Assurance A. Comply with all building codes, industry standards, manufacturer requirements, or any other codes or standards. Comply with all latest editions as to meet most recent requirements. 1.2 Delivery, Storage, and Handling A. Store all materials off the ground and covered to protect against weather. B. Do not install wet or damaged material. C. In the event that wet or damaged material is installed, contractor agrees to remove material and replace with acceptable material at no cost to the owner. Part 2-Products 2.1 Nailers A. All nailers shall be#2 or better graded lumber. B. Minimum nailer size shall be 2" x 4" nominal. 2.2 Fasteners A. All fasteners shall be corrosion resistant and shall be FM global approved. B. Fasteners shall have a minimum 1" embedment into substrate. Part 3-Execution Rooflink, LLC Wood, Plastics, & Composites Section 06 10 00-Page 1 Project Number: 20725 07/02/2020 3.1 Nailers A. Install wood nailers where required to meet increased roof height or manufacturers flashing requirements. B. Do not install wet, damaged, or warped wood nailers. C. All nailers shall be uniform and level. D. Fasteners shall be fastened independently of each other. 3.2 Inspection and verification A. Contractor shall inspect the installation of materials and verify that all components are Installed properly. B. Contractor shall repair and correct any deficient work before installing subsequent work. -END- Rooflink, LLC Wood, Plastics, & Composites Section 06 10 00-Page 2 Project Number: 20725 07/02/2020 SECTION 07 52 00-MODIFIED BITUMINOUS MEMBRANE ROOFING PART 1 GENERAL 1.01 SECTION INCLUDES: A. Preparation of Substrate to Receive Roofing Materials B. Roof Cover Board Application to Prepared Substrate C. Roof Membrane Application D. Roof Flashing Application E. Incorporation of Sheet Metal Flashing Components and Roofing Accessories into the Roof System 1.02 PRODUCTS INSTALLED BUT NOT FURNISHED UNDER THIS SECTION A. Sheet Metal Flashing and Trim B. Sheet Metal Roofing Specialties 1.03 RELATED SECTIONS A. Section [06 10 00] - Rough Carpentry B. Section [07 62 00] -Sheet Metal Flashing and Trim 1.04 REFERENCE STANDARDS References in these specifications to standards, test methods and codes, are implied to mean the latest edition of each such standard adopted. The following is an abbreviated list of associations, institutions, and societies which may be used as references throughout this specification section. Rooflink, LLC Modified Bituminous Roofing Section 07 52 00-Page 1 Project Number: 20725 07/02/2020 ASTM American Society for Testing and Materials Philadelphia, PA FM Factory Mutual Engineering and Research Norwood, MA NRCA National Roofing Contractors Association Rosemont, IL OSHA Occupational Safety and Health Administration Washington, DC SMACNA Sheet Metal and Air Conditioning Contractors National Association Chantilly,VA UL Underwriters Laboratories Northbrook, IL 1.05 DESCRIPTION OF WORK Riverside Community Center Project Type: Recover Deck: Gypsum Slope: Less than 1/2 inch Existing Assembly: Gravel-surfaced asphalt built-up roof system, applied over rigid insulation. Remove loose gravel, base flashings, and wet/damaged/deteriorated ply felts and insulation. Replace the areas using compatible materials, bringing them back level with surrounding surfaces. Cover Board: DensDeck Prime, having a thickness of 1/2 inch, applied in Millennium One Step Foamable Insulation Adhesive. Roof System: Paradiene 20, applied in PA-311 R Adhesive; Paradiene 30 FR, applied in PA-311 R Adhesive. Rooflink, LLC Modified Bituminous Roofing Section 07 52 00-Page 2 Project Number: 20725 07/02/2020 Flashing System: Paradiene 40 FR,applied in PA-828 Flashing Cement. Liquid applied on all other penetrations. High Wall Flashing System: 60-mil Parasolo PVC KEE Smooth, applied in Parasolo Bonding Adhesive. Administration Building Project Type: Recover Deck: Metal Slope: Less than 1/2 inch Existing Assembly: Granule-surfaced modified bitumen roof system, applied over rigid insulation. Remove base flashings and wet/damaged/deteriorated membrane plies and insulation. Replace the areas using compatible materials, bringing them back level with surrounding surfaces. Cover Panel: DensDeck Prime, having a thickness of 1/2 inch, applied in Millennium One Step Foamable Insulation Adhesive. Roof System: Paradiene 20, applied in PA-311 R Adhesive; Paradiene 30 FR, applied in PA-311 R Adhesive. Flashing System: Paradiene 40 FR,applied in PA-828 Flashing Cement. Liquid applied flashings on all other penetrations. High Wall Flashing System: 60-mil Parasolo PVC KEE Smooth, applied in Parasolo Bonding Adhesive. 1.06 SUBMITTALS All submittals which do not conform to the following requirements will be rejected. A. Submittals Prior to Contract Award: 1. Letter from the proposed primary roofing manufacturer confirming that the bidder is an acceptable Contractor authorized to install the proposed system. Rooflink, LLC Modified Bituminous Roofing Section 07 52 00-Page 3 Project Number: 20725 07/02/2020 2. Letter from the primary roofing manufacturer stating that the proposed application will comply with the manufacturer's requirements in order to qualify the project for the specified guarantee. 3. Manufacturer's printed recommendations for proper maintenance of the specified roof system including inspection frequencies, penetration addition policies, temporary repairs, and leak call procedures. 1.07 QUALITY ASSURANCE A. Acceptable Products: Primary roofing products, including each type of sheet, all manufactured in the United States, shall be supplied by a single manufacturer which has been successfully producing the specified types of primary products for not less than 10 years. The primary roofing products shall have maintained a consistent composition for a minimum of five years. B. Product Quality Assurance Program: Primary roofing materials shall be manufactured under a quality management system that is monitored regularly by a third party auditor under the ISO 9001 audit process. A certificate of analysis for reporting/confirming the tested values of the actual material being supplied for the project will be required prior to project close-out. C. Agency Approvals: The proposed roof system shall conform to the following requirements. No other testing agency approvals will be accepted. 1. Underwriters Laboratories Class A acceptance of the proposed roofing system. D. Acceptable Contractor: Contractor shall have a minimum of 2 years' experience in successfully installing the same or similar roofing materials and be certified in writing by the roofing materials manufacturer to install the primary roofing products. E. Scope of Work: The work to be performed under this specification shall include but is not limited to the following: Attend necessaryjob meetings and furnish competent and full time supervision, experienced roof mechanics, all materials, tools, and equipment necessary to complete, in an acceptable manner, the roof installation in accordance with this specification. Comply with the latest written application instructions of the manufacturer of the primary roofing products. In addition,application practice shall comply with requirements and recommendations contained in the latest edition of the Handbook of Accepted Roofing Knowledge (HARK) as published by the National Roofing Contractors Association, amended to include the acceptance of a phased roof system installation. Rooflink, LLC Modified Bituminous Roofing Section 07 52 00-Page 4 Project Number: 20725 07/02/2020 F. Local Regulations: Conform to regulations of public agencies, including any specific requirements of the city and/or state of jurisdiction. G. Manufacturer Requirements: Ensure that the primary roofing materials manufacturer provides direct trained company personnel to attend necessaryjob meetings, perform periodic inspections as necessary, and conducts a final inspection upon successful completion of the project. 1.08 PRODUCT DELIVERY STORAGE AND HANDLING A. Delivery: Deliver materials in the manufacturer's original sealed and labeled containers and in quantities required to allow continuity of application. B. Storage: Store materials out of direct exposure to the elements on pallets placed over clean, flat and dry surfaces. Storage of pallets over dirt,grass-covered ground or newly placed concrete may result in upward moisture transpiration and contamination of product. Store rolls of roofing on end. For roof-top storage, avoid overloading of deck and building structure. Factory packaging is not intended for job site protection. Slit factory packaging immediately upon arrival at the job site to prevent build-up of condensation and cover materials using a breathable cover such as a canvas. Polyethylene or other non-breathable plastic coverings shall not be used. Store flammable or temperature sensitive materials away from open flame, ignition sources or excessive heat. C. Handling: Handle all materials in such a manner as to preclude damage and contamination with moisture or foreign matter. Handle rolled goods to prevent damage to edges or ends. D. Damaged Material: Any materials that are found to be damaged or stored in any manner other than stated above will be automatically rejected, and will require removal and replacement at the Contractor's expense. 1.09 PROJECT/SITE CONDITIONS A. Requirements Prior to Job Start 1. Notification: Give a minimum of 7 days' notice to the Owner and manufacturer prior to commencing any work and notify both parties on a daily basis of any change in work schedule. Rooflink, LLC Modified Bituminous Roofing Section 07 52 00-Page 5 Project Number: 20725 07/02/2020 2. Permits: Obtain all permits required by local agencies and pay all fees which may be required for the performance of the work. 3. Safety: Familiarize every member of the application crew with all fire and safety regulations recommended by OSHA, NRCA and local jurisdictions. B. Environmental Requirements 1. Precipitation: Do not apply roofing materials during precipitation or in the event there is a probability of precipitation during application. Take adequate precautions to ensure that materials, applied roofing, and building interiors are protected from possible moisture damage or contamination. 2. Temperature Restrictions - cold adhesive: At low temperatures, the specified cold adhesive becomes more viscous, making even distribution more difficult. The optimal temperature of the adhesive at point of application is 70° - 1007 (21° - 38°C). To facilitate application when ambient temperatures are below 50°F (100C), store the adhesive and roll goods in a warm place immediately prior to use. Bulk warmers, inline heaters,or other pre-heating equipment should be used to maintain the proper viscosity of the adhesive when using mechanical application equipment. Consider"flying in"the pre-cut roofing sheets in by placing them into the adhesive rather than rolling them into position. Roll or broom the sheets to ensure contact with the underlying adhesive. Suspend application in situations where the adhesive cannot be kept at temperatures allowing for even distribution. C. Protection Requirements 1. Membrane Protection: Provide protection against staining and mechanical damage for newly applied roofing and adjacent surfaces throughout this project. 2. Limited Access: Prevent access by the public to materials, tools and equipment during the course of the project. 3. Debris Removal: Remove all debris daily from the project site and take to a legal dumping area authorized to receive such materials. 4. Site Condition: Complete, to the owner's satisfaction, all job site clean-up including building interior, exterior and landscaping where affected by the construction. 1.10 GUARANTEE/WARRANTY A. Roof Membrane Guarantee: Upon successful completion of the project, and after all post installation procedures have been completed,furnish the Owner with the Manufacturer's 20 year labor and materials membrane guarantee. The guarantee shall be a term type, without deductibles or limitations on coverage amount. Rooflink, LLC Modified Bituminous Roofing Section 07 52 00-Page 6 Project Number: 20725 07/02/2020 PART 2 PRODUCTS 2.01 ROOFING SYSTEM ASSEMBLY/PRODUCTS A. Cover Board: cover board shall be UL and FM approved. Board shall be approved in writing by the roofing manufacturer for intended use and for use with the specified roof assembly. Maintain a maximum panel size of 4 feet by 4 feet where cover board is specified to be installed in insulation adhesive. 1. Gypsum Sheathing Panel: A panel composed of a gypsum based, non-structural water resistant core material integrally bonded with fiberglass mats on both sides having a nominal thickness of 1/2 inch. The panel surface shall be factory primed with a non-asphaltic primer. Acceptable types are as follows: > DensDeck Prime Gypsum Roof Board, by Georgia Pacific Corporation; Atlanta, GA 2.02 DESCRIPTION OF SYSTEMS A. Roofing Membrane Assembly: A roof membrane assembly consisting of two plies of a prefabricated, reinforced, homogeneous Styrene-Butadiene-Styrene (SBS) block copolymer modified asphalt membrane, applied over a prepared substrate. Reinforcement mats shall be impregnated/saturated and coated each side with SBS modified bitumen blend. > Siplast Paradiene 20/30 FR roof system 1. Modified Bitumen Base, Stripping, and Flashing Reinforcing Ply > Siplast Paradiene 20 2. Modified Bitumen Finish Ply > Siplast Paradiene 30 FR B. Flashing Membrane Assembly: A flashing system consisting of a prefabricated,granule surfaced, reinforced, Styrene-Butadiene-Styrene (SBS) block copolymer modified asphalt flashing membrane. > Siplast Paradiene 40 FR flashing system Rooflink, LLC Modified Bituminous Roofing Section 07 52 00-Page 7 Project Number: 20725 07/02/2020 1. Modified Bitumen Flashing Ply > Siplast Paradiene 40 FR C. Catalyzed Acrylic Resin Flashing System: A specialty flashing system consisting of a PMMA- based, fully reinforced membrane installed over a prepared or primed substrate. The flashing system consists of a catalyzed acrylic resin primer, basecoat and topcoat, combined with a non- woven polyester fleece. The use of the specialty flashing system shall be specifically approved in advance by the membrane manufacturer for each application. > Parapro 123 Flashing System by Siplast; Irving, TX * NOTE: Unistrut supports are not a suitable substrate for the Parapro 123 Flashing System. Any unistrut type penetration that is required to be incorporated into the roofing system should be replaced by a solid square or angle iron penetration with a fully welded plate. D. High Wall Flashing Membrane (Administration and Community Center Building): A smooth- surface roof membrane consisting of one ply of a prefabricated, polyester scrim-reinforced, polyvinyl chloride (PVC) membrane formulated with an Elvaloym Ketone Ethylene Ester (KEE) copolymer, applied over a prepared substrate. The roof system shall meet or exceed to the minimum criteria established by ASTM D4434 Standard Specification for Poly(Vinyl Chloride) Sheet Roofing (Type III). The minimum thickness of the flashing membrane shall be 60 mils(1.52 mm), as established by ASTM D751 Standard Test Method for Coated Fabrics. > Siplast Parasolo PVC KEE Smooth roof membrane—60 mil E. Substitute Roof System: The following substitute roof system is approved for use in lieu of the specified roof system. No other substitutions are allowed. Manufacturer Derbigum Kansas City, MO Base Ply—Derbibase Ultra Finish Ply—Derbicolor GP FR Flashing Sheet- Derbicolor GP FR Stripping Ply and Flashing Reinforcing Sheet—Derbibase Ultra Adhesive—Permastic Adhesive Rooflink, LLC Modified Bituminous Roofing Section 07 52 00-Page 8 Project Number: 20725 07/02/2020 2.03 ROOFING ACCESSORIES A. Insulation Adhesives 1. Insulation Adhesive: A dual component, polyurethane foam adhesive used to adhere insulation panels to the substrate, as well as to other insulation panels. > Millennium One Step Foamable Insulation Adhesive by Royal Adhesives and Sealants; St. Paul, MN B. Roofing Adhesives 1. Membrane Cold Adhesive: An asphalt, solvent blend conforming to ASTM D 4479, Type II requirements. > Siplast PA-311 R Adhesive by Siplast; Irving,TX 2. Mastic: An asphalt cutback mastic, reinforced with non-asbestos fibers, used as a base for setting metal flanges conforming to ASTM D 4586 Type II requirements. > Siplast PA-1021 Plastic Cement by Siplast; Irving,TX 3. Flashing Adhesive: A slump resistant, asphalt cutback flashing adhesive, reinforced with non- asbestos fibers, conforming to ASTM D 4586 Type II requirements. > Siplast PA-828 Flashing Cement 4. High Wall Flashing Membrane Adhesive(Administration Building): A solvent-based, low VOC, rubberized adhesive designed for bonding PVC single-ply roofing membranes and flashings to various roofing substrates. > Parasolo PVC Bonding Adhesive by Siplast; Irving,TX C. Primers 1. Primer: An asphalt, solvent blend conforming to ASTM D 41 requirements. > Siplast PA-1125 Asphalt Primer by Siplast; Irving,TX Rooflink, LLC Modified Bituminous Roofing Section 07 52 00-Page 8 Project Number: 20725 07/02/2020 D. Membrane Conditioner/Cleaner for High Wall Flashing: A solvent-based agent used to clean exposed or contaminated seams prior to heat welding to remove any residue that may compromise lap welding. > Parasolo Membrane Conditioner by Siplast; Irving,TX E. Sealant (horizontal substrates): A moisture-curing, self-leveling elastomeric sealant designed for roofing applications. The sealant shall be approved by the roof membrane manufacturer for use in conjunction with the roof membrane materials. Acceptable types are as follows: > Siplast PS-209 Elastomeric Sealant by Siplast; Irving,TX F. Sealant (sloped and vertical substrates): A moisture-curing, non-slump elastomeric sealant designed for roofing applications. The sealant shall be approved by the roof membrane manufacturer for use in conjunction with the roof membrane materials. Acceptable types are as follows: > Siplast PS-715 NS Elastomeric Sealant by Siplast; Irving,TX G. Sealant for High Wall Flashing: A solvent-based, UV resistant synthetic elastomeric sealant for the completion of details. > Parasolo Flexseal Caulk Grade by Siplast; Irving,TX H. Water Block for High Wall Flashing: A single component butyl-based high viscosity sealant for sealing the flashing membrane to the substrate behind exposed termination bars and at drain flanges. > Parasolo Water Block by Siplast; Irving, TX I. Ceramic Granules: No. 11 grade specification ceramic granules of color scheme matching the granule surfacing of the finish ply. J. Perlite Cant Strips: A cant strip composed of expanded volcanic minerals combined with waterproofing binders. The top surface shall be pre-treated with an asphalt based coating. The face of the cant shall have a nominal 4 inch dimension. Rooflink, LLC Modified Bituminous Roofing Section 07 52 00-Page 9 Project Number: 20725 07/02/2020 K. Fasteners 1. Flashing Reinforcing Sheet Fasteners for Wood/Plywood Substrates to Receive Flashing Coverage: Fasteners shall be approved by the manufacturer of the primary roofing products. Acceptable fasteners for specific substrate types are listed below. a) Wood/Plywood Substrates - A 12 gauge,spiral or annular threaded shank,zinc coated steel roofing fastener having a minimum 1 inch head. 2. High Wall Flashing Membrane Fasteners: Membrane fasteners shall be FM Approved,and/or approved by the manufacturer of the primary roofing products. The fasteners shall provide attachment required to meet the specified uplift performance. The fastener spacing for membrane laps shall be as recommended by the manufacturer of the primary roofing products. L. Walktread: A prefabricated, puncture resistant polyester core reinforced, polymer modified bitumen sheet material topped with a ceramic-coated granule wearing surface. M. High Wall Flashing Accessories 1. Outside Corner Flashing: A molded PVC membrane having a thickness of 0.075 inch (1.9 mm), designed to accommodate outside corners of base and curb flashing details. The molded flashing component shall be hot-air welded directly to the specified PVC membrane. 2. Inside Corner Flashing: A molded PVC membrane designed to accommodate inside corners of base and curb flashing details. The molded flashing component shall be hot-air welded directly to the specified PVC membrane. 3. Flashing Strip: An 8-inch wide molded PVC membrane strip having a thickness of 0.045 inch (1.14 mm), designed for general repairs and to strip-in PVC coated metal flanges. 4. Termination Bar with Receiver: An extruded aluminum termination bar with rounded edges and an angled sealant receiver and lower leg bulb stiffener, having factory-punched, slotted holes spaced on 6-inch (152 mm) centers. Rooflink, LLC Modified Bituminous Roofing Section 07 52 00-Page 10 Project Number: 20725 07/02/2020 PART 3 EXECUTION 3.01 PREPARATION A. General: Sweep or vacuum all surfaces,removing all loose aggregate and foreign substances prior to commencement of roofing. B. Remove All Existing: -Surface gravel - Base flashings - Edge metal - Flanged metal flashings -Cants -Walkways - Nonfunctional penetrations/curbs - Drain assemblies - Metal trim, counterflashing C. Wet Areas. Remove any areas of the existing assembly where moisture is present and replace with compatible materials, bringing the area back to level with surrounding surfaces. D. Asphaltic Primer: Prime metal and concrete and masonry surfaces with a uniform coating of the specified asphalt primer. 3.02 SUBSTRATE PREPARATION A. Cover Board: Install cover board panels with end joints offset; edges of the panels shall be in moderate contact without forcing applied in strict accordance with the cover board manufacturer's requirements and the following instructions. Maintain a maximum panel size of 4 feet by 4 feet for cover board installed in insulation adhesive. Install only as much product as can be made watertight within the same work day. 1. Cover Board Installation (Administration & Community Center Building): Install gypsum sheathing panels in an application of the specified insulation adhesive in 3/4- to 1-inch wide beads spaced 12 inches on center in the field of the roof, 6 inches on center at the perimeter of the roof, and 4 inches on center in the corners of the roof. Follow the requirements and guidelines of the insulation adhesive manufacturer/supplier and roofing manufacturer. If roofing manufacturer's requirements are more stringent meet those requirements. Rooflink, LLC Modified Bituminous Roofing Section 07 52 00-Page 11 Project Number: 20725 07/02/2020 3.03 ROOF MEMBRANE INSTALLATION A. Membrane Application: Apply roofing in accordance with roofing system manufacturer's instructions and the following requirements. Application of roofing membrane components shall immediately follow application of base sheet and/or insulation as a continuous operation. B. Aesthetic Considerations: Construction of 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 including granules,and exercise care in ensuring that the finished application is acceptable to the Owner. C. Membrane Adhesive Application: Membrane adhesive can be applied by roller, squeegee or spray unit. Apply cold adhesive in a smooth, even, continuous layer without breaks or voids. Utilize an application rate of 2 to 2 1/2 gal/sq (0.6 to 1.0 I/m2)over irregular or porous substrates. Utilize an application rate of 11/2 to 2 gal/sq (0.6 to 0.8 kg/m') for interply applications. Double the adhesive application rate at the end laps of granule surfaced sheets. Refer to the manufacturer's inter-ply flashing detail at the locations that are to receive the specified catalyzed acrylic resin primer/flashing system. D. Bitumen Consistency: Cutting or alterations of bitumen, primer, and sealants will not be permitted. * NOTE: Choose all application techniques, for the following, as applicable for the specific roof assembly proposed. E. Roofing Application: Apply all layers of roofing free of wrinkles, creases or fishmouths. Exert sufficient pressure on the roll during application to ensure prevention of air pockets. 1. Apply all layers of roofing perpendicular to the slope of the deck. 2. Fully bond the base ply to the prepared substrate, utilizing minimum 3 inch side and end laps. Apply each sheet directly behind the cold adhesive 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. Rooflink, LLC Modified Bituminous Roofing Section 07 52 00-Page 12 Project Number: 20725 07/02/2020 3. Fully bond the finish ply to the base ply, utilizing minimum 3 inch side and end laps. Apply each sheet directly behind the cold adhesive applicator. Stagger end laps of the finish 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 finish ply a minimum 12 inches from side laps in the underlying base ply. Stagger end laps of the finish ply a minimum 3 feet from end laps in the underlying base ply. 4. Heat weld all side and end laps of the modified bitumen plies during each day's application in areas where standing water accumulates. 5. Contact the manufacturer of the heat-welding equipment for specific guidelines on operating the equipment. Apply the adhesive in a full coating, extending completely up to the selvage edge of the adjacent course of roof membrane to be overlapped,taking care to keep the adhesive off of the selvage lap that will be heat welded. Place a straight 2"x6" or larger board adjacent to the modified bitumen sheet overlap to help reduce lifting of the overlapping sheet beyond the selvage area, inhibiting the potential for entrapped air during heat welding. Lay the board such that the hand held welder nozzle does not extend into the overlap beyond the specified lap width. Hand-roll the side laps, head laps, and T-laps of the membrane behind the heat welder. 6. Maximum sheet lengths and special fastening of the specified roof membrane system may be required at various slope increments where the roof deck slope exceeds 1/2 inch per foot. The manufacturer shall provide acceptable sheet lengths and the required fastening schedule for all roofing sheet applications to applicable roof slopes. F. Granule Embedment: Broadcast mineral granules over all bitumen overruns on the finish ply surface, while the bitumen is still hot or the adhesive is soft, to ensure a monolithic surface color. G. Granule Surfaced Flashing Application-Masonry Surfaces: Flash masonry parapet walls and curbs using the reinforcing sheet and the granule surfaced flashing sheet. Fully adhere the reinforcing sheet to the substrate. Incorporate minimum 3 inch laps; extending the sheets a minimum of 3 inches onto the base ply surface and 3 inches up the parapet wall above the cant. Terminate the finish ply at the top of the cant. Cut the granule surfaced flashing into lengths that can be easily handled. Apply a uniform coat of the specified flashing cement to the area to receive flashing coverage. Set the flashing in place while exerting pressure on the flashing sheet to ensure complete contact with the wall/roof surfaces and to prevent air pockets. Check and seal all loose laps and edges. Nail the top edge of the flashing on 9 inch centers. Rooflink, LLC Modified Bituminous Roofing Section 07 52 00-Page 13 Project Number: 20725 07/02/2020 Granule Surfaced Flashing Application — Wood/Plywood Surfaces: Flash wood/plywood parapet walls and curbs using the reinforcing sheet and the granule surfaced flashing sheet. Apply the reinforcing sheet to incorporate minimum 3 inch laps,extending the sheets a minimum of 3 inches onto the base ply surface and to the top of the parapet wall, curb, etc. Nail the reinforcing sheet on 12 inch centers in all directions to the vertical wood surface from the top of the cant to top of wall, curb, etc. Fully adhere the remainder of sheet that extends over the cant and roof level. Terminate the finish ply at the top of the cant. Cut the granule surfaced flashing into lengths that can be easily handled. Apply a uniform coat of specified flashing cement to the area to receive flashing coverage. Set the flashing in place while exerting pressure on the flashing sheet to ensure complete contact with the wall/roof surfaces and to prevent air pockets. Check and seal all loose laps and edges. Nail the top edge of the flashing on 9 inch centers. I. Catalyzed Acrylic Resin Flashing System: Install the liquid-applied primer and flashing system in accordance with the membrane system manufacturer's printed installer's guidelines and other applicable written recommendations as provided by the manufacturer. J. High Wall Flashing Membrane Adhesive Application: Membrane adhesive can be applied by brush or roller. Apply adhesive in a smooth, even, continuous layer without breaks or voids. Utilize an application rate of 50 to 70 square feet per gallon (1.47 sq. m/liter). K. High Wall Flashing Membrane Application: Apply the specified solvent-based bonding adhesive to both the underside of the membrane and the substrate at the rate published by the manufacturer. Allow the bonding adhesive to dry until tacky to the touch before application of the flashing membrane. Mate the membrane to the flashing substrate coated with the specified adhesive. Roll the membrane to ensure complete bonding of the adhesive between the flashing substrate and membrane. Heat weld the laps and terminate the top of the flashing membrane in accordance with the manufacturer's requirements. L. Termination Bars(securement at top of high wall flashing membrane): Prior to mechanical attachment of the specified termination bar with receiver,apply the specified water block sealant on the flashing substrate behind the membrane where the termination bar will be installed. Mechanically attach termination bars using the specified fasteners. Apply a continuous bead of the specified sealant at the top of termination bar sealant receiver lip. M. 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. 3.04 ROOF SYSTEM INTERFACE WITH RELATED COMPONENTS Rooflink, LLC Modified Bituminous Roofing Section 07 52 00-Page 14 Project Number: 20725 07/02/2020 A. Walktread: Cut the walktread into maximum 5 foot lengths and allow to relax until flat. Adhere the sheet using the specified plastic cement. Apply the specified cement in a 3/8 inch thickness to the back of the product in 5 inch by 5 inch spots in accordance with the pattern as supplied by the walktread manufacturer. Walk-in each sheet after application to ensure proper adhesion. Use a minimum spacing of 2 inches between sheets to allow for proper drainage. B. Sealant: Apply a smooth continuous bead of the specified sealant at the exposed finish ply edge transition to metal flashings incorporated into the roof system. 3.05 FIELD QUALITY CONTROL AND INSPECTIONS A. Site Condition: Leave all areas around job site free of debris, roofing materials, equipment and related items after completion of job. B. Notification Of Completion: Notify the manufacturer by means of manufacturer's printed Notification of Completion form of job completion in order to schedule a final inspection date. C. Final Inspection 1. Post-Installation Meeting: Hold a meeting at the completion of the project, attended by all parties that were present at the pre-job conference. A punch list of items required for completion shall be compiled by the Contractor and the manufacturer's representative. Complete, sign, and mail the punch list form to the manufacturer's headquarters. D. Issuance Of The Guarantee: Complete all post installation procedures and meet the manufacturer's final endorsement for issuance of the specified guarantee. Rooflink, LLC Modified Bituminous Roofing Section 07 52 00-Page 15 Project Number: 20725 07/02/2020 SECTION 07 62 00-SHEET METAL FLASHING AND TRIM PART 1 GENERAL 1.1 SECTION INCLUDES A. Shop or field-formed sheet metal work for moisture protection. B. Types of work specified in this Section include: 1. Metal counterflashing. 2. Metal edge. 3. Coping. 4. Gutter, Conductor Heads, and Downspouts. 5. Curb cap flashing. 6. Through-wall Flashing 7. Miscellaneous sheet metal accessories. 1.2 RELATED SECTIONS A. 07 52 00 Modified Bituminous Roofing 1.3 REFERENCES A. American Society for Testing and Materials (ASTM). B. National Roofing Contractor's Association (NRCA): NRCA Roofing and Waterproofing Manual, latest edition. C. Sheet Metal and Air Conditioning Contractor's National Association, Inc. (SMACNA): Architectural Sheet Metal Manual, latest edition. D. ANSI/SPRI ES-1: Fabricate and install sheet metal edge flashings and copings to comply with requirements of ANSI/SPRI ES-1 for 110 mph wind speed. 1.4 WARRANTY A. Contractor's Warranty: Provide Owner a written warranty which shall warrant sheet metal work to be free of leaks and defects in materials and workmanship for two years after date of final acceptance by Owner. Rooflink, LLC Sheet Metal, Flashing, and Trim Section 07 62 00-Page 01 Project Number: 20725 07/02/2020 B. For pre-finished metal, provide manufacturer's twenty-year guarantee covering deterioration or failure of the fluoropolymer finish. PART 2 PRODUCTS 2.1 MANUFACTURERS A. Acceptable Pre-finished Sheet Metal Manufacturers: 1. Berridge Manufacturing Company. 2. Peterson Aluminum Corporation (PAC CLAD). 3. Firestone Metal Co (Una-Clad). 4. Or approved equal. 2.2 SHEET METAL MATERIAL A. Pre-finished Metal: "Kynar 500" or "Hylar 5000" fluoropolymer pre-finished G90 galvanized/galvalume sheet metal, minimum 24 gauge. "Kynar 500" or "Hylar 5000" finish shall consist of a two coat Polyvinyladine flouride, minimum 70 percent by weight in coatings, dry film thickness 1 mil,factory applied by metal manufacturer or supplier. Color selected by Owner from manufacturer's standard color chart. 2.3 FASTENERS A. Fasteners shall be same metal as flashing and sheet metal being joined. B. Exposed fasteners shall be self-sealing or gasketed for watertight installation. C. Heads of fasteners, including but not limited to, rivets,screws,and bolts,that are exposed or visible shall have same manufactured finishes as item being secured; color to match when applicable. D. Mechanical Fasteners: 1. Wood Substrate: a. Securement of metal flanged items such as flashing pans, metal edge/fascia, cleats, etc., shall be nails, No. 11 gauge, double hot-dipped galvanized, ASTM A153, steel wire with 3/8-inch (9mm) diameter head and ring shank fasteners for anchoring flanges of sheet metal fabrications shall be of sufficient length to achieve a minimum 1-inch embedment into solid wood substrate. b. Securement of wood to wood shall be nails, No. 11 gauge, double hot-dipped galvanized steel wire nail with ring shank and 9/32-inch (7mm) diameter head. Rooflink, LLC Sheet Metal, Flashing, and Trim Section 07 62 00-Page 02 Project Number: 20725 07/02/2020 C. Securement of exposed items to wood substrate shall be No. 14 stainless steel screw with stainless steel washer and integral rubber seal; length required to provide 1- inch (25mm) penetration minimum into substrate. d. Fasteners for securing roofing materials to wood substrate shall be a hardened steel nail with a 1-inch (25mm) diameter round head and ring shank; length to provide 1- inch (25mm) penetration into substrate, as manufactured by Simplex Nail Co. e. Fasteners for securing steel to wood substrate shall be No. 14 stainless steel wood screw with stainless steel washer and integral rubber seal. 2. Concrete Substrate: a. Fasteners for securing sheet metal items such as surface-mounted counterflashings, termination/compression bars, etc., to concrete substrate shall be a pre-assembled drive anchor with a stainless steel drive screw,a lead/zinc alloy expansion anchor body (1/4-inch (6mm) diameter, 1-1/2-inch [38mm] length) and a stainless steel washer with integral rubber seal (1-1/8-inch diameter). b. Fasteners for securing wood blocking to concrete substrate at roof perimeters shall be 1/2-inch (13mm) diameter(minimum), with 3/4-inch diameter steel washer. a. Fasteners for securing wood to solid masonry at roof perimeters shall be galvanized steel expansion anchor, 3/8-inch (9mm) diameter (minimum), with 3/4-inch diameter steel washer. Fasteners for securing wood to solid masonry for miscellaneous applications shall be 1/4-inch diameter, 2-3/4-inch long coated screw with hex head. 4. Steel Substrate: a. Fasteners for securing plywood to steel substrate shall be self-drilling, 1-1/2-inch long coated No. 10 screw with wafer head. Fasteners for securing wood nailers/blocking to steel substrate shall be self-drilling coated heavy duty screw, 1/4-inch (6mm) diameter (minimum), with 5/8-inch (16mm) diameter washer. 5. Receiver in Reglet: Soft, malleable lead sheet, size and shape to fit in joint and maintain compression against receiver. 6. Washers: Steel washers with bonded rubber sealing gasket. 7. Screws: Self-tapping sheet metal type compatible with material fastened. 8. Rivets: Stainless steel material for the head and stem,closed end, color of head to match sheet metal items being adjoined. 2.4 RELATED MATERIALS A. Adhesives: Type recommended by flashing sheet manufacturer for waterproof and weather resistant seaming and adhesive application of flashing sheet. B. Metal Accessories: Sheet metal clips, straps, anchoring devices, and similar accessory units as required for installation of work, matching or compatible with material being installed, noncorrosive, size and gauge required for performance. Rooflink, LLC Sheet Metal, Flashing, and Trim Section 07 62 00-Page 02 Project Number: 20725 07/02/2020 C. Sealant: 1. Type A: One component polyurethane sealant, color to match finish of metal. 2. Type B: Low modulus silicone sealant for sealing metal-to-metal surface (i.e. metal edge, cover plates); color to match finish of metal. 3. Type C: Self-adhering elastomeric butyl tape, 1/8-inch (3mm) by 3/8-inch (9mm). 4. Type D: One-part gun grade butyl rubber sealant. D. Termination Bar: 1/8-inch (3mm)thick, 1-inch (25mm)wide extruded aluminum bar with flat profile, factory punched oval holes (1/4-inch by 3/8-inch [6mm by 9mm]) spaced 6inches (150mm) on-center. 2.5 FABRICATION—GENERAL A. Fabricate work in accordance with SMACNA Architectural Sheet Metal Manual and other recognized industry practices and reviewed shop drawings. B. Comply with material manufacturer's instructions and recommendations for forming material. C. Shop fabricate work to greatest extent possible. Fabricate inside and outside corners for metal edges, counterflashing, and coping caps. Fabricate corners with equal length legs, minimum 3 feet(1m). D. Fabricate for waterproof and weather resistant performance with expansion provisions for running work sufficient to permanently prevent leakage, damage, or deterioration of work. Form work to fit substrates. E. Make angle bends and folds for interlocking metal with full regard for expansion and contraction to avoid buckling or fullness in metal after installation. F. Form materials with straight lines, sharp angles, smooth curves, and true levels. Avoid tool marks, buckling, and oil canning. G. Lap joints 1-inch (25mm) minimum. Rivet and solder joints on parts that are to be permanently and rigidly assembled for copper, stainless, aluminum, and galvanized steel sheet metal. Install rivets,spaced 1-inch(25mm)on-center and apply solder to secure and seal exposed edge of sheet metal in a uniform continuous bead with smooth top finish. Clean residue upon completion of soldering process. Fabricate sheet metal assemblies so that adjoining sections are nested to achieve continuous metal-to-metal contact. Rooflink, LLC Sheet Metal, Flashing, and Trim Section 07 62 00-Page 03 Project Number: 20725 07/02/2020 H. Seams: 1. Fabricate non-moving seams in sheet metal with flat-lock seams. 2. Pre-finished Galvanized Steel: Seal pre-finished metal seams with rivets, spaced linch (25mm) on-center, and silicone sealant,color to match metal finish. I. Expansion Provisions: Where lapped or bayonet type expansion provisions in work cannot be used or would not be sufficiently waterproof or weatherproof, form expansion joints of intermeshing hooked flanges, not less than 1-inch deep, filled with mastic sealant concealed within joints. J. Sealant Joints: Where movable, non-expansion type joints are indicated or required for proper performance of work, form metal to provide for proper installation of elastomeric sealant in compliance with SMACNA standards. 2.6 FABRICATED ITEMS A. Counter flashings: Minimum 24 gauge prefinished sheet metal formed in maximum 10 foot(3m) lengths. Utilize two piece configuration at masonry walls. B. Wind Clips: Minimum 24 gauge sheet metal, 1-inch (25mm) wide, length to engage counterflashing a minimum of 1/2-inch (13mm). C. Fascia Extender: 24 gauge pre-finished sheet metal. D. Cleats/Clips: 1. Concealed Cleats/Clips: Continuous strips, 22 gauge galvanized steel, same fascia profile as adjacent metal item with 3/4-inch drip edge formed at a 30 degree angle with vertical wall. 2. Exposed Cleats/Clips: 24 gauge prefinished sheet metal. E. Angle Termination Bar: 1-inch by 1-inch (25mm by 25mm) 24 gauge galvanized steel. F. Coping: 24 gauge pre-finished sheet metal with 6-inch(150mm)wide cover plates of same profile. G. Gutter, Brackets, Spacers, and Downspouts: 24 gauge pre-finished sheet metal with 24 gauge perforated pre-finished sheet metal extension. Bracket shall be 1-inch(25mm)wide and 1/8-inch (3mm)thick galvanized steel wrapped with 24 gauge prefinished metal cover. Downspout straps and gutter spacers shall be 1-inch (25mm) wide doublehemmed prefinished sheet metal. Rooflink, LLC Sheet Metal, Flashing, and Trim Section 07 62 00-Page 04 Project Number: 20725 07/02/2020 PART 3 EXECUTION 3.1 EXAMINATION A. Verify that substrates are smooth and clean to extent needed for sheet metal work. B. Verify that reglets, nails, cants, and blocking to receive sheet metal are installed and free of concrete and soil. C. Do not start sheet metal work until conditions are satisfactory. 3.2 INSTALLATION A. Install sheet metal with lines, arises, and angles sharp and true, and plane surfaces free from objectionable wave, warp, or buckle. Exposed edges of sheet metal shall be folded back to form 1/4-inch (6mm) hem on concealed side from view. Finished work shall be free from water retention and leakage under all weather conditions. Install prefabricated corners or transitions at changes in direction, elevation or plane, and at intersections. Locate field joints not less than 12-inches(300mm), nor more than 3 feet (1m)from actual corner. Laps for all metals, except for prefinished metal, shall be 1-inch (25mm) wide, fastened with rivets spaced 1-inch (25mm) on- center and soldered. B. Anchor units of work securely in place to prevent damage or distortion from wind or buckling. Provide for thermal expansion of metal units;conceal fasteners where possible;and set units true to line and level as indicated. Install work with laps, joints, and seams permanently watertight and weatherproof. C. Install fabricated sheet metal items in accordance with manufacturer's installation instructions and recommendations and with SMACNA Architectural Sheet Metal Manual. D. Separations: Provide for separation of metal from non-compatible metal or corrosive substrates by coating concealed surfaces with zinc chromate, bituminous coating, or other permanent separation at locations of contact as recommended by manufacturer or fabricator. Do not use materials incompatible with roofing system. E. Continuous Cleat: At exposed edges of gravel guards, fascias, cap flashings, and where required, attach continuous cleat at 6-inches (150mm) on-center with appropriate fasteners positioned on the vertical face and fastened into 2X blocking, and concrete/masonry substrate or metal or steel. At a distance of 10 feet (3m) from each direction of corner, install fasteners 3-inches(75mm) on- center. Install cleat so fascia extends a minimum of 1-inch (25mm) below top of exterior wall finish. Rooflink, LLC Sheet Metal, Flashing, and Trim Section 07 62 00-Page 05 Project Number: 20725 07/02/2020 F. Counter flashings: 1. Install counter flashings under equipment housing flanges and receivers along rise or parapet walls to extend a minimum of 4-inches below top edge of base flashing. 2. Secure counter flashing at 6-inches (150mm) on-center with self-tapping screws. 3. Install receivers extending behind wall finish and secure vertical flange of receive 6inches on- center and extend underlayment over vertical flange. 4. Lap adjacent sections of receivers and counter flashings a minimum of 4-inches (100mm). Apply a continuous bead of sealant,Type B, in lap. 5. Secure counterflashing to receiver utilizing self-tapping screws spaced 6-inches (150mm) on- center. 6. Install wind clips to termination bar spaced 24-inches(600mm) on-center. 7. Fabricate the counter flashing to form an integral closure at terminations. G. Coping: 1. Install new wood nailers and/or wood nailers on top of wall to have a resulting positive slope (minimum 1-inch per foot)toward roof. 2. Install and adhere PVC flashing membrane over the wood substrate extending a minimum of 1-inch below top of wall system. Lap ends minimum of 3-inches (75mm) and secure membrane in place on exterior vertical face. 3. Install metal coping allowing 1/2-inch (13mm) spaces between segments. Lock coping onto cleat and install appropriate fasteners through the interior fascia spaced 24-inches (600mm) on-center in enlarged holes. 4. Install cover plate centered over coping joint in continuous beads of sealant, Type B, placed approximately 1-inch (25mm)from cover edges. 5. Install appropriate fastener through neoprene washer and cover plate between coping segments. 6. Accommodate building wall expansion joints by terminating coping joints and cleats either side of expansion joint. Do not run coping or cleats continuous across joints. Install coping cover plate to span across joint and lap coping on each side of joint a minimum of 4- inches (100mm). Fasten cover plate on one side of joint only. 7. Fabricate transitions of changes in direction, wall size, or elevation from one-piece with sealed and riveted lap seams. 8. Install cap bead of sealant over lap seam in coping at corners. Apply tape on coping to provide straight edges of tooled cap bead. Remove tape upon completion of roofing. H. Gutter/Downspout: 1. Support gutter with brackets spaced 3 feet (1m) on-center. Secure bracket to substrate with appropriate fastener,two per bracket, and attach to top edge of gutter. 2. Install gutter spacer spaced 3 feet (1m) on-center attached to front and back of gutter with pop rivets. Stagger spacer from location of brackets. 3. Lap joints in gutters 2-inches (50mm). Apply a continuous bead of sealant, Type B, between lap and install two rows of rivets spaced on 1-inch (25mm) centers, staggered. Lap joints in direction of flow of water within gutter. Rooflink, LLC Sheet Metal, Flashing, and Trim Section 07 62 00-Page 06 Project Number: 20725 07/02/2020 4. Install new downspouts plumb and level, attached to columns or wall with straps located at top and bottom of downspout and 10 feet(3m)on-center, located at joints in downspouts. 5. Extend downspouts into inlet or pipe. Install splash block under downspouts that discharge onto the ground or roof surface. Install splash block over a protection pad for downspouts located at roof level. 6. Provide expansion joints on ends of gutters spaced at 50 feet(16m)on-center, maximum. Install snapped-on cover over expansion joint. I. Through-wall flashing: 1. Install new through-wall receiver and counterflashing and fasten to back-up substrate. 2. Strip-in top of through-wall counterflashing with a three course application of roof cement and fabric or self-adhering elastic membrane/weather resistive barrier. 3. Overlap adjacent sections of through-wall flashing a minimum of 4-inches (100mm), sandwich sealant in lap, pop rivet, and solder. 4. Provide continuous through-wall flashing in stair-step configuration when installed in sloping fashion parallel to face of brick. 5. Adhere flexible through-wall flashing membrane to sheet metal through-wall flashing. 6. Install end dams, extend vertically upward a minimum of 1-inch (25mm) at terminations and penetrations in through-wall flashing. 7. Install new counter flashings into through-wall receivers; overlap 4-inches(100mm) over base flashing, lap ends at 3-inches (75mm). 8. Fasten counter flashing to through-wall receivers at 12-inches (300mm) on-center with grommetted screws. 3.3 CLEANING A. Leave work clean and free of stains, scrap, and debris. B. Clean exposed metal surfaces, removing substances which might cause corrosion of metal or deterioration/damage of finishes. Paint (color to match) areas of prefinished sheet metal where finish is damaged. Replace sheet metal items when damaged finish can not be repaired to an acceptable condition. C. Paint galvanized sheet metal flashings that have been soiled from work and cannot be cleaned. Use medium nap roller to apply paint to surfaces to achieve monolithic finished color. D. Remove deposits and other contaminants from exposed prefinished sheet metal flashings. -END- Rooflink, LLC Sheet Metal, Flashing, and Trim Section 07 62 00-Page 07 Project Number: 20725 07/02/2020 D�/ae/ao zxx xxn x�a Wit m RCVISxIN DCSCRIPixIN CADD p11t RVM H4 0 NIC ° TO aHVAC El e El M. ❑ ❑ El o o a T �a A j 7 r II 73_r Rooflink RRWECT NoerR rb Riverslde Municipal Court Zm MNYMb,llaA NwtiY,VbN,M100 TREE o 0 O Roof Plan ❑ DmGN "x 1 w/oe/m I mE No.ooi-1001 CAM %XxI %x/)0(/70( ISCALE AS 94ftW -- REVWW I I REV. o MWECT No. 02 —---- - -- Roof Plan na[ oo RnwR ooaniaR uoo n« w. sn 6 T H n NIC NIC ALL .�...r"".�: .. r`. RooFlink Riverside Community Center �� YYMW RI/�b.R`w1Y.IdlM,i TrrLE . orsaR ba ,oVnyra rLE N,. o, aoo na �a/ia/foc =ME �s morn Rrvkw F". o PRoaa Ro. o, Roof Plan Riverside Administration Building Details F r� ,k Existing detail to be reused if possible, new sealant required after being reflashed. Install %" dens deck primed for a clean flashing surface. Flash high wall up to 18" using modified bituminous system. Install a surface mounted counter flashing and flash the rest of the wall with 60 mil PVC up and over the outside face. Riverside Community Center Details Remove all temporary patches and all sealant to existing substrate. Flash per specifications. — oil '-' }` •�¢":y'9'� �l.C4 p "`'mea' Rework existing reglet/counter flashing to be more seamless and watertight. Do not extend reglet above existing coping, but stair-step or find suitable solution to masonry wall flashing situation. h i On tall walls, Install %" dens deck prime to ensure a clean surface. Flash using modified bituminous flashing system up to 18". Install surface mounted counter flashing and flash above with 60 mil PVC membrane up and over the wall assembly. s ��g �Y Raise reglet/counter flashing on kitchen roof to meet roofing manufacturers' minimum flashing requirements. CITY OF RIVERSI MISSOURI Upstream from ordinary. NOTICE TO PROCEED DATE: ���R �Oa.l7 PROJECT: :; v�So b,E Cr�k N A(I Co�+►•�u r)� C_p�tE1� eon t0.141 PROJECT NO.: A07cA5 ORDINANCE / RESOLUTION: �-J-QaD -©?/ (approved TO: Contractor: -bc 1+A X n n Oy A Iy E L e-O-V (address) i4lqlrA k AyE• You are hereby notified to commence work on or after the 1� ` day of , 20_.20 in accordance with the Agreement datedp��v�t_(�Q� The work shall be substantially completed within ,-L-© Calendar Days. The date of substantial completion is ©L The project shall be completed and ready for final payment by 11 Oy,10T:1-Da CITY OF RI DE (Owner) BY: Ld *adEK al, City mi ' trator Receipt of the above NOTICE TO PROCEEereby acknowledged BY: M1IMEIV 171a�V.a- Da.4sa-tzm,:5 gnA&WnE&L- (Title) this the 01 day of 064 . 20 ZZ) . 8 CITY of RIVERS I Certificate of Substantial Completion MISSOURI_ to be completed after substantial completion of the project) Project Name: Owner of Project: City Hall and Community Center Roofing City of Riverside Project This Itentativel Idefinitel Certificate of Substantial Completion applies to: ❑ All Work under the Contract Documents: ❑ The following specified portions of the Work: Date of Substantial Completion The Work to which this Certificate applies has been inspected by authorized representatives of the Owner and Contractor, and found to be substantially complete. The Date of Substantial Completion of the Project or portion thereof designated above is hereby declared and is also the date of commencement of applicable warranties required by the Contract Documents, except as stated below. A [tentative] [definitive] list of items to be completed or corrected is attached hereto. This list may not be all-inclusive, and the failure to include any items on such list does not alter the responsibility of the Contractor to complete all Work in accordance with the Contract Documents. The responsibilities between Owner and Contractor for security, operation, safety, maintenance, heat, utilities, insurance and warranties shall be as provided in the Contract Documents except as amended as follows: ❑Amended Responsibilities ❑Not Amended Owner's Amended Responsibilities: Contractor's Amended Responsibilities: The following documents are attached to and made part of this Certificate: This Certificate does not constitute an acceptance of Work not in accordance with the Contract Documents nor is it a release of Contractor's obligation to complete the Work in accordance with the Contract Documents. Accepted by Contractor (Print& Sign) Date Accepted by Owner (Print& Sign) Date ORIGINAL DOCUMENT DO NOT AGREEMENT REMOVE BETWEEN CITY OF RIVERSIDE, MISSOURI AND Contractor: Delta Innovative Services Inc. FOR COMPLETION OF Riverside City Hall and Community Center Roofing Project ORDINANCE / RESOLUTION NO.: R-2020-081 CONTRACT PRICE: $207,000.00 ORIGINAL DOCUMENT DO NOT REMOVE INVITATION TO BID RIVERSIDE CITY HALL AND COMMUNITY CENTER ROOFING PROJECT City of Riverside, Missouri August 19, 2020 1 CITY OF RIVERSIDE, MISSOURI ADVERTISEMENT FOR BIDS Sealed bids for the City Hall and Community Center Roofing Project will be received by the City Clerk at Riverside City Hall, 2950 NW Vivion Road, Riverside, Missouri until 10:00 a.m., August 19, 2020, and then publicly opened and read aloud at Riverside City Hall. Bid and Contract Documents may be obtained at Riverside City Hall, or on the City of Riverside's website, www.riversidemo.com. The City reserves the right to waive any informality or to reject any or all bids. 2 CITY OF RIVERSIDE, MISSOURI INFORMATION FOR BIDDERS The City of Riverside, Missouri(the"City")invites sealed bids for the City Hall and Community Center Roof Proiect 1. Receipt and OpeninE of Bids. Bids will be received by the City at the office of the City Clerk, Riverside City Hall, 2950 NW Vivion Road, Riverside, MO 64150, until 10:00 a.m., on August 19, 2020, at which time all sealed bids will be publicly opened and read. The envelope containing the bids must be sealed, clearly marked on the outside of the envelope "City Hall and Community Center Roofing Project"and addressed to the City Clerk at Riverside City Hall. The City reserves the right to award the contract by sections, to accept or reject any and all bids, to waive any technicalities or irregularities therein, to negotiate further with the selected bidder, to determine in its sole discretion the lowest responsive and responsible bidder, and to award the contract on such basis. Any bid may be withdrawn at the request of the bidder for return of the bid packet submitted by filing a written request with the City Clerk prior to the above scheduled time for the opening of bids or authorized postponement thereof. Any bid received after the time and date specified shall not be considered. No bidder may withdraw a bid within 90 days after the actual date of the opening thereof without forfeiture of the Bid Security, if applicable. 2. Resection of all Bids. If the City rejects all Bids, the City may: (1) re-advertise or re-solicit Bids following the City's normal bidding procedure; or(2) use an expedited Bid submission schedule when the City determines that the delay would not be in the best interest of the project or the City. BIDDER AGREES THAT REJECTION SHALL CREATE NO LIABILITY ON THE PART OF THE CITY BECAUSE OF SUCH REJECTION, AND THE SUBMISSION OF ANY BID IN RESPONSE TO THIS INVITATION SHALL CONSTITUTE AN AGREEMENT OF THE BIDDER TO THESE CONDITIONS. 3. Preparation and Submission of Bid. Each bid must be submitted on the prescribed form(s) and accompanied by an Affidavit of Work Authorization. All blank spaces for bid prices must be filled in, in ink or typewritten, in both words and figures. On alternate items for which a bid is not submitted, a written indication of"no bid" on the bid form is required. No oral, electronic, facsimile or telephonic bids or alterations will be considered. CONTRACTORS SHOULD READ AND BE FULLY FAMILIAR WITH ALL BIDDING AND CONTRACT DOCUMENTS BEFORE SUBMITTING A BID. IN SUBMITTING A BID, THE BIDDER WARRANTS THAT IT HAS READ THE BIDDING AND CONTRACT DOCUMENTS AND IS FULLY FAMILIAR THEREWITH, THAT CONTRACTOR HAS VISITED THE SITE OF THE WORK TO FULLY INFORM ITSELF AS TO ALL EXISTING CONDITIONS AND LIMITATIONS, AND CONTRACTOR HAS INCLUDED IN THE BID A SUM TO COVER THE COST OF ALL ITEMS OF THE WORK. The submission of a bid will constitute an incontrovertible representation by the bidder that the Bid Documents are sufficient in scope and detail to indicate and convey understanding of all terms and conditions for performance of the work. 3 Bids by a corporation must be executed in the corporate name by the president or a vice-president (or other corporate officer accompanied by evidence of authority to sign) and the corporate seal must be affixed and attested by the secretary or an assistant secretary. The corporate address shall be shown below the signature. Bids by a partnership must be executed in the partnership name and signed by a partner, whose title must appear under the signature and the official address of the partnership must be shown below the signature. 4. Addenda and Interpretations: Refer to Project Manual and specifications. 5. Substitute Material and Equipment: Refer to Project Manual and Specifications. 6. Subcontracts: Refer to Project Manual and Specifications. 7. Qualifications of Bidder: The City may make such investigations as it deems necessary to determine the ability of the bidder to perform the work, and the bidder shall furnish to the City all such information and data for this purpose as the City may request. The City reserves the right to reject any bid if the evidence submitted by, or investigation of, such bidder fails to satisfy the City that such bidder is properly qualified to carry out the obligations of the contract and to complete the work contemplated therein. Conditional bids will not be accepted. At a minimum, each Bidder must submit the following information with the Bid: Authority to Do Business in Missouri. Each bid must contain evidence of bidder's qualification and good standing to do business in the State of Missouri or covenant to obtain such qualification prior to award of the contract. Statement of Assurances. Provide affirmation of the following items: • Statement that Bidder is current on payment of Federal and State income tax withholdings and unemployment insurance payments • Statement that the Bidder has not been rescinded or debarred from any bidding, contractual, procurement or other such programs by federal state or local entities. • Statement of Bidder's litigation and/or arbitration history over the past seven (7) years including final ruling. Pending cases must be disclosed with a notation that the matter is still unresolved. • Provide sworn affidavits as outlined in the Information to Bidders' concerning Bidder's participation in the federal work authorization program. • Statement that there is no collusion or fraud with reference to illegal relationships of bidders and representatives of the City,bid pooling or straw bids 8. Time of Completion and Liquidated Damages: Bidder must agree to commence work on or before a date to be specified in a written "Notice to Proceed" of the City and to fully complete the project within ap-reed upon consecutive Calendar Days thereafter. 9. Conditions of Work: Each bidder must inform himself fully of the conditions relating to the construction of the project and the employment of labor thereon. Failure to do so will not relieve a 4 successful bidder of its obligation to furnish all material and labor necessary to carry out the provisions of the contract. Insofar as possible the Contractor, in carrying out the work, must employ such methods or means as will not cause any interruption of or interference with the work of any other contractor. 10. Laws and Regulations: The bidder's attention is directed to the fact that all applicable federal and state laws,municipal ordinances, and the rules and regulations of all authorities having jurisdiction over the project shall apply to the contract throughout, and they will be deemed to be included in the contract the same as though herein written out in full. 11. Method of Award - Lowest Responsible Bidder: The contract will be awarded to the "lowest responsible bidder". If this solicitation includes Bid Alternates, the City, in its sole discretion, may include any, all or none of the Alternates in determining the lowest responsible Bid. The City may include the Alternates in any combination and in any order or priority as deemed in the best interest of the City. The City may make this determination at any time after bid closing and prior to contract award. The City will act in the best interest of the City in determining whether to include any, all or none of the Alternates and the combination and priority of any Alternates selected. If additional funding becomes available after Contract award,the City may add any or all of the Alternates to the Agreement by Change Order. The City may consider the qualifications and experience of subcontractors and other persons and organizations (including those who are to furnish the principal items of material or equipment) proposed for portions of the work. The City prefers a bidder operating within the KC metro area. 12. Oblization of Bidder: At the time of the opening of bids, each bidder will be presumed to have inspected the site and to have read and to be thoroughly familiar with the plans and Contract Documents (including all addenda). The failure or omission of any bidder to examine any form, instrument, or document shall in no way relieve any bidder from any obligation in respect to the bid submitted. On request, City will provide each Bidder access to the site to conduct such investigations and tests as each Bidder deems necessary for submission of his bid. 13. Federal Work Authorization Proeram Participation: Bidders are informed that pursuant to Section 285.530, RSMo, as a condition of the award of any contract in excess of five thousand dollars ($5,000), the successful bidder shall, by sworn affidavit and provision of documentation, affirm its enrollment and participation if a federal work authorization program with respect to the employees working in connection to the contracted services. The affidavit shall further provide that the successful bidder does not knowingly employ any person who is an unauthorized alien in connection to the contracted services. 14. Proof of Lawful Presence: RSMo 208.009 requires that contractors provide affirmative proof that the Contractor is a citizen or permanent resident of the United States or is lawfully present in the United States. Affirmative proof can be established through a Valid Driver's License; US Birth Certificate (certified with an embossed, stamped or raised seal issued by a state or local government — hospital certificates are not acceptable); US Passport (valid or expired); US Certificate of Citizenship, Naturalization or Birth Abroad; US Military Identification Card or Discharge Papers accompanied by a copy of US Birth Certificate issued by a state or local government. 15. Reserved: 5 16. American Products: Pursuant to RSMo 34.353, any manufactured good or commodities used or supplied in the performance of the contract (or subcontract) shall be manufactured or produced in the United States, unless determined to be exempt as provided in state law. 17. Transient Employers: Pursuant to RSMo 285.230, every transient employer (employer not domiciled in Missouri) must post in a prominent and easily accessible place at the work site a clearly legible copy of the following: 1) Notice of registration for employer withholding issued by the Missouri Director of Revenue, 2) Proof of coverage for workers' compensation insurance or self- insurance verified by the Missouri Department of Revenue through the records of the Division of Workers Compensation; and 3) Notice of registration for unemployment insurance issued to such employer by the Division of Employment Security. Contractor shall be liable for a penalty of$500.00 per day until such notices required by RSMo 285.230 et seq. are posted. 18. Current City Business License: The successful bidder, and all subcontractors, shall obtain a current city business license prior to beginning construction. 19. Sales Tax Exemption Certificate: The City will supply the Contractor with a Project Exemption Certificate for use in purchasing materials and supplies used on the project. The Contractor shall, in preparing its bid, omit from its computed costs all sales and use taxes related to the purchase of materials or other tangible personal property incorporated into or consumed in the construction of the Project. 20. Non Discrimination and Equal Opportunity: Contractor shall ensure that all employees are treated equally without regard to their race,color,religion, sex, age,handicap or national origin. 21. Insurance: Contractor shall provide certificate of insurance evidencing general commercial insurance coverage in an amount not less than $1,000,000, as well as workers' compensation in amount not less than the statutory amount. 22. Signing of Agreement: When City gives a Notice of Award to the successful bidder, it will be accompanied by the required number of unsigned counterparts of the Agreement and all other Contract Documents. Within twenty (20) days thereafter Contractor shall sign and deliver at least three (3) counterparts of the Agreement to City with all other Contract Documents attached and signed as required, together with the required bonds,evidence of insurance,city licenses and work authorization affidavit and documentation. Within ten (10) days thereafter City will deliver all fully signed counterparts to Contractor. The City may issue a Notice to Proceed with or at any time after delivery of signed counterparts to Contractor. EXHIBIT A—SCOPE OF WORK REFER TO PROJECT MANUAL. CONTRACTOR SHALL PURCHASE A RIVERSIDE CITY BUSINESS LICENSE AND PROVIDE AN INSURANCE CERTIFICATE. 6 Project Manual and Specifications For Roofing of: Riverside City Hall Building& Community Center 2950 NW Vivion Road Riverside, MO 64150 Consultant: Public Works Director: Rooflink, LLC Tom Wooddell 15954 S. Mur-Len Rd. #221 4200 NW Riverside St. Olathe, KS 66062 Riverside MO 64150 (913) 274-8484 (816) 372-9050 Ahk Rooflink Project Manual Date: 07/20/2020 Rooflink, LLC Cover Section 00 01 01-Page 1 Project Number: 20725 07/20/2020 Table of Contents Division 00-Procurement and Contracting Requirements 000101 Cover 00 01 10 Table of Contents 00 01 11 Project Directory 00 21 12 Summary of Bidding Requirements 00 21 13 Instructions to Bidders 00 41 00 Bid Form Annual Wage Order No. 27 Sample Contract Agreement Division 01-General Requirements 011100 Summary of Work 01 30 00 Project Administration Pre-Job Submittals&Safety Project Procedures Warranties& Project Closeout Division 2-Existing Conditions 024100 Roof Demolition and Cleanup Division 06-Wood, Plastics, and Composites 06 10 00 Miscellaneous Rough Carpentry Division 7-Thermal and Moisture Protection 07 52 00 Modified Bituminous Roofing 07 62 00 Sheet Metal Flashing and Trim Roof Plans/Photo Details Rooflink, LLC Table of Contents Section 00 01 10-Page 1 Project Number: 20725 07/02/2020 Division 00-Procurement and Contracting Requirements Section 00 0111 Project Directory Project: Riverside City Hall Building and Community Center Roof Recover Project 2950 NW Vivion Road Riverside, MO 64150 Project Number: 20725 Owner&Contact: City of Riverside -Tom Wooddell, Public Works Director 2950 NW Vivion Road Riverside, MO 64150 (816) 372-9050 twooddell@riversidemo.com Consultant: Rooflink, LLC 15954 S. Mur-Len Rd. #221 Olathe, KS 66062 Jason Pollard, RRO (913) 274-8484 rooflinkllc@gmail.com -END- Rooflink, LLC Project Directory Section 00 01 11-Page 1 Project Number: 20725 07/02/202 Section 00 2112 Summary of Bidding Requirements Project: Riverside City Hall Building and Community Center 2950 NW Vivion Road Riverside, MO 64150 Project Number: 20725 Project Description: Riverside City Hall Building-remove wet insulation and replace with like products, remove all flashings, and sheet metal. Install a %" dens deck prime in 2 part UTA per manufacturers written requirements. Install a 2 ply modified roof system using cold adhesive ensuring a water tight roof assembly. Flash all penetrations with liquid flashing. Flash all walls and curbs using a 2 ply modified flashing assembly. Fasten %" dens deck prime to high walls for clean flashing surface. Flash high walls up to 18" with modified bitumen flashing system and terminate with termination bar and surface mounted counter flashing. Flash high walls with PVC single ply membrane fully adhered to the substrate and over the top of the wall. Install new metal (coping, scuppers, conductor heads, downspouts, etc.) per SMACNA requirements. Riverside Community Center-Wet vac all loose gravel from roof assembly. Remove all flashings and sheet metal. Install a %" dens deck prime in 2 part UTA per manufacturers written requirements. Install a 2 ply modified roof system using cold adhesive ensuring a water tight roof assembly. Flash all penetrations with liquid flashing. Flash all walls and curbs using a 2 ply modified flashing assembly. Fasten %" dens deck prime to high walls for clean flashing surface. Flash high walls up to 18" with modified bitumen flashing system and terminate with termination bar and surface mounted counter flashing. Flash high walls with PVC single ply membrane fully adhered to the substrate and over the top of the wall. Install new metal (coping, scuppers, conductor heads, downspouts, etc.) per SMACNA requirements. Bid Due Date: Deliver Bids To: City Clerk at City of Riverside 2950 NW Vivion Road Riverside, MO 64150 Rooflink, LLC Summary of Bidding Requirements Section 00 21 12-Page 1 Project Number: 20725 07/02/2020 Bid Form: Use form provided with bidding documents Bid Opening: August 19, 2020 at 10 a.m. Bid Security: Five percent(5%) of the total cost of the proposed work Performance and Payment Bond: One hundred percent (100%) of the contract amount of the base bid Addenda: Per section 00 21 13-Instructions to bidders Contract Form: Provided in document. Schedule: Bidder to specify time of construction on bid form Questions: Address all question to Rooflink Attn:Jason Pollard @ rooflinkllc@gmail.com Or Tom Wooddell, Public Works Director at twooddell@riversidemo.com -END- Rooflink, LLC Summary of Bidding Requirements Section 00 21 12-Page 2 Project Number: 20725 07/02/2020 Section 00 21 13 Instructions to Bidders 1.01 Preparation of Bids A. Bids shall be submitted on Section 00 4101-Bid Form, as included in the bidding document. B. All bids must be legible by being type written or with ink. C. Bids must be submitted in sealed envelopes with the bidder and their address legible. Envelopes should be marked: Attn: City Clerk, "Riverside City Hall Building and Community Center Roofing Projects" 1.02 Receipt and Opening of Bids A. Bids will be received by the owner until Wednesday, August 19th, 2020 at 10 a.m. B. Bids received after the specified time will be considered late and therefore not considered. C. Any bid not prepared or submitted in accordance with the Instructions to Bidders may be rejected, at the owner's sole discretion. D. The owner may, when in its best interest, reject any and all bids or waive any inconsistencies in bids received. Owner reserves the right to select"best" bid. E. Any bid may be written prior to scheduled time for bid opening, withdraw of bids must be done via email to the consultant's email address listed above. F. No bid may be withdrawn within 60 calendar days after the opening of bids. G. Bid may remain valid beyond 60 calendar days, at the bidder's option. 1.03 Examination of the Construction Documents and Project Site A. Before submitting a bid, each bidder shall carefully examine all of the construction documents and the project site. Pre-bid will be mandatory to submit a bid. B. Bidder shall become fully aware prior to bidding of all existing conditions and limitations under which the work will be performed. All considerations shall be reflected in their final bid. No allowance will be made to any bidder because of lack of knowledge of the bid documents or project site and its limitations. Submission of a bid will be construed as the contractor is aware of all information and bid documents and accepts those conditions as described herein. The bidder is responsible for asking all questions for clarification prior to submitting their bid. Rooflink, LLC Instructions to Bidders Section 00 21 13-Page 1 Project Number: 20725 02/20/2020 1.04 Addendum and Clarifications A. Bidders shall issue a written request for clarification for any aspect of the bidding documents, existing conditions, or project requirements that the bidder questions. B. Request for clarification shall be in writing and must be received at least 7 days prior to the date for opening of bids. All requests for clarification shall be sent to the consultant via email at rooflinkllc@gmail.com, or Public Works Director at twooddell@riversidemo.com . All clarifications will be delivered to all prospective bidders via electronic addenda not less than 5 days prior to bid opening. It is the bidder's responsibility to review all addenda prior to submitting their bid. Failure to review all addenda's or clarifications will not relieve bidder from obligation under their bid. Addenda as issued will become part of the Bidding and Contract Documents. C. The Owner reserves the right to revise or amend the specifications, drawing, or scope of the project prior to the bid date set herein. Any revisions will be sent out to all bidders via addenda no less than 5 day prior to bid opening. Due to any significant changes to the project, the owner has the right to extend the bid date and will give the bidders time to change or modify their bids as necessary. An addenda will be issued with any changes, as well as the new bid date to all bidders. D. Bidder shall acknowledge receipt of all addenda where this information is requested on the bid form. Failure to correctly acknowledge receipt of all addenda may result in rejection of the bid. 1.05 Contractor's Designated Area A. Storage of equipment and materials is only permitted in the designated areas at the project site as directed by the owner's representative. 1.06 Time of Completion A. Project must be completed within the time schedule as stipulated on the bid form. Bidders shall propose their project construction schedule on the bid form. 1.07 Bonds A. Bids must be accompanied by bid security of not less than 5 percent of the total proposed cost of the work including the base bid and all alternates, which may be a bid bond, or certified cashier's check made payable to the owner.The bid security will be forfeited as liquidated damages if the bidder fails to execute the contract and provide contract bonds and required insurance documentation within 10 days after notification of award unless such date is extended in writing by the owner. B. The successful bidder will be required to execute a Performance Bond and a Payment Bond each equaling the contract sum. Cost of bonds shall be included in the bid, and shall be representative of the combined sum of the base bid and all alternates. C. Forms for bonds herein referred to will be the American Institute of Architects (AIA) forms, latest edition, and will be part of the Contract Documents, and will be held binding to all Contractors and Subcontractors: Rooflink, LLC Instructions to Bidders Section 00 21 13-Page 2 Project Number: 20725 07/02/2020 1. Bid Bond: AIA Form A310 2. Performance and Payment Bond: AIA Form A312 Forms for bonds are not included in these bidding documents, but are incorporated by reference as if fully set out herein. 1.08 A. This project is to be exempt from Missouri state sales tax. Upon receipt of a signed contract, City of Riverside will provide to the successful bidder an exemption certificate for Missouri sales tax. In the event that an exemption certificate is not provided,the contract amount will be adjusted by change order. Contractors are advised not to purchase materials for this project until they have received the properly executed exemption certificate. Sales tax billed to the contractor for purchases prior to the exemption certificate being issued will not be compensated by the City of Riverside. 1.09 Conditions Affecting the Work A. Bidders shall visit the site and take all steps reasonably necessary to obtain all information including the nature and location of the work,general and local conditions, and scope of the project. Failure to do so will not relieve bidders from the responsibility for estimating properly the difficulty or the cost of successfully completing the work. B. Bidders shall issue a written request for clarification for any aspect of the project requirements the bidder considers insufficiently defined. 1.10 Award of Contract A. Award will be made to the responsive, responsible bidder or best bid. B. Bidders shall be aware that if they do not complete all of Section 00 4101-Bid Form, their bid will be considered incomplete. 1.11 Conditions of Bid Form A. Printed conditions on letterhead or other forms not included in the bid documents in these documents will be disregarded by the owner and will not become part of the Contract Documents. B. Bidders are advised that inclusion of any condition, which is in conflict with the requirements of the bidding documents, may result in rejection of the bid. 1.12 Execution of Agreement A. The sample form of the agreement that the successful bidder will be required to execute is included in the Bidding Documents. Any objection to the terms of the sample agreement shall be submitted on the bidder's letterhead at the time of the bid submission. B. The contract shall be executed as follows: 1. Within 10 days after notice of award and receipt of the agreement forms from the owner, the successful bidder shall sign and deliver all required copies to the owner. At delivery of the signed agreement,the successful bidder shall deliver to the owner the Performance bond, Payment bond, and the policies of insurance or insurance certificates as required by the Contract Documents Rooflink, LLC Instructions to Bidders Section 00 21 13-Page 3 Project Number: 20725 07/02/2020 2. The work required by the contract documents shall not commence until the signed agreement is fully executed by the owner, and all bonds and insurance certificates have been received and approved. 3. Failure or refusal to furnish signed agreement forms, bonds, and/or insurance certificates in satisfactory form to the owner will prevent execution of the agreement by the owner, and will subject the contractor to loss of time from the allowable construction period equal to the time of delay in furnishing the required documents. 1.13 Pre-Bid Site Inspection A. The pre-bid site inspection is necessary to submit an accurate and responsive bid and therefore is deemed mandatory for this project. B. Bidders shall arrange for any subcontract bidders to participate in the pre-bid site inspection. 1.14 Code Compliance and Permitting A. Bids must be in compliance with all local, state, and applicable codes. Contract price is to be based on compliance with all codes. B. The successful bidder shall be responsible to obtain any and all permits required to perform the work on this project. Bidders shall include the cost for all required permits in the proposed prices. 1.15 Proof of Competency A. All bidders shall be contractors licensed to perform the specified work at the project location. The roofing contractor must be trained and approved by the roofing manufacturer and able to perform the work described in the bidding documents. Contractor and all subcontractors must be licensed by all state and local laws as required. B. To help the owner and consultant in determining the qualifications of the bidder, the bidder may be required to furnish satisfactory evidence of their experience with the specified systems and assemblies, as well as,financial or any other resources that will be required to complete the work. 1.16 Subcontractors A. Upon request of the owner, bidder will be required to establish to the satisfaction of the owner the reliability and responsibility of the proposed subcontractors to furnish and perform work for which the subcontractor is proposed. No subcontractors will be allowed to perform roofing installation work unless approved in writing by the owner. B. Prior to the contract award, the owner will notify the bidder in writing if there is any objection to a proposed subcontractor. C. If the owner refuses to accept a proposed subcontractor,the bidder may propose a new subcontractor acceptable to the owner without changing the contract sum. 1.17 Substitutions A. Do not substitute alternative products, equipment, or installation procedures unless allowed by the contract documents with written authorized approval by the owner. Rooflink, LLC Instructions to Bidders Section 00 21 13-Page 4 Project Number: 20725 07/02/2020 B. Proposed substitutions will be considered based on the conditions and procedures of the contract documents. C. As part of the proposed substitution,the contractor shall furnish a detailed and complete comparison of the proposed products or systems to the associated basis of design. D. Substitutions shall be emailed to the owner's representative during the bidding process at least 7 days prior to the bid due date. No guarantee of approval of any proposed substitutions is implied unless documented via addenda to the contract documents during the bid process. E. Approval of substitutions in not guaranteed and the owners representative's decision will be final. -END- A,L, Roofl i n k Riverside Administration Building and Community Center Addendum#1 August 10, 2020 The below questions were asked after the pre-bid on August 6, 2020. No other questions were received: 1. Will there be a minimum quantity of wet removal and infill to be provided to be included in our bid? -Yes, please include 100 Sq. Ft. on the administration building&50 Sq. Ft.on the Community Center 2. Will a unit cost be added to the bid form for additional wet removal and infill? -Yes, please see attached updated bid form 3. 0111-page 2-4 E indicates walkway as required by the owner's representative. This needs to be a set amount for bidding purposes. -Please figure adding walkways around all 4 sides of the units and exit side of roof hatches. 4. Does the lightning protection need to be recertified after reinstallation? -No,the City of Riverside will be responsible for this. 5. Are the existing gutters to be replaced? -No, leave all existing gutters in place. Strip in all gutter laps with ER Systems H.E.R. system. 6. Are the existing splash blocks to be replaced? -Leave the existing splash blocks in place. Replace any damaged splash blocks. 7. Are the drain strainers to be replaced with cast iron? -Yes, replace all drain strainers with cast iron. S. Do the units need to be raised on the Community Center to allow for proper flashing? -Yes,the units need to be raised to allow for proper flashing of the curb details. 9. What is the detail for this photo? fly int r;- * 4 N I } �y4yL_m .♦ Here is the recommendation approved from one of the specified manufacturers: 1. Terminate the DD Prime 6" Short of the metal slip flashing. 2. Terminate the base sheet 3" Short of the metal slip flashing. 3. Terminate the cap sheet up tight to the metal slip flashing. 4. Prep the metal with metal primer. 5. Strip in a 6" piece of(grey) liquid flashing resin. Covering the transition. Base Layer, Reinforcement,Top Layer Section 00 4101 BID FORM Name of Bidder: Date of Bid: 1.01 Pursuant to and in compliance with the invitation to bid and the bidding documents relating to the construction of: Riverside Administration Building and Community Center Roof Recover 2950 NW Vivion Road Riverside, MO 64150 Project Number: 20725 The undersigned, having become thoroughly familiar with the terms and conditions of the bidding documents and with local conditions afflicting the performance and the cost of work at the place where the work is to be performed and after been given ample opportunity to fully inspect the site in all particulars, hereby proposes and agrees to fully perform the work within the time stated, including furnishing any and all labor, materials,services,equipment, and all applicable taxes necessary to construct and complete said work in accordance with the Contract Documents for the following sums of money: A. Base Bid Administration Building: Tear off and remove all flashings and metal, install new modified roof assembly and sheet metal as specified: Dollars Approximate square footage included in the bid Sq. Ft. B. Base Bid Community Center: Tear off and remove all flashings and metal, install new modified roof assembly and sheet metal as specified: Dollars Approximate square footage included in the bid Sq. Ft. C. Base Bid Combined: Combined price of base bid A& base bid B: Dollars ($ ) Approximate square footage included in the bid Sq. Ft. D. Unit Pricing 1. Remove and replace any damaged or rotted wood nailers (per board foot) 2. Remove and replace any wet insulation (per in./board foot) E. Performance and Payment Bond 1. This bid includes the cost of the performance and payment bond. By signing and submitting this bid,the bidder certifies that they will furnish these bonds in amounts sufficient to cover the total proposed cost of work, including base bids and all alternates. The bonds shall be amended and maintained current with all contract change orders. Rooflink, LLC Bid Form Section 00 4101-Page 1 Project Number: 20725 07/02/2020 2. The cost of these bonds is %of the total proposed cost of work including base bid and all alternates. A. Bid Security 1. Accompanying this bid is a bid security as specified in Section 00 21 13-Instructions to Bidders, payable without condition to the owner, equaling 5%of the total proposed cost of the work including the base bid and the alternates. It is agreed that the bid security will be the measure of liquidated damages that the owner will sustain by failure, neglect,or refusal of bidder to deliver the signed contract, bonds, and required insurance documentation within 10 days after notification of contract award is made by the owner. B. Change Orders 1. Change orders will be permitted if contractor can show reasonable cost unforeseen during the prebid phase or conditions unknown until removal of the roof components. Change orders must be sent to the consultant with evidence of need for added cost. Change orders are not approved until contractor receives approval from owner's representative in writing. C. Time of Commencement, Completion, and Damages 1. Base Bid: Contractor shall commence work calendar days after award. From the day of commencement the contractor shall complete the work in calendar days. 2. Final completion including delivery of all closeout submittals and warranties,shall be achieved within calendar days after achieving substantial completion. 3. Time is expressly declared to be of the essence in completion of the work covered by these bidding documents and the contractor shall be liable for actual damages for the delay in completion of the work. 4. In submitting this bid,the bidder assures the owner the availability of labor, material, equipment, services, and other necessary resources are available to meet the proposed substantial completion date. D. Proposed Subcontractors and Suppliers 1. The following subcontractors/suppliers have agreed to furnish labor and materials for this work for the trades/items indicated. These subcontractors/suppliers shall not be changed without the owner's permission. Subcontractor/Supplier Trade/Material Rooflink, LLC Bid Form Section 00 4101-Page 2 Project Number: 20725 07/02/2020 E. Base bid is based on roofing supplied by F. Contractor Licensing Requirements Yes No Do Authorities having jurisdiction at the projects location require licensing of contractors for the types of work required by the contract documents that the bidder proposes to complete using their own forces? If yes, provide requested information below. Yes No Do authorities having jurisdiction at the projects location require licensing of contractors for the types of work described by the contract documents that the bidder proposes to complete using subcontractors? If yes, provide requested information below. Contractor/Subcontractor License Number Expiration Date 1.02 By signing this bid,the bidder certifies the following: A. All information submitted in this bid form is accurate and true to the best of the bidders knowledge, and the bidder has performed due diligence as necessary to provide responsible information. B. This bid has been arrived at independently without consultation, communication,or agreement as to any matter relating to this bid with any other bidder or competitor. C. This bid is in compliance with all local, state, and applicable codes. D. The bidder and any proposed subcontractors are duly licensed with all applicable authorities having jurisdiction, as required to legally perform the work described by the bidding documents at the project location. E.The bidder will remain strict confidentiality with respect to information submitted in this bid form,any project related documents obtained during the bid process, images of the site, project related emails or other correspondence or information learned through visual review of the facility or project site. F. Bidder will comply with the terms of any confidentiality agreements made with the owner during the bidding of this project, if applicable. G. This bid shall remain open and not withdrawn for a period of 60 calendar days from the date prescribed for its opening. Rooflink, LLC Bid Form Section 00 4101-Page 3 Project Number: 20725 07/02/2020 A. If the owner provides written notice of award to the undersigned within 60 calendar days, the bidder shall execute and deliver the signed contract agreement, performance bond, payment bond, required insurance documentation,and any other submittals as specified in the bidding documents within 10 calendar days after the owner issues the notice of award. B. The bidder is an equal opportunity employer and does not discriminate based on race, creed,color,origin,sex, or any other legally protected characteristics. 1.03 By signing this bid,the bidder implies the following conditions: A. The owner reserves the right to reject any and all bids,waive irregularities in any bid, and accept any bid in whole or in part which is deemed to be in its best interest. B. The owner reserves the right to approve or reject the bidder's subcontractors or suppliers in accordance with Section 00 21 13-Instructions to Bidders. C. If notice of award is issued after 60 calendar days from the bid due date,the bidder shall have the right to either accept the contract or withdraw their bid,without penalty,as stipulated in Section 00 21 13-Instructions to Bidders. 1.04 The legal name,state of incorporation,address, contact information, and federal tax identification number for the bidder are: Legal Name of Bidder: State of Incorporation: Business Address: Telephone Number: Email Address: Federal Tax ID Number: Signature of Authorized Bidder Representative Signature: Printed Name: Title: Date: -END- Rooflink, LLC Bid Form Section 00 4101-Page 4 Project Number: 20725 07/02/2020 A,L, Rooflink Riverside Administration Building and Community Center Addendum #2 August 14, 2020 The below questions were asked after the pre-bid on August 6, 2020: 1. Will the high wall flashings be removed prior to the fastening of the%" dens deck prime? -Yes,flashings should be removed down to the substrate. 2. Is the metal coping on the short walls pictured below to be replaced with new metal? Y INN 411; -Yes, replace the metal coping with new metal. 3. Does the coping get replaced on the Community Center stem wall? -Yes, replace the coping on the stem wall. • til tycjtS�n� � � s?�.s$ �► -�1�a-, -z� vw O J cq wQ�•�� y►�adss alp►�- uM7 6 a� 4t119 h 11b vwb � - l Dg �U.'J n�Cl��yi�-�{`� �IJP f 11� rx rJ 3,9/�.�y' ,j? /° i•- ��� ','s',�,'^,,�,s L 9 PQ z�r-�S y �- ter' r 1(C •t,5 �'" i / S ' n0.C)I Section 00 4101 BID FORM Name of Bidder: Delta Innovative Services. Inc. Date of Bid: August 19, 2020 1.01 Pursuant to and in compliance with the invitation to bid and the bidding documents relating to the construction of: Riverside Administration Building and Community Center Roof Recover 2950 NW Vivion Road Riverside, MO 64150 Project Number: 20725 The undersigned, having become thoroughly familiar with the terms and conditions of the bidding documents and with local conditions afflicting the performance and the cost of work at the place where the work is to be performed and after been given ample opportunity to fully inspect the site in all particulars, hereby proposes and agrees to fully perform the work within the time stated, including furnishing any and all labor, materials,services, equipment, and all applicable taxes necessary to construct and complete said work in accordance with the Contract Documents for the following sums of money: A. Base Bid Administration Building: Tear off and remove all flashings and metal, install new modified roof assembly and sheet metal as specified:One hundred twenty thousand Dollars ($ 120,000.00 ) Approximate square footage included in the bid 10,908 Sq. Ft. B. Base Bid Community Center: Tear off and remove all flashings and metal, install new modified roof assembly and sheet metal as specified: Eighty seven thousand Dollars ($ 87,000.00 ) Approximate square footage included in the bid 4,760 Sq. Ft. C. Base Bid Combined: Combined price of base bid A& base bid B: One hundred seven thousand Dollars($ 207,000.00 ) Approximate square footage included in the bid 15.668 Sq. Ft. D. Unit Pricing 1. Remove and replace any damaged or rotted wood nailers (per board foot) $ 4.75 2. Remove and replace any wet insulation (per in./board foot) per square foot $ 6.68 E. Performance and Payment Bond 1. This bid includes the cost of the performance and payment bond. By signing and submitting this bid,the bidder certifies that they will furnish these bonds in amounts sufficient to cover the total proposed cost of work, including base bids and all alternates. The bonds shall be amended and maintained current with all contract change orders. Rooflink, LLC Bid Form Section 00 41 01-Page 1 Project Number: 20725 07/02/2020 t 2. The cost of these bonds is 1.33 %of the total proposed cost of work including base bid and all alternates. A. Bid Security 1. Accompanying this bid is a bid security as specified in Section 00 21 13-Instructions to Bidders, payable without condition to the owner, equaling 5%of the total proposed cost of the work including the base bid and the alternates. It is agreed that the bid security will be the measure of liquidated damages that the owner will sustain by failure, neglect, or refusal of bidder to deliver the signed contract, bonds, and required insurance documentation within 10 days after notification of contract award is made by the owner. B. Change Orders 1. Change orders will be permitted if contractor can show reasonable cost unforeseen during the prebid phase or conditions unknown until removal of the roof components. Change orders must be sent to the consultant with evidence of need for added cost. Change orders are not approved until contractor receives approval from owner's representative in writing. C. Time of Commencement, Completion, and Damages 1. Base Bid: Contractor shall commence work 30 calendar days after award. From the day of commencement the contractor shall complete the work in 60 calendar days. 2. Final completion including delivery of all closeout submittals and warranties, shall be achieved within 20 calendar days after achieving substantial completion. 3. Time is expressly declared to be of the essence in completion of the work covered by these bidding documents and the contractor shall be liable for actual damages for the delay in completion of the work. 4. In submitting this bid,the bidder assures the owner the availability of labor, material, equipment,services,and other necessary resources are available to meet the proposed substantial completion date. D. Proposed Subcontractors and Suppliers 1. The following subcontractors/suppliers have agreed to furnish labor and materials for this work for the trades/items indicated. These subcontractors/suppliers shall not be changed without the owner's permission. Subcontractor/Supplier Trade/Material DB2 Services, Inc Sheet Metal ABC Supply Roofing Supply Derbig_um Roofing Supply Rooflink, LLC Bid Form Section 00 41 01-Page 2 Project Number: 20725 07/02/2020 E. Base bid is based on roofing supplied by Derbigum F. Contractor Licensing Requirements Yes X No Do Authorities having jurisdiction at the projects location require licensing of contractors for the types of work required by the contract documents that the bidder proposes to complete using their own forces? If yes, provide requested information below. Yes No Do authorities having jurisdiction at the projects location require licensing of contractors for the types of work described by the contract documents that the bidder proposes to complete using subcontractors? If yes, provide requested information below. Contractor/Subcontractor License Number Expiration Date 1.02 By signing this bid,the bidder certifies the following: A. All information submitted in this bid form is accurate and true to the best of the bidders knowledge,and the bidder has performed due diligence as necessary to provide responsible information. B. This bid has been arrived at independently without consultation,communication,or agreement as to any matter relating to this bid with any other bidder or competitor. C. This bid is in compliance with all local,state, and applicable codes. D. The bidder and any proposed subcontractors are duly licensed with all applicable authorities having jurisdiction,as required to legally perform the work described by the bidding documents at the project location. E.The bidder will remain strict confidentiality with respect to information submitted in this bid form, any project related documents obtained during the bid process, images of the site, project related emails or other correspondence or information learned through visual review of the facility or project site. F. Bidder will comply with the terms of any confidentiality agreements made with the owner during the bidding of this project, if applicable. G. This bid shall remain open and not withdrawn for a period of 60 calendar days from the date prescribed for its opening. Rooflink, LLC Bid Form Section 00 41 01-Page 3 Project Number: 20725 07/02/2020 A. If the owner provides written notice of award to the undersigned within 60 calendar days, the bidder shall execute and deliver the signed contract agreement, performance bond, payment bond, required insurance documentation,and any other submittals as specified in the bidding documents within 10 calendar days after the owner issues the notice of award. B. The bidder is an equal opportunity employer and does not discriminate based on race, creed,color,origin, sex,or any other legally protected characteristics. 1.03 By signing this bid,the bidder implies the following conditions: A. The owner reserves the right to reject any and all bids,waive irregularities in any bid, and accept any bid in whole or in part which is deemed to be in its best interest. B. The owner reserves the right to approve or reject the bidder's subcontractors or suppliers in accordance with Section 00 21 13-Instructions to Bidders. C. If notice of award is issued after 60 calendar days from the bid due date,the bidder shall have the right to either accept the contract or withdraw their bid,without penalty,as stipulated in Section 00 21 13-Instructions to Bidders. 1.04 The legal name, state of incorporation, address, contact information, and federal tax identification number for the bidder are: Legal Name of Bidder: Delta Innovative Services, Inc. State of Incorporation: Kansas Business Address: 4141 Fairbanks Ave. Kansas City, KS 66106 Telephone Number: 816-808-1665 Email Address: dmarr@deltaservices.com Federal Tax ID Number: 20-0820115 Signature of Authori d Bi er,Repre �ai Signature: Printed Name: Sabina R. Boyle Title: President Date: August 19, 2020 -END- Rooflink, LLC Bid Form Section 00 4101-Page 4 Project Number: 20725 07/02/2020 WORK AUTHORIZATION AFFIDAVIT PURSUANT TO 285.530,RSMo STATE OF MISSOURI Kansas ) )ss. COUNTY OF Wyandotte ) As used in this Affidavit,the following terms shall have the following meanings: EMPLOYEE: Any person performing work or service of any kind or character for hire within the State of Missouri. FEDERAL WORK AUTHORIZATION PROGRAM: Any of the electronic verification of work authorization programs operated by the United States Department of Homeland Security or an equivalent federal work authorization program operated by the United States Department of Homeland Security to verify information of newly hired employees,under the Immigration Reform and Control Act of 1986(IBCA),P.L.99-603. KNOWINGLY: A person acts knowingly or with knowledge,(a)with respect to the person's conduct or to attendant circumstances when the person is aware of the nature of the person's conduct or that those circumstances exist;or(b)with respect to a result of the person's conduct when the person is aware that the person's conduct is practically certain to cause that result. UNAUTHORIZED ALIEN: An alien who does not have the legal right or authorization under federal law to work in the United States,as defined in 8 U.S.C. 1324a(h)(3). BEFORE ME,the undersigned authority,personally appeared Sabina R. Boyle ,who,being duly sworn,states on his oath or affirmation as follows: 1.My name is Sabina R. Boyle and I am currently the President of Delta Lnnovative Services, Inc. (hereinafter"Contractor"),whose business address is 4141 Fairbanks Ave Kansas City. KS 66106 ,and I am authorized to make this Affidavit. 2.I am of sound mind and capable of making this Affidavit,and am personally acquainted with the facts stated herein. 3.Contractor is enrolled in and participates in a federal work authorization program with respect to the employees working in connection Riverside City Hall and Community Center Roof Project. 4. Contractor does not knowingl employ any person who is an unauthorized alien in connection with the con acte services 100ve. Affiant ``��►►►un nn►►,��Z Sabina R. Boyle o`��`t .. .. TF��i,, Printed Name ��••c�'CATF OF •.� Subscribed and sworn to before me this 19th day of August • 2020. r `SANT Notary Pub is "• TATF•.Fj,'� OF '•,�(1 _=Z: KANSAS = APPOINTMENT,, _ ��20• X �f�E °°°°°TgRY•Pv�v��. DEFBIGUM® August 11th, 2020 Derbigum Authorized Contractor Re: Riverside City Hall and Community Center Roofing Project To Whom It May Concern, When installed in accordance to DERBIGUM's specifications, the DERBIGUM roof system outlined below will qualify for a 20-year NDL recover warranty. DERBIGUM ROOF SYSTEM UL Class A up to 0.25:12 slope, TGFU.R13327 Maintenance and Repair System No. 1 Existing Roof Qualification/Recover Requirements: Existing roofs to receive Derbigum recover applications must be dry. This needs to be confirmed by performing a nondestructive evaluation (NDE). All verifications must be provided to DERBIGUM in writing prior to the roofing guaranty being issued. Remove all existing wet roof insulation and replace with new, dry insulation prior to installation of the Derbigum recover roofing system. Deck: Gypsum and Steel Existing Roof: Granule-surfaced modified bitumen and gravel-surfaced BUR— Existing roof surface must be clean, dry and free of loose granules/gravel. Cover Board: Dens Deck Prime—Adhere the cover board with Millennium One Step Foamable Insulation Adhesive continuous 3/4- 1- inch in ribbons 6-inches o.c. Maximum board size: 48.00 in x 48.00 in. Board thickness 0.50 in. Base Ply: DERBIGUM Derbibase Ultra—Set the base ply in a solid, uniform layer of Permastic applied at a minimum rate of 2 - 2 '/2 gallons per 100 ftz. All side and end laps must be heat welded, rolled with a minimum 20 Ib. steel roller, with a continuous bead of molten modified bitumen visible at all laps/seams after application. Cap Ply: DERBIGUM Derbicolor GP FR—Set the Derbicolor membrane in a solid, uniform layer of Permastic applied at a minimum rate of 1 '/2 - 2 gallons per 100 ftz. All side and end laps must be heat welded, rolled with a minimum 20 Ib. steel roller, with a continuous bead of molten modified bitumen visible at all laps/seams after application. NX, a ._,.._._ .._ 4800 BLUE PARKWAY KANSAS CITY,MISSOURI 64130 PH 816.921.0221 TOLL FREE 800.727.9872 FAX 816.921.5007 WWW.DERBIGUM.US Derbigum Authorized Contractor August 11`",2020 Page 2 Two Ply Flashing System: Derbibase Ultra and Derbicolor GP FR: Adhere the flashing plies with Perflash or fully heat weld. Heat weld and roll all side and end laps with a continuous bead of molten modified bitumen visible at all laps/seams after application. Granules are required to be embedded on any granulated surface prior to heat welding. Penetration Flashings: Derbiflash RS Liquid Flashing System DERBIGUM is neither an engineer or designer and assumes no liability for the same. DERBIGUM guarantees the performance of all materials manufactured or sold by the company. DERBIGUM assumes no responsibility for the performance characteristics of substrates, roof decks, metal components or materials built into the Derbigum system that are manufactured by others. Should you have any questions, please do not hesitate to contact me. Sincerely, Jeff Stuhlman Codes and Approvals Manager Direct: (816)921-0221 Mobile:(816)715-0901 jstuhlman@derbigum.us cc: BJ Groaning, DERBIGUM Americas, Inc Danny Bryson, Division 7 Sales, Inc � ��i��.�ll�'I��aih:�i►+t`f..�"r:f�Il�ai:i�'ii�:if�Stl�r�1f!'I��i116i'�r�`.'iY;�O�.�r•�I�F'r�'ri'��.ii,4�i'i`''rtlll-'�s`.':11 4�i 5'.'I�`,Ilrl'i��,l.r1�i'r`•Y.1:-'!\+..,L'i�`1.'I 'iJ ,��I*i01.i�5'iy�� �'1; f'Y!y_jai�� 1 4. 1111;Ittifil'}Ilifll# 111 tPl Mill! IIf P/{ ilil!{' Ifl�ll ♦M'i/l fPi+ I1i 11! t Ill r/l 111•IY !t•11! 41,/li + Y.r IPI Y11 r/" YIlrl! ` If.rl4 IIIr1; l� 11 11k111# f'fYl}t ktYlffF Ylilk i Yitl ll# 11kN1 }klilll (lltHh YP{tk Y hill/! 1tff1/# IlMill NItIR tfI RIF {LfIH: {Nlf!.. "'- fr��lNIHI���1tIIFN1�(rFtt11�__�tiYit)i��FFi1f11 IHllr� irltNl�litttkft�l1MYC Y���rYiiiil�)IY1Ht9�11111tt�+�litlrhli�lrhttNl__1Yhu11 If4l flil+tltl 31a 1C_Ad71iI fill.IUHiLUJklll (11llLkB rlt 1t I4 F11ILLL 111f1 Llt�lliUkllF�{U}lfls}+_{flt iUl lt1it111_ (fddlU.l I111ll ��_ OF MISSO UPI q John R. Ashcroft +=-r;= Secretary of State - - CERTIFICATE OF GOOD STANDING Iii _ I, John R. Ashcroft, Secretary of State of the STATE OF MISSOURI, do hereby certify that the records in my office and in my care and custody reveal that ,. �o* DELTA INNOVATIVE SERVICES, INC. $• ��� >'" F00583037 A Kansas entity was created under the laws of this State on 4/20/2004, and in Good Standing, having fully complied with all the requirements of this office. •t dM. IN TESTIMONY WHEREOF, I hereunto set my hand and t cause to be affixed the GREAT SEAL of the State of Missouri. + *` Done at the City of Jefferson, the 12th day of August, 2020. S cre of State � 1.aA'!I ; _ . '+ Certification Number. CERT-IN15419 ` 0— —�1 ,► _ _ �i}±`tt311(() (i111111 -[tt1(fltJr r(r;rtt]¢rrn,lll z'117TI((s 7111(11 t 1111FNijr Ilr'm +rrnpf a r1+,11n;"111((1) 1111(111 r(li[11, ttr In iril,iRf±jt411(fr)�1111((rj jrr = 11.{�Y1111++1'iftYall�-l+slilll'FI11111d i�1111 f.h �11114t.r'�rFr.11r'�1Ia7116'Fri{IItP- 111ile4`4t1111r{'�Iti:1+1-�Yr++11�T l.Ililhd'�+Illlt .11111h.{r}INF.{r-�r1.-11f-1111- 14111.1111 /1T- It+�F II 1111114 ),111.1 1J 1 Yr1 1146"11 II 111h1 hf/IfkY lYil{el ` Ilil Y11 illllll 111111 A "1"", AII.A J.11/.5 JIVVYII 1'I I.111 tt/lill t/1"144 Jrllt+r �F111{f f�. rl ,"�, • .I t 1 , 1- LL• 1y I,h r 11�Yrl .1«YIY.f iLr•HI 1 , r ® 1.1'a 4 k r 111 3FY { Y! Ylatrr rY 1! I + 1! t i '.i +.r v tt tr r♦ lY +,f X •IN 1 ♦vJ ♦f rl." ur :.1. i y.�,' .a, a,, /y�l♦ .,5" ��� ICtitaJ,ri�rjSt�• r + ° +•i�G'r'�.s,' i w��i'. # �1 f p !j*��i I I , J '. ti 4141 FAIRBANKS AVENUE KANSAS CITY,KS 66106 A. DELTA 913-371-7100 PHONE 913-371-7107 FAX INNOVATIVE SERVICES INC. www.deltaservices.com August 19, 2020 City of Riverside Missouri Attn: Tom Wooddell, Public Works Director 2950 NW Vivion Road Riverside,MO 64150 Re: Riverside Administration Building and Community Center Roof Recover Mr. Wooddell, Delta Innovative Services, Inc. is current on payment of Federal and State income tax withholdings and unemployment insurance payments Delta Innovative Services, Inc. has not been rescinded or debarred from any bidding, contractual,procurement or other such programs by federal state or local entities. Delta Innovative Services is not currently in litigation and/or arbitration for any projects. Delta Innovative Services, Inc. confirms there is no collusion or fraud with reference to illegal relationships of bidders and representatives of the City,bid pooling or straw bids. Respectfully Yours, (:L"7� q\A - David B.Marr Project Manager Document A310T"" - 2010 Bid Bond CONTRACTOR: SURETY: (Name, legal status and address) (Name, legal status and principal place Delta Innovative Services, Inc. of business) United Fire&Casualty Company 4141 Fairbanks Ave. This document has important legal Kansas City, KS 66106 PO Box 73909 consequences,Consultation with OWNER: Cedar Rapids, IA 52407 3909 an attorney is encouraged with (Name, le.&al status and address) respect to its completion or City of Riverside, MO modification. 2950 NW Vivion Road Any singular reference to Riverside, MO 64150 Contractor,Surety,Owner or 0 BOND AMOUNT: Five Percent of Total Amount Bid(5%) other party shall be consideredplural where applicable. PROJECT: (Name, location or address, and Project number, if any) Riverside Administration Building and Community Center Roof Recover The Contractor and Surety are bound to the Owner in the amount set forth above,for the payment of which the 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 Owner and Contractor,and the Contractor either(1)enters into a contract with the Owner in 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 Project 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 may in good faith contract with another party to perform the work covered by said bid,then this obligation shall be null and void,otherwise to remain in full force and effect.The Surety hereby waives any notice of an agreement between the Owner and Contractor to extend the time 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 for acceptance of bids specified in the bid documents,and the Owner and Contractor shall obtain the Surety's consent for an extension beyond sixty(60)days. If this Bond is issued in connection with a subcontractor's bid to a Contractor,tate term Contractor in this Bond shall be deemed to be Subcontractor and the term Owner shall be deemed to be Contractor. When this Bond has been furnished to comply with a statutory or other legal requirement in the location of the Project, any provision in this Bond conflicting with said statutory or legal requirement shall be deemed deleted herefrom and provisions conforming to such statutory or other legal requirement shall be deemed incorporated herein,When so furnished,the intent is that this Bond shall be construed as a statutory bond and not as a common law bond. Signed a sealed this 19th day of August 2020 Delta Innovative Services, Inc. (Principal) I (Seal) (Title)-5a IRa e� ✓�S{ United Fire&Casualty Company (Surely) (Seal) (Witn wn Byrne (Title) Vickie J. Nick orney-in-Fact CA.t)'rl[JAI Yin.nc�uht sji p no nrii)tnni AlA C ontriict rlur.rtr,taai.t:at wli;clt ti&1,ro eigril, �itr Ft a:)-li ritlinta!u.;:>t=tUn tilos Inanilos+wI!I nrt be at)tsnu,md, Init. AIA Document A310^ —2010.Copyrlght®1963,1970 and 2010 by The American Institute of Archkah.All rights reserved uoutun::m Is prof wwi try=;1:i.Cepyriitlit imw and tnturnutivn.d 1'!et+i rts.Ulrwillo,+red rgpro,,t,llrm or d'a;l:it0.14'n al'thin Mpv'_trw,anr:nt,nr s�=:y nQ'tlrn'ur it;may rr;;tdi,n sevnrn�ivil."wi erut;;nal ponaai,;;,tint)trio{,,:P'or,:.c:,;c-8 t[,`:i:r reta,;iu,:+<n.',}ntId^:- t Purchasers are permitted to reproduce ten(10)coples of this document when completed.To report copyright violations or AIA Contract Documents.a-mell The American Institute or Architects'legal coGnsel,copyright@aia.org, altto • UNITED FIRE&CASUALTY COMPANY,CEDAR RAPIDS,IA Inquiries: Surety Department UNITED FIRE&INDEMNITY COMPANY,WEBSTER,TX 118 Second Ave SE FINANCIAL PACIFIC INSURANCE COMPANY,ROCKLIN,CA Cedar Rapids,IA 52401 INSURANCE CERTIFIED COPY OF POWER OF ATTORNEY (original on file at Home Office of Company-See Certification) KNOW ALL PERSONS BY THESE PRESENTS,That United Fire&Casualty Company,a corporation duly organized and existing under the laws of the State of Iowa; United Fire & Indemnity Company, a corporation duly organized and existing under the laws of the State of Texas; and Financial Pacific Insurance Company,a corporation duly organized and existing under the laws of the State of California(herein collectively called the Companies),and having their corporate headquarters in Cedar Rapids,State of Iowa,does make,constitute and appoint VICKIE J. NICKEL, LISA A. SUMMERS, KARI E. HOHN, SHAWN BYRNE, DAVID H. PARKHURST, MEGAN L. BURNS- HASTY, EACH INDIVIDUALLY their true and lawful Attomey(s)-in-Fact with power and authority hereby conferred to sign, seal and execute in its behalf all lawful bonds, undertakings and other obligatory,instruments of similar nature provided that no single obligation shall exceed $40,000,000.00 and to bind the Companies thereby as fully and to the same extent as if such instruments were signed by the duly authorized officers of the Companies and all of the acts of said Attorney,pursuant to the authority hereby given and hereby ratified and confirmed. The Authority hereby granted is continuous and shall remain in full force and effect until revoked by United Fire&Casualty Company, United Fire& Indemnity Company,and Financial Pacific Insurance Company. This Power of Attorney is made and executed pursuant to and by authority of the following bylaw duly adopted on May 15,2013,by the Boards of Directors of United Fire&Casualty Company,United Fire&Indemnity Company,and Financial Pacific Insurance Company. "Article VI—Surety Bonds and Undertakings" Section 2, Appointment of Attomey-in-Fact. "The President or any Vice President,or any other officer of the Companies may, from time to time, appoint by written certificates attomeys-in-fact to act in behalf of the Companies in the execution of policies of insurance,bonds,undertakings and other obligatory instruments of like nature. The signature of any officer authorized hereby,and the Corporate seal,may be affixed by facsimile to any power of attorney or special power of attorney or certification of either authorized hereby; such signature and seal,when so used,being adopted by the Companies as the original signature of such officer and the original seal of the Companies,to be valid and binding upon the Companies with the same force and effect as though manually affixed. Such attorneys-in-fact,subject to the limitations set of forth in their respective certificates of authority shall have full power to bind the Companies by their signature and execution of any such instruments and to attach the seal the Companies thereto. The President or any Vice President,the Board of Directors or any other officer of the Companies may at any time revoke all power and authority previously given to any attorney-in-fact. IN WITNESS WHEREOF,the COMPANIES have each caused these presents to be signed by its •lNDcyA I,, c INsu'' vice resident and its corporate seal to be hereto affixed this ' ,.``�.F. A; p �° 10th day of November, 2017 OS coRPORArE F�_ =.$ GORPORA7E °IULY P 0*'0_ UNITED FIRE&CASUALTY COMPANY ' SEAL '= seAL "Z, '9� '�'; UNITED FIRE&INDEMNITY COMPANY " o �.'r, FINANCIAL PACIFIC INSURANCE COMPANY s "%4dL \ O id's q, 'I It ry����i�oi„���`\\` '/,""jai ,o��O`�. ,numuP l./ State of Iowa,County of Linn,ss: Vice President On 10th day of November 2017, before me personally came Dennis J. Richmann to me known,who being by me duty sworn,did depose and say;that he resides in Cedar Rapids,State of Iowa;that he is a Vice President of United Fire & Casualty Company, a Vice President of United Fire & Indemnity Company, and a Vice President of Financial Pacific Insurance Company the corporations described in and which executed the above instrument; that he knows the seal of said corporations; that the seal affixed to the said instrument is such corporate seal;that it was so affixed pursuant to authority given by the Board of Directors of said corporations and that he signed his name thereto pursuant to like authority,and acknowledges same to be the act and deed of said corporations. 4%,` Judith A.Jones _ Iowa Notarial Seal • Commission number 173041 Notary Public o.lr My Commission Expires 4/23/2021 My commission expires:4/23/2021 1,Mary A.Bertsch,Assistant Secretary of United Fire&Casualty Company and Assistant Secretary of United Fire&Indemnity Company,and Assistant Secretary of Financial Pacific Insurance Company,do hereby certify that I have compared the foregoing copy of the Power of Attorney and affidavit,and the copy of the Section of the bylaws and resolutions of said Corporations as set forth in said Power of Attorney,with the ORIGINALS ON FILE IN THE HOME OFFICE OF SAID CORPORATIONS,and that the same are correct transcripts thereof,and of the whole of the said originals, and that the said Power of Attorney has not been revoked and is now in full force and effect. In testimony whereof I have hereunto subscribed my name and affixed the corporate seat of the said Corporations this (Q-kn day of 20 1�0 . CORPORATE 4>� �w CORPORATE juLY� O 0 A 1�)p�, �A{- 7 • '�tZ —• = 3Q'. 1996 jy�E By: _J / rl' / l C�t2 SEAL SEAL :Z'.C, '',� Assistant Secretary, 'g''%;;�„���\\\\ OF&C&OF&I&FPIC BPOA0049 1217 This paper has a colored background and void pantograph. Missouri Division of Labor Standards WAGE AND HOUR SECTION F THF s � O ALVI � 1 EL CS •�P/L'SV VpYf 13 MICHAEL L. PARSON, Governor Annual Wage OrdeNo . 27 Section CB3 PLATTE COUNTY In accordance with Section 290.262 RSMo 2000, within thirty (30) days after a certified cop o this Annual Wage Order has been filed with the Secretary of State as indicated below, any per who may be affected by this Annual Wage Order may object by filing an objection in triplicate with the Labor and Industrial Relations Commission, P.O. Box 599, Jefferson City, MO 65102- 0599. Such objections must set forth in writing the specific grounds of objection. Each obj cti shall certify that a copy has been furnished to the Division of Labor Standards, P.O. Box 449, Jefferson City, MO 65102-0449 pursuant to 8 CSR 20-5.010(1). A certified copy of the Annual Wage Order has been filed with the Secretary of State of Missouri. Original Signed by Taylor Burks, Director Division of Labor Standards Filed With Secretary of State: March 1Q 2020 Last Date Objections May Be FileApril 9, 2020 Building Construction Rates for REPLACEMENT PAGE Section 083 PLATTE County **Prevailing OCCUPATIONAL TITLE Hourly Rate Asbestos Worker $66.04 Boilermaker *$28.32 Bricklayer $57.42 Carpenter $57.36 Lather Linoleum Layer Millwright Pile Driver Cement Mason *$28.32 Plasterer Communications Technician $58.21 Electrician (Inside Wireman) $65.07 Electrician Outside Lineman *$28.32 Lineman Operator Lineman—Tree Trimmer Groundman Groundman—Tree Trimmer Elevator Constructor *$28.32 Glazier $55.03 Ironworker $64.15 Laborer $45.80 General Laborer First Semi-Skilled Second Semi-Skilled Mason *$28,32 Marble Mason Marble Finisher Terrazzo Worker Terrazzo Finisher Tile Setter Tile Finisher Operating Engineer $56.63 Group I Group II Group III Group III-A Group IV Group V Painter $47.99 Plumber $69.83 Pipe Fitter Roofer $53.40 Sheet Metal Worker $67.16 Sprinkler Fitter *$28.32 Truck Driver *$28.32 Truck Control Service Driver Group I Group II Group III Group IV *The Division of Labor Standards received less than 1,000 reportable hours for this occupational title. Public works contracting minimum wage is established for this occupational title using data provided by Missouri Economic Research and Information Center. **The Prevailing Hourly Rate includes any applicable fringe benefit amounts for each occupational title. ANNUAL WAGE ORDER NO. 27 3/31/20 Heavy Construction Rates for REPLACEMENT PAGE Section 083 PLATTE County **Prevailing OCCUPATIONAL TITLE Hourly Rate Carpenter $59.23 Millwright Pile Driver Electrician (Outside Lineman) *$28.32 Lineman Operator Lineman — Tree Trimmer Groundman Groundman —Tree Trimmer Laborer $48.37 General Laborer Skilled Laborer Operating Engineer $55.71 Group I Group II Group III Group IV Truck Driver $47.34 Truck Control Service Driver Group I Group II Group III Group IV Use Heavy Construction Rates on Highway and Heavy construction in accordance with the classifications of construction work established in 8 CSR 30-3.040(3). Use Building Construction Rates on Building construction in accordance with the classifications of construction work established in 8 CSR 30-3.040(2). If a worker is performing work on a heavy construction project within an occupational title that is not listed on the Heavy Construction Rate Sheet, use the rate for that occupational title as shown on the Building Construction Rate Sheet. *The Division of Labor Standards received less than 1,000 reportable hours for this occupational title. Public works contracting minimum wage is established for this occupational title using data provided by Missouri Economic Research and Information Center. **The Prevailing Hourly Rate includes any applicable fringe benefit amounts for each occupational title. ANNUAL WAGE ORDER NO. 27 3/31/20 OVERTIME and HOLIDAYS OVERTIME For all work performed on a Sunday or a holiday, not less than twice (2x) the prevailing hourly rate of wages for work of a similar character in the locality in which the work is performed or the public works contracting minimum wage, whichever is applicable, shall be paid to all workers employed by or on behalf of any public body engaged in the construction of public works, exclusive of maintenance work. For all overtime work performed, not less than one and one-half (1'/2) the prevailing hourly rate of wages for work of a similar character in the locality in which the work is performed or the public works contracting minimum wage, whichever is applicable, shall be paid to all workers employed by or on behalf of any public body engaged in the construction of public works, exclusive of maintenance work or contractual obligation. For purposes of this subdivision, "overtime work" shall include work that exceeds ten hours in one day and work in excess of forty hours in one calendar week; and A thirty-minute lunch period on each calendar day shall be allowed for each worker on a public works project, provided that such time shall not be considered as time worked. HOLIDAYS January First; The last Monday in May; July Fourth; The first Monday in September; November Eleventh,- The leventh;The fourth Thursday in November; and December Twenty-Fifth; If any holiday falls on a Sunday, the following Monday shall be considered a holiday. ANNUAL WAGE ORDER NO. 27 3/20