Loading...
HomeMy WebLinkAboutC2023-180 - 8/22/2023 - Approved DocuSign Envelope ID: DCB87706-8411-4088-8868-7582860D784E DATE(MM/DD/YYYY) '`��R" CERTIFICATE OF LIABILITY INSURANCE 7s/za/zoz3 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED,the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CNAOMENTACT : Cheryl Ann Boudreaux Cadence Insurance(formerly BXS Insurance) PHONE 225-336-3245 a/c No):225-336-4536 4041 Essen Lane, Suite 400 A/c No Ext): Baton Rouge LA 70809 ADDRESS: cheryl.boudreaux@cadenceinsurance.com INSURER(S)AFFORDING COVERAGE NAIC# INSURERA: Gray Insurance Company 36307 INSURED INSURER B:XL Specialty Insurance Company 37885 Roofing Solutions, LLC; Roofing Solutions of Louisiana LLC 17260 Jefferson Hwy INSURERC: Baton Rouge LA 70817 INSURER D: INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER:2032730712 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 POLICY NUMBER MM/DD/YYYY MM/DD/YYYY A X COMMERCIAL GENERAL LIABILITY XSGL100005 1/1/2021 1/1/2024 EACH OCCURRENCE $1,000,000 CLAIMS-MADE OCCUR DAMAGE TO RENTED PREMISES Ea occurrence $100,000 X CG 00 01 04 13 MED EXP(Any one person) $5,000 PERSONAL&ADV INJURY $1,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $3,000,000 POLICY� ECT � LOC PRODUCTS-COMP/OP AGG $3,000,000 OTHER: $ A AUTOMOBILE LIABILITY XSAL100005 1/1/2021 1/1/2024 COMBINidED SINGLE LIMIT $1,000,000 Ea accent X ANY AUTO BODILY INJURY(Per person) $ OWNED SCHEDULED BODILY INJURY(Per accident) $ AUTOS ONLY AUTOS HIRED NON-OWNED PROPERTY DAMAGE $ AUTOS ONLY AUTOS ONLY Per accident A UMBRELLALIAB X OCCUR GXS100224 1/1/2023 1/1/2024 EACH OCCURRENCE $4,000,000 X EXCESS LIAB CLAIMS-MADE AGGREGATE $4,000,000 DED RETENTION$ $ A WORKERS COMPENSATION XSWC100004 1/1/2021 1/1/2024 X PER OTH- AND EMPLOYERS'LIABILITY Y/N STATUTE ER ANYPROPRIETOR/PARTNER/EXECUTIVE E.L.EACH ACCIDENT $1,000,000 OFFICER/MEMBER EXCLUDED? N/A (Mandatory in NH) E.L.DISEASE-EA EMPLOYEE $1,000,000 If yes,describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $1,000,000 B Rented Leased Equipment UM00062215MA23A 1/1/2023 1/1/2024 $150,000 per item $150,000 per occ Scheduled Equipment $195,245 Deductible$1,000 DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES (ACORD 101,Additional Remarks Schedule,may be attached if more space is required) Subject to policy terms,conditions and exclusions;the certificate holder shall be considered an Additional Insured on a Primary and Non-Contributory basis on General Liability(additional insured form includes Ongoing and Completed Operations),Automobile Liability and Excess policies with a Waiver of Subrogation granted in their favor on General Liability,Automobile Liability,Workers'Compensation and Excess policies when required by written contract,but only to the extent of the Named Insured's obligation to indemnify,defend and/or hold harmless the certificate holder as required by written contract. Leased/Rented Equipment: Certificate Holder shall be considered an Additional Insured and Loss Payee with respect to leased/rented equipment when required by written contract for any single piece of equipment not valued of$250,000. See Attached... CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. CITY OF CORPUS CHRISTI TEXAS P O BOX 9277 AUTHORIZED REPRESENTATIVE CORPUS CHRISTI TX 78469-9277 Z&t @ 1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25(2016/03) The ACORD name and logo are registered marks of ACORD DocuSign Envelope ID: DCB87706-8411-4088-8868-7582860D784E AGENCY CUSTOMER ID: LOC#: ACOOR 0 ADDITIONAL REMARKS SCHEDULE Page 1 of 1 AGENCY NAMED INSURED Cadence Insurance(formerly BXS Insurance) Roofing Solutions, LLC; Roofing Solutions of Louisiana LLC 17260 Jefferson Hwy POLICY NUMBER Baton Rouge LA 70817 CARRIER NAIC CODE EFFECTIVE DATE: ADDITIONAL REMARKS THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM, FORM NUMBER: 25 FORM TITLE: CERTIFICATE OF LIABILITY INSURANCE Subject to policy terms and conditions, Loss Payee shall receive the amount the Insured is obligated to pay for direct physical loss or damage to Contractor's equipment by reason of their assumption of liability in a written contract or written agreement executed prior to the loss or damage for Contractor's equipment that you lease or rent, but no more than the replacement cost of the damaged item. 30 Day Notice of Cancellation is provided in respects to General Liability,Auto Liability,Workers Compensation and Excess policies if required by written contract. Excess policy is follow form in respects to General Liability,Auto Liability,and Workers Compensation;except exclusions for Sudden&Accidental Pollution, Punitive damages, Underground Resources and Equipment,and silica on the General Liability policy. WORKERS COMPENSATION: 1/1/2023-24 NON-FL WORKERS COMPENSATION(INCLUDES AL,AZ,CO, MS,AND TX) POLICY# GWC100006 LIMITS: $1ML/$1ML/$1ML LOUISIANA POLICY IS REFERENCED ABOVE WORKERS COMPENSATION: 2/8/2023-1/1/2024 FL WORKERS COMPENSATION POLICY# GWC100254 LIMITS: $1ML/$1ML/$1ML OTHER STATES REFERENCED ABOVE REFER TO ATTACHED PDF PAGE 3 FOR ADDITIONAL COVERAGES THAT ARE INCLUDED ON THESE POLICIES. RE: Project:City 20285 Hall Roof Repairs,Contract No.4737 ACORD 101 (2008/01) ©2008 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD DocuSign Envelope ID: DCB87706-8411-4088-8868-7582860D784E CERTIFICATE OF INSURANCE Page 2 THE GRAY INSURANCE COMPANY The below coverages apply if the corresponding policy number is indicated on the previous page. A. Commercial General Liability General Liability Policy Includes: Blanket Waiver of Subrogation when required by written contract. Blanket Additional Insured when required by written contract. Primary Insurance Wording Included when required by written contract. Broad Form Property Damage Liability including Explosion, Collapse and Underground (XCU). Premises/Operations Products/Completed Operations Contractual Liability Sudden and Accidental Pollution Liability Occurrence Form Personal Injury "In Rem" Endorsement Cross Liability Severability of Interests Provision "Action Over" Claims Independent Contractors coverage for work sublet Vessel Liability - Watercraft exclusion has been modified by the vessels endorsement on scheduled equipment. General Aggregate applies per project or equivalent. B. Automobile Liability Policy Includes: Blanket Waiver of Subrogation when required by written contract. Blanket Additional Insured when required by written contract. C. Workers Compensation Policy Includes: Blanket Waiver of Subrogation when required by written contract. U.S. Longshoremen's and Harbor Workers Compensation Act Coverage Outer Continental Shelf Land Act Jones Act (including Transportation, Wages, Maintenance, and Cure), Death on the High Seas Act & General Maritime Law. Maritime Employers Liability Limit: $1,000,000 Voluntary Compensation Endorsement Other States Insurance Alternate Employer/Borrowed Servant Endorsement "In Rem" Endorsement Gulf of Mexico Territorial Extension D. Excess Liability Policy Includes: Coverage is excess of the Auto Liability, General Liability, Employers Liability, & Maritime Employers Liability policies Blanket Waiver of Subrogation when required by written contract. Blanket Additional Insured when required by written contract. Louisiana certificate form: LDI COI 280990 01 12 DocuSign Envelope ID: DCB87706-8411-4088-8868-7582860D784E POLICY NUMBER: XSGL-100005 COMMERCIAL GENERAL LIABILITY THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - (FORM B) This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART. SCHEDULE Name of Person or Organization: When required by written contract, any person, firm or organization. (If no entry appears above, information required to complete this endorsement will be shown in the Declarations as applicable to this endorsement.) WHO IS AN INSURED (Section II) is amended to include as an insured the person or organization shown in the Schedule, but only with respect to liability arising out of"your work"for that insured by or for you. CG 20 10 1185 Copyright, Insurance Services Office, Inc., 1984 Page 1 of 1 0 DocuSign Envelope ID: DCB87706-8411-4088-8868-7582860D784E POLICY NUMBER: XSGL100005 COMMERCIAL GENERAL LIABILITY CG 25 03 05 09 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. DESIGNATED IGI ATED CON TRUCTION PROJECT(S) GENERAL AGGREGATE LIMIT This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Designated Construction Project(s): Any Construction Project Information required to complete this Schedule, if not shown above, will be shown in the Declarations. A. For all sums which the insured becomes legally 3. Any payments made under Coverage A for obligated to pay as damages caused by 'occur- damages or under Coverage C for medical rences" under Section I—Coverage A, and for all expenses shall reduce the Designated Con- medical expenses caused by accidents under struction Project General Aggregate Limit for Section I — Coverage C, which can be attributed that designated construction project. Such only to ongoing operations at a single designated payments shall not reduce the General Ag- construction project shown in the Schedule gregate Limit shown in the Declarations nor above: shall they reduce any other Designated Con- 1. A separate Designated Construction Project struction Project General Aggregate Limit for General Aggregate Limit applies to each des- any other designated construction project ignated construction project, and that limit is shown in the Schedule above. equal to the amount of the General Aggregate 4. The limits shown in the Declarations for Each Limit shown in the Declarations. Occurrence, Damage To Premises Rented To 2. The Designated Construction Project General You and Medical Expense continue to apply. Aggregate Limit is the most we will pay for the However, instead of being subject to the sum of all damages under Coverage A, ex- General Aggregate Limit shown in the Decla- cept damages because of "bodily injury" or rations, such limits will be subject to the appli- "property damage" included in the "products- cable Designated Construction Project Gen- completed operations hazard", and for medi- eral Aggregate Limit. cal expenses under Coverage C regardless of the number of: a. Insureds; b. Claims made or"suits" brought; or c. Persons or organizations making claims or bringing "suits". CG 25 03 05 09 © Insurance Services Office, Inc., 2008 Page 1 of 2 D DocuSign Envelope ID: DCB87706-8411-4088-8868-7582860D784E B. For all sums which the insured becomes legally C. When coverage for liability arising out of the obligated to pay as damages caused by 'occur- "products-completed operations hazard" is pro- rences" under Section I—Coverage A, and for all vided, any payments for damages because of medical expenses caused by accidents under "bodily injury" or "property damage" included in Section I — Coverage C, which cannot be at- the "products-completed operations hazard" will tributed only to ongoing operations at a single reduce the Products-completed Operations Ag- designated construction project shown in the gregate Limit, and not reduce the General Ag- Schedule above: gregate Limit nor the Designated Construction 1. Any payments made under Coverage A for Project General Aggregate Limit. damages or under Coverage C for medical D. If the applicable designated construction project expenses shall reduce the amount available has been abandoned, delayed, or abandoned under the General Aggregate Limit or the and then restarted, or if the authorized contract- Products-completed Operations Aggregate ing parties deviate from plans, blueprints, de- Limit, whichever is applicable; and signs, specifications or timetables, the project will 2. Such payments shall not reduce any Desig- still be deemed to be the same construction pro- nated Construction Project General Aggre- ject. gate Limit. E. The provisions of Section III — Limits Of Insur- ance not otherwise modified by this endorsement shall continue to apply as stipulated. Page 2 of 2 © Insurance Services Office, Inc., 2008 CG 25 03 05 09 D DocuSign Envelope ID: DCB87706-8411-4088-8868-7582860D784E POLICY NUMBER: XSGL-100005 COMMERCIAL GENERAL LIABILITY CG 20 01 04 13 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. PRIMARY AND NONCONTRIBUTORY RI( -- OTHER INSURANCE CONDITION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART The following is added to the Other Insurance (2) You have agreed in writing in a contract or Condition and supersedes any provision to the agreement that this insurance would be contrary: primary and would not seek contribution Primary And Noncontributory Insurance from any other insurance available to the additional insured. This insurance is primary to and will not seek contribution from any other insurance available to an additional insured under your policy provided that: (1) The additional insured is a Named Insured under such other insurance; and CG 20 01 04 13 ©Insurance Services Office, Inc., 2012 Page 1 of 1 DocuSign Envelope ID: DCB87706-8411-4088-8868-7582860D784E POLICY NUMBER: XSGL-100005 COMMERCIAL GENERAL LIABILITY THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. WAIVER OF TRANSFER RIGHTS OF RECOVERY AGAINST ETHER This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART. OWNERS AND CONTRACTORS PROTECTIVE LIABILITY COVERAGE PART SCHEDULE Name of Person or Organization: If required by written contract, any person,firm or organization.. (If no entry appears above, information required to complete this endorsement will be shown in the Declarations as applicable to this endorsement.) We waive any right of recovery we may have against the person or organization shown in the Schedule because of payments we make for injury or damage arising out of"your work" done under a contract with that person or organization. The waiver applies only to the person or organization shown in the Schedule. CG 24 04 11 85 Copyright, Insurance Services Office, Inc., 1984 0 DocuSign Envelope ID: DCB87706-8411-4088-8868-7582860D784E POLICY NUMBER: XSAL-100005 BUSINESS AUTOMOBILE COVERAGE ADDITIONAL INSURED DESIGNATED PERSON OR ORGANIZATION This endorsement modifies insurance provided under the following: BUSINESS AUTOMOBILE COVERAGE SCHEDULE NAME OF PERSON OR ORGANIZATION: When required by written contract, any person, firm or organization.- WHO IS AN INSURED (Section II) is amended to include as an insured the person or organization shown in the Schedule as an insured but only with respect to liability arising out of your operations of"autos". Contains Material. Copyright, Insurance Services Office, Inc., 1984 GIC 00 29 04/98 DocuSign Envelope ID: DCB87706-8411-4088-8868-7582860D784E POLICY NUMBER:XSAL-100005' CCIIW ME IRGIN.... AU FO CA 04-4.4-1013 ri uis :INID01::ZSI .II I :IIS I tell WNGES rII...II : IP01.....IICY. IR.....IEA& IfRlEAD II r CA f l :lFUII.....II.....Y. WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US (WAIVER OF SUBROGATION) This �;irn cr �,rric,n e t irnoaflif'lies liinsu.uiraince Iprovided iuindeir the f'olllc lien : ASV U110 IDIf:::::,AIL...JE IIRC C01a E:.:::IIRAQ•:ulE:1F:=( 11;tllu BtJCIIINIf:::::EUC,AV 0110 COVE:IfeAC'IE: 1F:=( lfRlM I00"11CICS CA11R1RH1::.::.1 COVE.::.RA GE.::: If:�OI[RM 11Ya"li'thn respect '�o coverage Ipirc"vrlided Ikay thls e ndoirserirnern�t, the Ipiraavli§oins of the Coverage 1F:=oirrrn applly uWunlless riodliffed Ikay the eindoirsernert. lClhn s eiridorseirnent changes the Ipo iicy ei fec live on the iincep[Jon date Of the IpaalliirC unnnlless ainio dii it date lis iinc iicmated bMcnrv. ........................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................ N ai nied Ilan a fired: lRoofiing Sollutlii n „ III•••••III••••• 1:::::lrnrtcir ei mneuntlE.::.:ffecfly I1'.)ate: I,,,T,2021 SC°II BIE:IDUIL...II:::. --------------------------------------------------------------------------------------------------------------------------------------------------------------------- NairneO Of IPeir oin(s) Or Oirgw za iicn( ): When required by written contract,any person, firm or organization. IinU'crrrn t cn it a nuuired to caarmnjo tc this clhna�d'nallm if in�rnt shown above, vwaullll Ike shown in tllnc IDedlaua-[Joins _________________ >llhnc " ir«an fir Of FRghts Of 1FReccv iry Against Otlheirs Fo Us ccirndia'ucirn ¢"foram inct apply to the person(s) or cir «aicn zat'ioin(s) shomin in the Schedule, lbuat cnlly to the ext imt that sualknirc atbin lis waiivert Il:.nriimnr to the " cciideiM" or the Iloss" uwundeir a contract Wtlhn that Ipeir cn (,:)iroirgairnlizatlioru. CAS 04-4.4-1013 tCNnsunirancna Sei4ces Office, Ilene, 20t t Page 1 of 1 000uoignEnvelope m: ocom77oo*411-4000*o6u-7sxz0000rn4e POLICY NUMBER:X0AL-K00005 COMMERCIAL AUTO CA04481118 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE FtEA[) IT CAREFULLY. PRIMARY AND NONCONTRIBUTORY- OTHER INSURANCE CONDITION This endorsement modifies insurance provided under the following: AUTO DEALERS COVERAGE FORM BUSINESS AUTO COVERAGE FORM MOTOR CARRIER COVERAGE FORM With respect to coverage provided by this endomement, the provisions of the Coverage Form apply unless modified bythe endorsement. ' A. The following is added to the Other Insurance B. The following is added to the Other Insurance Condition in the 0uein000 Auto Coverage Form Condition inthe Auto Oao|any Coverage Form and and the Other Insurance- Primary And Excess supersedes any provision tuthe contrary: Insurance Provisions in the Motor Carrier This Coverage Form's Covered Autos Liability Coverage Form and supersedes any provision to Coverage and General Liability Coverages are the contrary: primary to and will not aaak contribution from any This Coverage Form's Covered Autos Liability other insurance available to an "insured" under Coverage is primary to and will not seek your policy provided that: contribution from any other insurance available to l� Such "insured" is a Named Insured under such an "insured" under your policy provided that: other innuranoeand . l� Such is Insured under 2. You have agreed in writing in a contract or other insurance;' agreement that this insurance would be 2. You have agreed in writing in a contract or primary and would not seek contribution from agreement that this insurance would be any other insurance available to such primary and would not seek contribution from ''inaunyd" any other insurance available to such "insured". CA 04 491116 @|naurenoe Services Office, Inc., 2016 Page l of | DocuSign Envelope ID: DCB87706-8411-4088-8868-7582860D784E WORKERS COMPENSATION AND EMPLOYERS LIABI LITYINSU RANCE POLICY WC 42 03 04 B (Ed. 06-2014) Texas Waiver of Our Right to Recover From Others Endorsement This endorsement applies only to the insurance provided by the policy because Texas is shown in Item 3.A. of the Information Page. We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person or organization named in the Schedule, but this waiver applies only with respect to bodily injury arising out of the operations described in the Schedule where you are required by a written contract to obtain this waiver from us. This endorsement shall not operate directly or indirectly to benefit anyone not named in the Schedule. The premium for this endorsement is shown in the Schedule. Schedule 1. ( ) Specific Waiver Name of person or organization (X) Blanket Waiver Any person or organization for whom the Named Insured has agreed by written contract to furnish this waiver. 2. Operations: 3. Premium: The premium charge for this endorsement shall be 0 percent of the premium developed on payroll in connection with work performed for the above person(s)or organization(s) arising out of the operations described. 4. Advance Premium: N/A This endorsement changes the policy to which it is attached and is effective on the date issued unless otherwise stated. (The information below is required only when this endorsement is issued subsequent to preparation of the policy.) Endorsement Effective Policy No. GWC-100006 Endorsement No. Insured Premium Insurance Company Countersigned by WC420304B (Ed. 06-2014) 1 of 1 ©Copyright 2014 National Council on Compensation Insurance,Inc.All Rights Reserved. DocuSign Envelope ID: DCB87706-8411-4088-8868-7582860D784E Policy Number: XSWC-100004 WORKERS COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY WC 00 03 01 (Ed. 4-84) ALTERNATE EMPLOYER ENDORSEMENT This endorsement applies only with respect to bodily injury to your employees while in the course of special or temporary employment by the alternate employer in the state named in the schedule. Part One (Workers Compensation Insurance) and Part Two (Employers Liability Insurance)will apply as though the alternate employer is insured. Under Part One (Workers Compensation Insurance) we will reimburse the alternate employer for the benefits re- quired by the workers compensation law if we are not permitted to pay the benefits directly to the persons en-titled to them. The insurance afforded by this endorsement is not intended to satisfy the alternate employer's duty to secure its obligations under the workers compensation law. We will not file evidence of this insurance on behalf of the alternate employer with any government agency. We will not ask any other insurer of the alternate employer to share with us a loss covered by this endorsement. Premium will be charged for your employees while in the course of special or temporary employment by the alternate employer. The policy may be canceled according to its terms without sending notice to the alternate employer. Part Four (Your Duties If Injury Occurs) applies to you and the alternate employer. The alternate employer will recognize our right to defend under Parts One and Two and our right to inspect under Part Six. Schedule State of Special or Alternate Employer Address Temporary Employment When required by written contract, any person, firm or organization. WC 00 0301 (Ed.4-84) Copyright 1983 National Council on Compensation Insurance. DocuSign Envelope ID: DCB87706-8411-4088-8868-7582860D784E WORKERS COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY WC 00 03 13 Policy Number: XSWC-100004 WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not en- force our right against the person or organization named in the Schedule. (This agreement applies only to the extent that you perform work under a written contract that requires you to obtain this agreement from us.) This agreement shall not operate directly or indirectly to benefit any one not named in the Schedule. Schedule When required by written contract, any person, firm or organization. WC 00 03 13 (Ed. 4-84) Copyright 1983 National Council on Compensation Insurance. DocuSign Envelope ID: DCB87706-8411-4088-8868-7582860D784E Policy Number: XSGL-100005, XSAL-100005, XSWC-100004 CERTIFICATE HOLDER WRITTEN NOTICE CANCELLATION ENDORSEMENT In the event of cancellation by the Company THIRTY (30)days written notice will be given to the scheduled certificate holders. This notice in no way changes the notice of cancellation that is required to be given to the insured by any state law: Schedule Any person, organization or company as required by written contract. GIC 00 18 0612 DocuSign Envelope ID: DCB87706-8411-4088-8868-7582860D784E POLICY NO. GXS100224 COMMERCIAL EXCESS LIABILITY GIC 03 04 47 12 20 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED This endorsement modifies insurance provided under the following: COMMERCIAL EXCESS LIABILITY The following is added to 1. Insuring Agreement Additional insured coverage provided by this under Section I -Coverages: insurance will not be broader than coverage Any additional insured under any policy of provided by the "underlying insurance". "underlying insurance" will automatically be an additional insured under this insurance. If coverage provided to the additional insured is required by a contract or agreement, the most we will pay on behalf of the additional insured is the amount of insurance required by the contract, less any amounts payable by any "underlying insurance". GIC 03 04 47 12 20 Contains material Page 1 of 1 ©Insurance Services Office, Inc., 2012 Used with permission DocuSign Envelope ID: DCB87706-8411-4088-8868-7582860D784E POLICY NO. GXS100224 COMMERCIAL EXCESS LIABILITY GIC 03 04 48 12 20 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. WAIVER OF SUBROGATION This endorsement modifies insurance provided under the following: COMMERCIAL EXCESS LIABILITY A. It is agreed the following is added to Section III — Conditions: Notwithstanding any language to the contrary in SECTION III — CONDITIONS paragraph 6. Other Insurance of this policy, we waive rights of recovery we may have because of payments we make for injury or damage arising out of your work performed under a written contract requiring such waiver with that person or organization and included in the premises/operations and products- completed operations hazard. However, our rights may only be waived prior to the "incident" giving rise to the injury or damage for which we make payment under this policy. GIC 03 04 48 12 20 Contains material Page 1 of 1 ©Insurance Services Office, Inc., 2012 Used with permission DocuSign Envelope ID: DCB87706-8411-4088-8868-7582860D784E POLICY NO. GXS100224 COMMERCIAL EXCESS LIABILITY GIC 03 04 32 08 16 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. PRIMARY AND NONCONTRIBUTORY - OTHER INSURANCE CONDITION This endorsement modifies insurance provided under the following: EXCESS LIABILITY The following is added to the Other Insurance (2) You have agreed in writing in a contract or Condition and supersedes any provision to the agreement that this insurance would be contrary: primary and would not seek contribution Primary And Noncontributory Insurance from any other insurance available to the additional insured. This insurance is primary to and will not seek contribution from any other insurance available to an additional insured under your policy provided that: (1) The additional insured is a Named Insured under such other insurance; and GIC 03 04 32 08 16 Contains material Page 1 of 1 ©Insurance Services Office, Inc., 2012 Used with permission DocuSign Envelope ID: DCB87706-8411-4088-8868-7582860D784E 78/31/2023 E(MM/DD/YYYY) ALCOR" EVIDENCE OF COMMERCIAL PROPERTY INSURANCE THIS EVIDENCE OF COMMERCIAL PROPERTY INSURANCE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE ADDITIONAL INTEREST NAMED BELOW.THIS EVIDENCE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND,EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS EVIDENCE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S),AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE ADDITIONAL INTEREST. PRODUCER NAME, I PHONE COMPANY NAME AND ADDRESS NAIC NO: CONTACT PERSON AND ADDRESS A/C No Ext):225-336-3245 40142 Cadence Insurance(formerly BXS Insurance) American Zurich Insurance Company 4041 Essen Lane,Suite 400 1400 American Lane Baton Rouge, LA 70809 Schaumburg, IL 60196-1056 n/c No:225-336-4536 ADDRESS,cheryl.boudreaux@cadenceinsurance.c IF MULTIPLE COMPANIES,COMPLETE SEPARATE FORM FOR EACH CODE: SUB CODE: POLICY TYPE AGENCY Builders Risk CUSTOMER ID#: NAMED INSURED AND ADDRESS LOAN NUMBER POLICY NUMBER Roofing Solutions, LLC 17260 Jefferson Hwy BR74187925 Baton Rouge LA 70817 EFFECTIVE DATE EXPIRATION DATE CONTINUED UNTIL 09/15/2023 03/15/2024 El TERMINATED IF CHECKED ADDITIONAL NAMED INSURED(S) THIS REPLACES PRIOR EVIDENCE DATED: SEE REMARKS PROPERTY INFORMATION ACORD 101 may be attached if mores ace is required) ❑ BUILDING OR ❑ BUSINESS PERSONAL PROPERTY LOCATION/DESCRIPTION Project Location: 1201 Leopard St.,Corpus Christi,TX 78401 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 EVIDENCE OF PROPERTY INSURANCE 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. COVERAGE INFORMATION PERILS INSURED I I BASIC I I BROAD X I SPECIAL COMMERCIAL PROPERTY COVERAGE AMOUNT OF INSURANCE: $869,120 DED:25,000 YES NO NIA ❑ BUSINESS INCOME ❑ RENTAL VALUE X If YES,LIMIT: Actual Loss Sustained;#of months: BLANKET COVERAGE X If YES,indicate value(s)reported on property identified above:$ TERRORISM COVERAGE X Attach Disclosure Notice/DEC IS THERE A TERRORISM-SPECIFIC EXCLUSION? X IS DOMESTIC TERRORISM EXCLUDED? X LIMITED FUNGUS COVERAGE X If YES,LIMIT:15,000 DED: FUNGUS EXCLUSION(If"YES",specify organization's form used) X 40471 (01-20) REPLACEMENT COST X AGREED VALUE X COINSURANCE X If YES, 100% EQUIPMENT BREAKDOWN(If Applicable) X If YES,LIMIT: DED: ORDINANCE OR LAW -Coverage for loss to undamaged portion of bldg X If YES,LIMIT:Included DED:See Remarks Demolition Costs X If YES,LIMIT:See Remarks DED:See Remarks Incr.Cost of Construction X If YES,LIMIT:See Remarks DED:See Remarks EARTH MOVEMENT(If Applicable) X If YES,LIMIT:869,120 DED:25,000 FLOOD(If Applicable) X If YES,LIMIT: DED: WIND/HAIL INCL ❑x YES ❑ NO Subject to Different Provisions: X If YES,LIMIT: DED: NAMED STORM INCL ❑x YES ❑ NO Subject to Different Provisions: X If YES,LIMIT:869,120 DED:See Remarks PERMISSION TO WAIVE SUBROGATION IN FAVOR OF MORTGAGE X HOLDER PRIOR TO LOSS CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. ADDITIONAL INTEREST CONTRACT OF SALE LENDER'S LOSS PAYABLE LOSS PAYEE LENDER SERVICING AGENT NAME AND ADDRESS MORTGAGEE Hx OWNER NAME AND ADDRESS City of Corpus Christi Texas PO Box 9277 AUTHORIZED REPRESENTATIVE Corpus Christi,TX 78469 @ 2003-2015 ACORD CORPORATION. All rights reserved. ACORD 28(2016/03) The ACORD name and logo are registered marks of ACORD DocuSign Envelope ID: DCB87706-8411-4088-8868-758286OD784E AGENCY CUSTOMER ID: LOC#: ACOOR 0 ADDITIONAL REMARKS SCHEDULE Page 1 of 1 AGENCY NAMED INSURED Cadence Insurance(formerly BXS Insurance) Roofing Solutions, LLC 17260 Jefferson Hwy POLICY NUMBER Baton Rouge LA 70817 BR74187925 CARRIER NAIC CODE American Zurich Insurance Company 40142 EFFECTIVE DATE:09/15/2023 ADDITIONAL REMARKS THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM, FORM NUMBER: 28 FORM TITLE: EVIDENCE OF COMMERCIAL PROPERTY INSURANCE REMARKS: NAMED INSURED: ------------------------------- Roofing Solutions,LLC ADDITIONAL INSURED: ------------------------------- City of Corpus Christi Texas;All Subs;All Sub-subs;Others as required by written contract LIMITS: ------------------------------- Hard Cost:$869,120 TIV:$869,120 SUBLIMITS: ------------------------------- Back-up or Overflow of Sewer, Drains or Sumps:$25,000 Claim Preparation Expense:$10,000 Contract Change Order Coverage:$86,912 Contract Penalties:$25,000 Debris Removal:$50,000 Earthquake:$869,120 Fire Department Service Charge:$25,000 Ordinance or Law: Loss to the undamaged portion of the building: Included Combined Aggregate for Demolition Cost and Increased Cost of Construction:$869,120 Pollutant Clean-Up and Removal:$25,000 Rewards:$25,000 Re-erection of Scaffolding:$25,000 Scaffolding,Construction Forms and Temporary Structures: $50,000 Property at a Temporary Storage Location:$43,456 Property in Transit:$43,456 Valuable Papers and Records:$50,000 DEDUCTIBLES: ------------------------------- AOP:$25,000 Earthquake:$25,000 Named Storm:3%per Occurrence subject to a minimum Deductible of$25,000 Project:GC Corpus Christi Hall Roof,TX ACORD 101 (2008/01) ©2008 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD onnuaignEnvelope ID: ocearrnn-8411-4oae-8eoe-7neuonnore4s 006113 PERFORMANCE BOND BOND NO. P012142801099Surety is a corporation organized and existing | Contractor as Principal Surety Name: Roofing Solutions,LLC. Name: Philadelphia Indemnity Insurance Company Mailing address(principal place of business): Mailing address(principal place of business): 17260 Jefferson Hwy,Ste D One Bala Plaza,Suite 100 Baton Rouge,LA 70817 Bala Cynwyd,PA 19004 Physical address (principal place of business): Owner One Bala Plaza,Suite 100 Bala Cynwyd,PA 19004 Name: City of Corpus Christi,Texas Mailing address(principal place of business): Contracts and Procurement | 1201 Leopard Street under the laws of the state of: Pennsylvania Corpus Christi,Texas 78401 By submitting this Bond,Surety affirms its authority to do business in the State of Texas and Contract Its license to execute bonds in the State of Texas. Project name and number: Telephone (main number): 20285 City Hall Roof Repairs (610)617-7900 Telephone(for notice of claim): (610)617-7900 Local Agent for Surety Name: Mary Catherine Turner Award Date of the Contract:August 22,2023 Address: Surety Bond Brokers,Inc. 6709 Perkins Road Contract Price: JAq2,120.00 Baton Rouge,LA 70808 Telephone: (225)757-9191 Bond Email Address: cathy@suretybondbrokers.coin Date of Bond: August 24,2023 The address of the surety company to which any (Date of Bond cannot be earlier than Award Date notice of claim should be sent may be obtained of the Contract) from the Texas Dept. of insurance by calling the I following toll-free number.-1-800-252-3439 / � � | | Performance Bond 006113-1 ZO285City Hall Roof Repairs oo"u3ignEnvelope 0: 000arrnn-8411-4uoe*ono-7oozonoorn4e Surety and Contractor,intending to be legally bound and obligated to Owner do each cause this Performance Bond to be duly executed on its behalf by its authorized officer,agent or representative. The Principal and Surety bind themselves, and their heirs, administrators, executors,successors and assigns,jointly and severally to this bond. The condition of this obligation is such that if the Contractor as Principal faithfully performs the Work required by the Contract then this obligation shall be null and void;otherwise the obligation is to remain in fullforce and effect. Provisions of the bond shall be pursuant to the terms and provisions of Chapter 2253 and Chapter 2269 of the Texas Government Code as amended and all liabilities on this bond shall be determined in accordance with the provisions of said Chapter to the same extent as if it were copied at length herein. Venue shall lie exclusively in Nueces County, Texas for any legal action. Contractor as Principal",_R.99rmg-S.oftt�qps,LLC. Surety Philadelphia Indemni Company =T- Signature: Name: Tupac de la Cruz Name: Mary Catherine Turner Title: Managing Member Title: Attorney-in-Fact Email Address: tupac@roofingsolutions.com Email Address: cathy(1-0.suretybondbrokers.corn (Attach Power of Attorney and place surety seal below) END OFSECTION Performance Bond 006113-2 20285 City Hall Roof Repairs DocuSign Envelope ID: DCB87706-8411-4088-8868-7582860D784E 00 61 16 PAYMENT BOND BOND NO. PB12142801099 Contractor as Principal Surety Name: Roofing Solutions, LLC. Name: Philadelphia Indemnity Insurance Company Mailing address(principal place of business): Mailing address(principal place of business): 17260 Jefferson Hwy,Ste D One Bala Plaza,Suite 100 Baton Rouge,LA 70817 Bala Cynwyd,PA 19004 Physical address (principal place of business): Owner One Bala Plaza,Suite 100 Name: City of Corpus Christi,Texas Bala Cynwyd,PA 19004 Mailing address(principal place of business): Contracts and Procurement 1201 Leopard Street Surety is a corporation organized and existing Corpus Christi,Texas 78401 under the laws of the state of: Pennsylvania By submitting this Bond,Surety affirms its authority to do business in the State of Texas and Contract its license to execute bonds in the State of Texas. Project name and number: Telephone(main number): 20285 City Hall Roof Repairs (610)617-7900 Telephone(for notice of claim): (610)617-7900 Local Agent for Surety Name: Mary Catherine Turner Award Date of the Contract:August 22,2023 Address: Surety Bond Brokers,Inc. 6709 Perkins Road Contract Price: _�120�.00 Baton Rouge,LA 70808 Bond Telephone: (225)757-9191 Email Address: cath y( q,)suretybondbrokers.com Date ofBond: August 24,2023 The address of the surety company to which any (Date of Bond cannot be earlier than Award Date notice of claim should be sent may be obtained of Contract) from the Texas Dept.of Insurance by calling the following toll-free number.-1-800-252-3439 Payment Bond Form 00 61 16-1 20285 City Hall Roof Repairs 2021 oo"u3ignEnvelope 0: 000arrnn-8411-4uoe*ono-7oozonoorn4e Surety and Contractor,intending to be legally bound and obligated to Owner do each cause this Payment Bond to be duly executed on its behalf by its authorized officer,agent or representative. The Principal and Surety bind themselves, and their heirs,administrators, executors,successors and assigns,jointly and severally to this bond. The condition of this obligation is such that if the Contractor as Principal pays a//claimants providing labor or materials to him or to a Subcontractor in the prosecution of the Work required by the Contract then this obligation shall be null and void;otherwise the obligation is to remain in fu/iforce and effect. Provisions of the bond shall be pursuant to the terms and provisions of Chapter 2253 and Chapter 2269 of the Texas Government Code as amended and all liabilities on this bond shall be determined in accordance with the provisions of said Chapter to the same extent as if it were copied at length herein. Venue shall lie exclusively in Nueces County, Texas for any legal action. Contractor as Surety Philadelphia Indernnity)Wg"'r ornpany Name: Tupac de la Cruz Name: Mary Catherine Turner Title: Managing Member Title: Attorney-in-Fact- Email Address: tupac@roofingsolutions.com Email Address: cathy suretybondbrokers.corn (Attach Power of Attorney and place surety seal below) END OFSECTION Payment Bond Form 006116-2 20285 City Hall Roof Repairs 2021 DocuSign Envelope ID: DCB87706-8411-4088-8868-7582860D784E i I PHILADELPHIA INDEMNITY INSURANCE COMPANY One Bala Plaza,Suite 100 i Bala Cynwyd,PA 19004-0950 Power of Attorney KNOW ALL PERSONS BY THESE PRESENTS:That PHILADELPHIA INDEMNITY INSURANCE COMPANY(the Company),a corporation organized and existing under the laws of the Commonwealth of Pennsylvania,does hereby constitute and appoint Garrett Turner,Mary Catherine Turner,Meghann Catherine Turner& Ronald T,Turner of Sures Bond Brokers of LA,1nc.,its true and lawful Attorney-in-fact with bill authority to execute on its behalf bonds,undertakings, recognizances and other contracts of indemnity and writings obligatory in the nature thereof,issued in the course of its business and to bind the Company thereby,in an amount not to exceed$100,000,000.00 This Power of Attorney is granted and is signed and scaled by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of PHILADELPHIA INDEMNITY INSURANCE COMPANY on the 1.4t'of November,2016. RESOLVED: That the.Board of Directors hereby authorizes the President or any Vice President of the Company: (1) Appoint Attorney(s) in Fact and authorize the Attorney(s) in Fact to execute on behalf of the Company bonds and undertakings,contracts of indemnity and other writings obligatory in the nature thereof and to attach the seal of the Company thereto; and (2) to remove, at any time, any such Attorney-in-Fact and revoke the authority given, And,be it FURTHER i RESOLVED: That the signatures of such officers and the seal of the Company may be affixed to any such Power of Attorney or certificate relating thereto by facsimile,and any such Power of Attorney so executed and certified by facsimile signatures and facsimile seal shall be valid and binding upon the Company in the future with respect to any bond or undertaking to which it is attached. IN TESTIMONY WHEREOF, PHILADELPHIA INDEMNITY INSURANCE COMPANY HAS CAUSED THIS INSTRUMENT TO BE SIGNED AND ITS j CORPORATE SEALI'O BE AFFIXED BY ITS AUTHORIZED OFFICE THIS 5TH DAY OF MARCH,2021. i f; I 192 a (Seal) 4yohAmob, President&CEO Philadelphia Indemnity Insurance Company On this 5'h day of March,2021 before me came the individual who executed the preceding instrument,to me personally known,and being by me duly sworn said that he is the therein described and authorized officer of the PHILADELPHIA INDEMNITY INSURANCE COMPANY; that the seal affixed to said instrument is the Corporate seal of said Company;that the said Corporate Seal and his signature were duly affixed. i Notary Public: ommonwea of Penn4yivania�Notary seal "1/'�cx,�xr��,;: y^Y"1�` Ve"esao Moke"zie,Notary Pubtlo Montgomery County Myoo'mmisalon expiroa Novomber3,2024 domrnlaalon"umbar 1388384 WOMD i P6nnay"...4axemsaonof Notarlds residing at: Bala Cynwyd,PA My commission expires: November 3,2024 i 1,Edward Sayogo,Corporate Secretary of PHILADELPHIA INDEMNITY INSURANCE COMPANY,do hereby certify that the foregoing resolution of the Board of Directors and the Power of Attorney issued pursuant thereto on the 5°i day March,2021 are true and correct and are still in full force and effect.I do further certify that John Glomb, who executed the Power of Attorney as President, was on the date of execution of the attached Power of Attorney the duly elected President of 9 PHILADELPHIA INDEMNITY INSURANCE.,COMPANY, In Testimony Whereof I have subscribed my name and affixed the facs'im'ile seal of each Company this 24th day of August 2p23 wr Edward Sayago,Corporate Secretary PHILADELPHIA INDEMNITY INSURANCE COMPANY DocuSign Envelope ID: DCB87706-8411-4088-8868-7582860D784E ,�vs car 0 kCo PQR h7�� x8'52 00 52 23 AGREEMENT This Agreement, for the Project awarded on August 22, 2023, is between the City of Corpus Christi (Owner) and Roofing Solutions, LLC. (Contractor). Owner and Contractor agree as follows: ARTICLE 1—WORK 1.01 Contractor shall complete all Work as specified or indicated in the Contract Documents. The Work is generally described as: City Hall Roof Repairs Proiect No. 20285 ARTICLE 2—DESIGNER AND OWNER'S AUTHORIZED REPRESENTATIVE 2.01 The Project has been designed by: Hanson Professional Services, Inc. 4501 Gollihar Road Corpus Christi,Texas 78411 RPeralez@hanson-inc.com 2.02 The Owner's Authorized Representative for this Project is: Bret Van Hazel Assistant Director of Construction Services 4917 Holly Road, Bldg. 5 Corpus Christi,Texas 78411 BrettVH@cctexas.com ARTICLE 3—CONTRACT TIMES 3.01 Contract Times A. The Work is required to be substantially completed within 120 days after the date when the Contract Times commence to run as provided in the Notice to Proceed and is to be completed and ready for final payment in accordance with Paragraph 17.16 of the General Conditions within 150 days after the date when the Contract Times commence to run. Agreement 005223- 1 City Hall Roof Repairs, Project No. 20285 Rev 12/2021 DocuSign Envelope ID: DCB87706-8411-4088-8868-7582860D784E B. Performance of the Work is required as shown in Paragraph 7.02 of the General Conditions. C. Milestones,and the dates for completion of each,are as defined in Section 0135 00 SPECIAL PROCEDURES. 3.02 Liquidated Damages A. Owner and Contractor recognize that time limits for specified Milestones, Substantial Completion, and completion and readiness for Final Payment as stated in the Contract Documents are of the essence of the Contract. Owner and Contractor recognize that the Owner will suffer financial loss if the Work is not completed within the times specified in Paragraph 3.01 and as adjusted in accordance with Paragraph 11.05 of the General Conditions. Owner and Contractor also recognize the delays, expense, and difficulties involved in proving in a legal or arbitration proceeding the actual loss suffered by Owner if the Work is not completed on time. Accordingly, instead of requiring any such proof,Owner and Contractor agree that as liquidated damages for delay (but not as a penalty): 1. Substantial Completion: Contractor shall pay Owner$400.00 for each day that expires after the time specified in Paragraph 3.01 for Substantial Completion until the Work is substantially complete. 2. Completion of the Remaining Work: Contractor agrees to pay Owner$400.00 for each day that expires after the time specified in Paragraph 3.01 for completion and readiness for final payment until the Work is completed and ready for final payment in accordance with Paragraph 17.16 of the General Conditions. 3. Liquidated damages for failing to timely attain Substantial Completion and Final Completion are not additive and will not be imposed concurrently. 4. Milestones: Contractor agrees to pay Owner liquidated damages as stipulated in SECTION 0135 00 SPECIAL PROCEDURES for failure to meet Milestone completions. 5. The Owner will determine whether the Work has been completed within the Contract Times. B. Owner is not required to only assess liquidated damages, and Owner may elect to pursue its actual damages resulting from the failure of Contractor to complete the Work in accordance with the requirements of the Contract Documents. ARTICLE 4—CONTRACT PRICE 4.01 Owner will pay Contractor for completion of the Work in accordance with the Contract Documents at the unit prices shown in the attached BID FORM. Unit prices have been computed in accordance with Paragraph 15.03 of the General Conditions. Contractor acknowledges that estimated quantities are not guaranteed, and were solely for the purpose of comparing Bids, and final payment for all unit price items will be based on actual quantities, determined as provided in the Contract Documents. Total Base Bid Price $ 869,120.00 Agreement 005223-2 City Hall Roof Repairs, Project No. 20285 Rev 12/2021 DocuSign Envelope ID: DCB87706-8411-4088-8868-7582860D784E ARTICLE 5—PAYMENT PROCEDURES 5.01 Submit Applications for Payment in accordance with Article 17 of the General Conditions. Applications for Payment will be processed by the OAR as provided in the General Conditions. 5.02 Progress Payments; Retainage: A. The Owner will make progress payments on or about the 25th day of each month during performance of the Work. Payment is based on Work completed in accordance with the Schedule of Values established as provided in the General Conditions. B. Progress payments equal to the full amount of the total earned value to date for completed Work minus the retainage listed below and properly stored materials will be made prior to Substantial Completion. 1. The standard retainage is 5 percent. C. Payment will be made for the amount determined per Paragraph 5.02.13, less the total of payments previously made and less set-offs determined in accordance with Paragraph 17.01 of the General Conditions. D. At the Owner's option, Owner may pay Contractor 100 percent of the Work completed, less amounts withheld in accordance with Paragraph 17.01 of the General Conditions and less 200 percent of OAR's estimate of the value of Work to be completed or corrected to reach Substantial Completion. Owner may, at its sole discretion, elect to hold retainage in the amounts set forth above for progress payments prior to Substantial Completion if Owner has concerns with the ability of the Contractor to complete the remaining Work in accordance with the Contract Documents or within the time frame established by this Agreement. Release or reduction in retainage is contingent upon and consent of surety to the reduction in retainage. 5.03 Owner will pay the remainder of the Contract Price as recommended by OAR in accordance with Paragraph 17.16 of the General Conditions upon Final Completion and acceptance of the Work. ARTICLE 6—INTEREST ON OVERDUE PAYMENTS AND RETAINAGE 6.01 The Owner is not obligated to pay interest on overdue payments except as required by Texas Government Code Chapter 2251. Invoices must comply with Article 17 of the General Conditions. 6.02 Except as specified in Article 5, the Owner is not obligated to pay interest on moneys not paid except as provided in Texas Government Code Chapter 2252. ARTICLE 7—CONTRACTOR'S REPRESENTATIONS 7.01 The Contractor makes the following representations: A. The Contractor has examined and carefully studied the Contract Documents and the other related data identified in the Bidding Documents. B. The Contractor has visited the Site and become familiar with and is satisfied as to the general, local, and Site conditions that may affect cost, progress, and performance of the Work. Agreement 005223-3 City Hall Roof Repairs, Project No. 20285 Rev 12/2021 DocuSign Envelope ID: DCB87706-8411-4088-8868-7582860D784E C. The Contractor is familiar with Laws and Regulations that may affect cost, progress, and performance of the Work. D. The Contractor has carefully studied the following Site-related reports and drawings as identified in the Supplementary Conditions: 1. Geotechnical Data Reports regarding subsurface conditions at or adjacent to the Site; 2. Drawings of physical conditions relating to existing surface or subsurface structures at the Site; 3. Underground Facilities referenced in reports and drawings; 4. Reports and drawings relating to Hazardous Environmental Conditions, if any, at or adjacent to the Site; and 5. Technical Data related to each of these reports and drawings. E. The Contractor has considered the: 1. Information known to Contractor; 2. Information commonly known to contractors doing business in the locality of the Site; 3. Information and observations obtained from visits to the Site; and 4. The Contract Documents. F. The Contractor has considered the items identified in Paragraphs 7.01.D and 7.01.E with respect to the effect of such information, observations, and documents on: 1. The cost, progress, and performance of the Work; 2. The means, methods, techniques, sequences, and procedures of construction to be employed by Contractor; and 3. Contractor's safety precautions and programs. G. Based on the information and observations referred to in the preceding paragraphs, Contractor agrees that no further examinations, investigations, explorations, tests, studies, or data are necessary for the performance of the Work at the Contract Price, within the Contract Times, and in accordance with the other terms and conditions of the Contract Documents. H. The Contractor is aware of the general nature of Work to be performed by Owner and others at the Site that relates to the Work as indicated in the Contract Documents. I. The Contractor has correlated the information known to the Contractor, information and observations obtained from visits to the Site, reports and drawings identified in the Contract Documents, and all additional examinations, investigations, explorations, tests, studies, and data with the Contract Documents. J. The Contractor has given the OAR written notice of all conflicts, errors, ambiguities, or discrepancies that the Contractor has discovered in the Contract Documents,and the written resolution provided by the OAR is acceptable to the Contractor. K. The Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performance and furnishing of the Work. Agreement 005223-4 City Hall Roof Repairs, Project No. 20285 Rev 12/2021 DocuSign Envelope ID: DCB87706-8411-4088-8868-7582860D784E L. Contractor's entry into this Contract constitutes an incontrovertible representation by Contractor that without exception all prices in the Agreement are premised upon performing and furnishing the Work required by the Contract Documents. M. CONTRACTOR SHALL INDEMNIFY, DEFEND AND HOLD HARMLESS THE OWNER'S INDEMNITEES IN ACCORDANCE WITH PARAGRAPH 7.14 OF THE GENERAL CONDITIONS AND THE SUPPLEMENTARY CONDITIONS. ARTICLE 8—ACCOUNTING RECORDS 8.01 Accounting Record Availability: The Contractor shall keep such full and detailed accounts of materials incorporated and labor and equipment utilized for the Work consistent with the requirements of Paragraph 15.01 of the General Conditions and as may be necessary for proper financial management under this Agreement. Subject to prior written notice,the Owner shall be afforded reasonable access during normal business hours to all of the Contractor's records, books, correspondence, instructions,drawings, receipts,vouchers,memoranda,and similar data relating to the Cost of the Work and the Contractor's fee. The Contractor shall preserve all such documents for a period of 3 years after the final payment by the Owner. ARTICLE 9—CONTRACT DOCUMENTS 9.01 Contents: A. The Contract Documents consist of the following: 1. Solicitation documents. 2. Specifications, forms, and documents listed in SECTION 00 0100 TABLE OF CONTENTS. 3. Drawings listed in the Sheet Index. 4. Addenda. 5. Exhibits to this Agreement: a. Contractor's Bid Form. 6. Documentation required by the Contract Documents and submitted by Contractor prior to Notice of Award. B. There are no Contract Documents other than those listed above in this Article. C. The Contract Documents may only be amended, modified, or supplemented as provided in Article 11 of the General Conditions. Agreement 005223-5 City Hall Roof Repairs, Project No. 20285 Rev 12/2021 DocuSign Envelope ID: DCB87706-8411-4088-8868-7582860D784E ARTICLE 10—CONTRACT DOCUMENT SIGNATURES ATTEST CITY OF CORPUS CHRISTI DocuSigned by Lif uSigned by: 9/7/2023 9/6/2023 eb'ec83 °"uPta 'EMUMs, P.E City Secretary Director of Engineering Services M2023-127 AUTHORIZED 8/22/2023 APPROVED AS TO LEGAL FORM: BY COUNCIL Docu•S1igned by:1. J �� �, 9/6/2023 Er;-/sb Assl spa ni'My3Attorney ATTEST(IF CORPORATION) CONTRACTOR LDocu&gnedby: 9/6/2023 4FC3A52B81B54F4... (Seal Below) By: Tupac De La Cruz Note: Attach copy of authorization to sign if Title: Owner person signing for CONTRACTOR is not President Vice President Chief Executive Officer, or Chief 17260 Jefferson Hwy, Ste. D Financial Officer Address Baton Rouge Louisiana 70817 City State Zip 225-744-3912 225-744-0037 Phone Fax tupac@roofingsolutions.com Email END OF SECTION Agreement 005223-6 City Hall Roof Repairs, Project No. 20285 Rev 12/2021 oo"u3ignEnvelope 0: 000arrnn-8411-4uoe*ono-7oozonoorn4e BID FORM Project Name: City Hall Roof Repairs Project Number: 20285 Owner: City of Corpus Christi OAR: Brett Van Hazel Designer: Hanson Professional Services, Inc. By its signature below, Bidder accepts all of the terms and conditions of the Bid Acknowledgement,acknowledges receipt of all Addenda to the Bid and agrees, if this Bid is accepted,to enter into a Contract with the Owner and complete the Work in accordance with the Contract Documents for the Bid price. Bidder: Roofing Solutions, LLC (full legal name of Bidder) (signature of person with authority to bind the Bidder) Name: Tupar de La Cruz —(printed name of person signing Bid Form) Title: Authorized Representative (title of person signing Bid Form) Attest: (signature) State of Residency: Louisiana Federal Tx ID No. 20-0737604 Address for Notices: 17260 Jefferson Hwy, Ste D, Baton Rouge, LA 70817 ,Phone: Email: Basis of Bid Item DESCRIPTION UNIT ESTIMATED UNIT PRICE EXTENDED I I QUANTITY AMOUNT Base Bid with Additive Alternate Part A-General(per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) Al I MOBILIZATION (Not to Exceed 5% Max) LS 1 N/A $30,912.00 A2 IBONDS AND INSURANCE AL 1 N/A SUBTOTAL PART A-GENERAL(items Al thru A2) Part B-ROOF AND FLASHING REPAIRS(per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) B1 GABLE ROOF REPLACEMENT LS 1 N/A $440,288.00 B2 WALL FLASHING REPAIRS LS 1 N/A $96,000.00 B3 CRANE OPERATIONS LS 1 N/A $80,000.00 ISUBTOTAL PART B-ROOF AND FLASHING REPAIRS(items B1 thru B3) $616,288.00 Bid Form Page 1ofZ onnuaignEnvelope ID: ocearrnn-8411-4oae-8eoe-7neuonnore4s BID FORM Item DESCRIPTION UNIT UNIT PRICE� _1_ ESTIMATED I J EXTENDED QUANTITY AMOUNT Part C-ALLOWANCE(per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) C1 JALLOWANCE FOR UNFORESEEN CONDITIONS AL I N/A $ 100,000.00 SUBTOTAL PART C-ALLOWANCE(IteM CI) $ 100,000.00 Part D-ADDITIVE ALTERNATE NO.1 (per SECTION 0123 10 ALTERNATES AND ALLOWANCES) D1 INEW COMPOSITE INSULATION BOARD AA I N/A 96,320.00 SUBTOTAL PART D-ADDITIVE ALTERNATE NO.I(ITEM DI) 96.320.0Q BID SUMMARY (Base Bid with Additive Alternate) SUBTOTAL PART A-GENERAL(Items Al thru A2) 156,512.00 SUBTOTAL PART B-ROOF AND FLASHING REPAIRS(Items 131 thru 133) $61628�,QQ SUBTOTAL PART C-ALLOWANCE (Item Cl) $100,000.00 TOTAL PROJECT BASE BID(PARTS A TH RU Q $772,800.00 ISUBTOTAL PART D-ADDITIVE ALTERNATE NO. I (Item DI) :[:-$96,320.00 ITOTAL PROJECT ADDITIVE ALTERNATE NO. I(PART D) $869,120.00 Bid Form Page 2of2 City Hall Roof Repairs, Project No.20285 Rev 8/019 DocuSign Envelope ID: DCB87706-8411-4088-8868-7582860D784E CONTRACT DOCUMENTS FOR CONSTRUCTION OF CITY HALL ROOF REPAIRS PROJECT NUMBER 20285 CORPOR 18514 Hanson Professional Services, Inc. 4501 Gollihar Road, Corpus Christi, TX 78411 Phone: (361) 814-9900 Record Drawing Number PBG-884 10/31/2022 . ' gt�IM 104A, 122270 , IC E N ri 40 ASSEMBLED 5-26-2023 . CONFORMED SET DocuSign Envelope ID: DCB87706-8411-4088-8868-7582860D784E 000100 TABLE OF CONTENTS Division/ Title Section Division 00 Preface Documents 00 00 00 Cover Sheet 000100 Table of Contents 000102 List of Drawings Division 00 Procurement and Contracting Requirements 00 52 23 Agreement (Rev 12-2021) 00 72 00 General Conditions(Rev6-2021) 00 73 00 Supplementary Conditions(Rev4-2022) Division 01 General Requirements 011100 Summary of Work(Rev 10-2018) 01 23 10 Alternates and Allowances(Rev 5-2020) 01 29 01 Measurement and Basis for Payment (Rev5-2020) 01 33 01 Submittal Register(Rev 10-2018) 01 35 00 Special Procedures(Rev 10-2018) 01 50 00 Temporary Facilities and Controls(Rev 8-2019) 01 57 00 Temporary Controls(Rev8-2019) Part T Technical Specifications 01 33 00 Submittal Procedures 01 45 00 Windstorm Construction Requirements 02 41 19 Selective Demolition 04 01 20.63 Brick Masonry Repair 07 41 13.16 Standing-Seam Metal Roof Panels END OF SECTION Table of Contents 000100-1 City Hall Roof Repairs, Project No. 20285 Rev 1/2022 DocuSign Envelope ID: DCB87706-8411-4088-8868-7582860D784E 000102 LIST OF DRAWINGS Sheet Sheet Name Number 1 TITLE SHEET 2 ARCHITECTURAL GENERAL NOTES 3 WIND CHART 4 EXISTING CONDITIONS 5 ARCHITECTURAL SITE PLAN 6 DEMOLITION ROOF PLAN 7 NEW ROOF PLAN 8 ROOF DETAILS SHEET 9 ROOF DETAILS SHEET List of Drawings 000102-1 Art Museum Improvements, Project No. 21124 DocuSign Envelope ID: DCB87706-8411-4088-8868-7582860D784E 00 73 00 SUPPLEMENTARY CONDITIONS These Supplementary Conditions amend or supplement SECTION 00 72 00 GENERAL CONDITIONS and other provisions of the Contract Documents. All provisions not amended or supplemented in these Supplementary Conditions remain in effect. The terms used in these Supplementary Conditions have the meanings stated in the General Conditions. Additional terms used in these Supplementary Conditions have the meanings stated below. ARTICLE 1—DEFINITIONS AND TERMINOLOGY SC-1.01 DEFINED TERMS A. The members of the OPT as defined in Paragraph 1.01.A.41 consists of the following organizations: City of Corpus Christi,Texas Hanson Professional Services, Inc. ARTICLE 4—COMMENCEMENT AND PROGRESS OF THE WORK SC-4.04 DELAYS IN CONTRACTOR'S PROGRESS A. The allocation for delays in the Contractor's progress for rain days as set forth in General Conditions Paragraph 4.04.D are to be determined as follows: 1. Include rain days in developing the schedule for construction. Schedule construction so that the Work will be completed within the Contract Times assuming that these rain days will occur. Incorporate residual impacts following rain days such as limited access to and within the Site, inability to work due to wet or muddy Site conditions, delays in delivery of equipment and materials, and other impacts related to rain days when developing the schedule for construction. Include all costs associated with these rain days and residual impacts in the Contract Price. 2. A rain day is defined as any day in which the amount of rain measured by the National Weather Services at the Power Street Stormwater Pump Station is 0.S0 inch or greater. Records indicate the following average number of rain days for each month: Month Day Month Days January 3 July 3 February 3 August 4 March 2 September 7 April 3 October 4 May 4 November 3 June 4 December 3 Supplementary Conditions 007300-1 City Hall Roof Repairs, Project No. 20285 Rev 4/2022 DocuSign Envelope ID: DCB87706-8411-4088-8868-7582860D784E 3. A total of 10 rain days have been set for this Project. An extension of time due to rain days will be considered only after 10 rain days have been exceeded in a calendar year and the OAR has determined that a detrimental impact to the construction schedule resulted from the excessive rainfall. Rain days are to be incorporated into the schedule and unused rain days will be considered float time which may be consumed by the Owner or Contractor in delay claims. ARTICLE 5 — AVAILABILITY OF LANDS; SUBSURFACE CONDITIONS AND PHYSICAL CONDITIONS; HAZARDOUS ENVIRONMENTAL CONDITIONS SC-5.03 SUBSURFACE AND PHYSICAL CONDITIONS A. This Supplementary Condition identifies documents referenced in General Conditions Paragraph 5.03.A which describe subsurface and physical conditions. NONE. 1. Drawings of physical conditions relating to existing surface or subsurface structures at the Site (except Underground Facilities) include the following: a. Architectural Site Plan, Sheet 5 of 9 of Plans—Partial site plan from existing Record Drawings showing locations of underground utilities within Work area. b. Corpus Christi City Hall Record Drawings, by Taft Architects & Kipp, Richter & Associates, dated April 22, 1985—Existing Record Drawings of the City Hall site and structure. c. Assessment Report City Hall 61h Floor Atrium Painting City Hall Leaks on Sloped Roofs, Project No. E17018, by LNV, dated September 2017. d. City Hall Roof Replacement Feasibility Report, by LNV,dated October 18, 2017. ARTICLE 6—BONDS AND INSURANCE SC-6.03 REQUIRED MINIMUM INSURANCE COVERAGE INSURANCE REQUIREMENTS CONTRACTOR'S INSURANCE AMOUNTS Provide the insurance coverage for at least the following amounts unless greater amounts are required by Laws and Regulations: Type of Insurance Minimum Insurance Coverage Commercial General Liability including 1. Commercial Form 2. Premises—Completed Operations 3. Explosions and Collapse Hazard 4. Underground Hazard 5. Products/Completed Operations Hazard $1,000,000 Per Occurrence 6. Contractual Liability $2,000,000 Aggregate 7. Broad Form Property Damage 8. Independent Contractors 9. Personal &Advertising Injury Supplementary Conditions 007300-2 City Hall Roof Repairs, Project No. 20285 Rev 4/2022 DocuSign Envelope ID: DCB87706-8411-4088-8868-7582860D784E Business Automobile Liability-Owned, Non- $1,000,000 Combined Single Limit Owned, Rented and Leased Workers' Compensation Statutory Employer's Liability $500,000/500,000/500,000 Excess Liability/Umbrella Liability $1,000,000 Per Occurrence Required if Contract Price>$5,000,000 Contractor's Pollution Liability / $1,000,000 Per Claim Environmental Impairment Coverage Not limited to sudden and accidental ❑ Required X Not Required discharge. To include long-term environmental impact for the disposal of pollutants/contaminants. Required if excavation>3 ft Builder's Risk(All Perils including Collapse) Equal to Full Replacement Cost of Structure and Contents Required for vertical structures and bridges X Required ❑ Not Required Installation Floater Equal to Contract Price Required if installing city-owned equipment ❑ Required X Not Required ARTICLE 7—CONTRACTOR'S RESPONSIBILITIES SC-7.02 LABOR; WORKING HOURS B. Perform Work at the Site during regular working hours except as otherwise required for the safety or protection of person or the Work or property at the Site or adjacent to the Site and except as otherwise stated in the Contract Documents. Regular working hours are from sunup to sundown-unless other times are specifically authorized in writing by OAR. 1. City Council Operations—Contractor shall coordinate all construction activities on Tuesdays with City Council Meetings. Construction noise shall be kept to a minimum. SC-7.04 CONCERNING SUBCONTRACTORS, SUPPLIERS,AND OTHERS A. Add the following sentence to the end of Paragraph 7.04.A: "The Contractor must perform at least 50 percent of the Work, measured as a percentage of the Contract Price, using its own employees." ARTICLE 14—PREVAILING WAGE RATE REQUIREMENTS Supplementary Conditions 007300-3 City Hall Roof Repairs, Project No. 20285 Rev 4/2022 DocuSign Envelope ID: DCB87706-8411-4088-8868-7582860D784E SC-14.04 PREVAILING WAGE RATES A. The minimum rates for various labor classifications as established by the Owner are shown below: Wage Determination Construction Type Project Type (WD) No TX288 Building Building Construction Projects (does not include single family homes or apartments up to and including 4 stories) Supplementary Conditions 007300-4 City Hall Roof Repairs, Project No. 20285 Rev 4/2022 DocuSign Envelope ID: DCB87706-8411-4088-8868-7582860D784E "General Decision Number:TX20220288 08/05/2022 Superseded General Decision Number:TX20210288 State:Texas Construction Type: Building Counties:Aransas, Nueces and San Patricio Counties in Texas. BUILDING CONSTRUCTION PROJECTS (does not include single family homes or apartments up to and including 4 stories). Note: Contracts subject to the Davis-Bacon Act are generally required to pay at least the applicable minimum wage rate required under Executive Order 14026 or Executive Order 13658. Please note that these Executive Orders apply to covered contracts entered into by the federal government that are subject to the Davis-Bacon Act itself, but do not apply to contracts subject only to the Davis-Bacon Related Acts, including those set forth at 29 CFR 5.1(a)(2)-(60). If the contract is entered . Executive Order 14026 1 into on or after January 30, generally applies to the 12022, or the contract is contract. renewed or extended (e.g., an . The contractor must pay option is exercised) on or all covered workers at after January 30, 2022: least$15.00 per hour(or the applicable wage rate listed on this wage determination, if it is higher) for all hours spent performing on the contract in 2022. If the contract was awarded on . Executive Order 13658 1 or between January 1, 2015 and generally applies to the JJanuary 29, 2022, and the contract. contract is not renewed or . The contractor must pay all extended on or after January covered workers at least 130, 2022: 1 $11.25 per hour(or the applicable wage rate listed on this wage determination, if it is higher)for all hours spent performing on Supplementary Conditions 007300-5 City Hall Roof Repairs, Project No. 20285 Rev 4/2022 DocuSign Envelope ID: DCB87706-8411-4088-8868-7582860D784E that contract in 2022. The applicable Executive Order minimum wage rate will be adjusted annually. If this contract is covered by one of the Executive Orders and a classification considered necessary for performance of work on the contract does not appear on this wage determination, the contractor must still submit a conformance request. Additional information on contractor requirements and worker protections under the Executive Orders is available at https://www.dol.gov/agencies/whd/government-contracts. Modification Number Publication Date 0 01/07/2022 1 02/25/2022 2 08/05/2022 BOI L0074-003 01/01/2021 Rates Fringes BOILERMAKER...................... $ 29.47 24.10 ---------------------------------------------------------------- ELECO278-002 03/20/2020 Rates Fringes ELECTRICIAN...................... $ 26.25 8.24 ---------------------------------------------------------------- ENG10178-005 06/01/2020 Rates Fringes POWER EQUIPMENT OPERATOR (1)Tower Crane............. $ 32.85 13.10 (2) Cranes with Pile Driving or Caisson Attachment and Hydraulic Crane 60 tons and above..... $ 28.75 10.60 (3) Hydraulic cranes 59 Tons and under.............. $ 32.35 13.10 ---------------------------------------------------------------- * IRON0084-011 06/01/2022 Rates Fringes Supplementary Conditions 007300-6 City Hall Roof Repairs, Project No. 20285 Rev 4/2022 DocuSign Envelope ID: DCB87706-8411-4088-8868-7582860D784E IRONWORKER, ORNAMENTAL........... $ 26.76 7.88 ---------------------------------------------------------------- * SUTX2014-068 07/21/2014 Rates Fringes BRICKLAYER....................... $ 20.04 0.00 CARPENTER........................ $ 15.21 0.00 CEMENT MASON/CONCRETE FINISHER...$ 15.33 0.00 INSULATOR- MECHANICAL (Duct, Pipe & Mechanical System Insulation)............... $ 19.77 7.13 IRONWORKER, REINFORCING.......... $ 12.27 ** 0.00 IRONWORKER, STRUCTURAL........... $ 22.16 5.26 LABORER: Common or General...... $ 9.68 ** 0.00 LABORER: Mason Tender- Brick... $ 11.36 ** 0.00 LABORER: Mason Tender- Cement/Concrete.................. $ 10.58 ** 0.00 LABORER: Pipelayer.............. $ 12.49 ** 2.13 LABORER: Roof Tearoff........... $ 11.28 ** 0.00 OPERATOR: Backhoe/Excavator/Trackhoe....... $ 14.25 ** 0.00 OPERATOR: Bobcat/Skid Steer/Skid Loader................ $ 13.93 ** 0.00 OPERATOR: Bulldozer............. $ 18.29 1.31 OPERATOR: Drill................. $ 16.22 0.34 OPERATOR: Forklift.............. $ 14.83 ** 0.00 OPERATOR: Grader/Blade.......... $ 13.37 ** 0.00 OPERATOR: Loader................ $ 13.55 ** 0.94 Supplementary Conditions 007300-7 City Hall Roof Repairs, Project No. 20285 Rev 4/2022 DocuSign Envelope ID: DCB87706-8411-4088-8868-7582860D784E OPERATOR: Mechanic.............. $ 17.52 3.33 OPERATOR: Paver (Asphalt, Aggregate, and Concrete)......... $ 16.03 0.00 OPERATOR: Roller................ $ 12.70 ** 0.00 PAINTER(Brush, Roller, and Spray)........................... $ 14.45 ** 0.00 PIPEFITTER....................... $ 25.80 8.55 PLUMBER.......................... $ 25.64 8.16 ROOFER........................... $ 13.75 ** 0.00 SHEET METAL WORKER (HVAC Duct Installation Only)............... $ 22.73 7.52 SHEET METALWORKER, Excludes HVAC Duct Installation........... $ 21.13 6.53 TILE FINISHER.................... $ 11.22 ** 0.00 TILE SETTER...................... $ 14.74 ** 0.00 TRUCK DRIVER: Dump Truck........ $ 12.39 ** 1.18 TRUCK DRIVER: Flatbed Truck..... $ 19.65 8.57 TRUCK DRIVER: Semi-Trailer Truck............................ $ 12.50 ** 0.00 TRUCK DRIVER: Water Truck....... $ 12.00 ** 4.11 ---------------------------------------------------------------- WELDERS- Receive rate prescribed for craft performing operation to which welding is incidental. ---------------------------------------------------------------- ---------------------------------------------------------------- ** Workers in this classification may be entitled to a higher minimum wage under Executive Order 14026 ($15.00) or 13658 ($11.25). Please see the Note at the top of the wage determination for more information. Note: Executive Order(EO) 13706, Establishing Paid Sick Leave for Federal Contractors applies to all contracts subject to the Supplementary Conditions 007300-8 City Hall Roof Repairs, Project No. 20285 Rev 4/2022 DocuSign Envelope ID: DCB87706-8411-4088-8868-7582860D784E Davis-Bacon Act for which the contract is awarded (and any solicitation was issued) on or after January 1, 2017. If this contract is covered by the EO, the contractor must provide employees with 1 hour of paid sick leave for every 30 hours they work, up to 56 hours of paid sick leave each year. Employees must be permitted to use paid sick leave for their own illness, injury or other health-related needs, including preventive care; to assist a family member(or person who is like family to the employee) who is ill, injured, or has other health-related needs, including preventive care; or for reasons resulting from, or to assist a family member(or person who is like family to the employee) who is a victim of, domestic violence, sexual assault, or stalking. Additional information on contractor requirements and worker protections under the EO is available at https://www.dol.gov/agencies/whd/government-contracts. Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29CFR 5.5 (a) (1) (ii)). ---------------------------------------------------------------- The body of each wage determination lists the classification and wage rates that have been found to be prevailing for the cited type(s) of construction in the area covered by the wage determination.The classifications are listed in alphabetical order of""identifiers""that indicate whether the particular rate is a union rate (current union negotiated rate for local), a survey rate (weighted average rate) or a union average rate (weighted union average rate). Union Rate Identifiers A four letter classification abbreviation identifier enclosed in dotted lines beginning with characters other than ""SU"" or ""UAVG­' denotes that the union classification and rate were prevailing for that classification in the survey. Example: PLUM0198-005 07/01/2014. PLUM is an abbreviation identifier of the union which prevailed in the survey for this classification, which in this example would be Plumbers. 0198 indicates the local union number or district council number where applicable, i.e., Plumbers Local 0198.The next number, 005 in the example, is an internal number used in processing the wage determination. 07/01/2014 is the effective date of the Supplementary Conditions 007300-9 City Hall Roof Repairs, Project No. 20285 Rev 4/2022 DocuSign Envelope ID: DCB87706-8411-4088-8868-7582860D784E most current negotiated rate, which in this example is July 1, 2014. Union prevailing wage rates are updated to reflect all rate changes in the collective bargaining agreement (CBA)governing this classification and rate. Survey Rate Identifiers Classifications listed under the ""SU"" identifier indicate that no one rate prevailed for this classification in the survey and the published rate is derived by computing a weighted average rate based on all the rates reported in the survey for that classification. As this weighted average rate includes all rates reported in the survey, it may include both union and non-union rates. Example: SULA2012-007 5/13/2014.SU indicates the rates are survey rates based on a weighted average calculation of rates and are not majority rates. LA indicates the State of Louisiana. 2012 is the year of survey on which these classifications and rates are based.The next number, 007 in the example, is an internal number used in producing the wage determination. 5/13/2014 indicates the survey completion date for the classifications and rates under that identifier. Survey wage rates are not updated and remain in effect until a new survey is conducted. Union Average Rate Identifiers Classification(s) listed under the UAVG identifier indicate that no single majority rate prevailed for those classifications; however, 100% of the data reported for the classifications was union data. EXAMPLE: UAVG-OH-0010 08/29/2014. UAVG indicates that the rate is a weighted union average rate. OH indicates the state.The next number, 0010 in the example, is an internal number used in producing the wage determination. 08/29/2014 indicates the survey completion date for the classifications and rates under that identifier. A UAVG rate will be updated once a year, usually in January of each year,to reflect a weighted average of the current negotiated/CBA rate of the union locals from which the rate is based. ---------------------------------------------------------------- Supplementary Conditions 007300-10 City Hall Roof Repairs, Project No. 20285 Rev 4/2022 DocuSign Envelope ID: DCB87706-8411-4088-8868-7582860D784E WAGE DETERMINATION APPEALS PROCESS 1.) Has there been an initial decision in the matter?This can be: * an existing published wage determination * a survey underlying a wage determination * a Wage and Hour Division letter setting forth a position on a wage determination matter * a conformance (additional classification and rate) ruling On survey related matters, initial contact, including requests for summaries of surveys, should be with the Wage and Hour National Office because National Office has responsibility for the Davis-Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in 2.) and 3.) should be followed. With regard to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch of Construction Wage Determinations. Write to: Branch of Construction Wage Determinations Wage and Hour Division U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 2.) If the answer to the question in 1.) is yes,then an interested party(those affected by the action) can request review and reconsideration from the Wage and Hour Administrator (See 29 CFR Part 1.8 and 29 CFR Part 7). Write to: Wage and Hour Administrator U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 The request should be accompanied by a full statement of the interested party's position and by any information (wage payment data, project description, area practice material, etc.)that the requestor considers relevant to the issue. 3.) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board). Write to: Administrative Review Board Supplementary Conditions 007300-11 City Hall Roof Repairs, Project No. 20285 Rev 4/2022 DocuSign Envelope ID: DCB87706-8411-4088-8868-7582860D784E U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 4.)All decisions by the Administrative Review Board are final. ---------------------------------------------------------------- ---------------------------------------------------------------- END OF GENERAL DECISIO" ............... Supplementary Conditions 007300-12 City Hall Roof Repairs, Project No. 20285 Rev 4/2022 DocuSign Envelope ID: DCB87706-8411-4088-8868-7582860D784E ARTICLE 19—PROJECT MANAGEMENT AND COORDINATION SC-19.21 COOPERATION WITH PUBLIC AGENCIES Note to Specifier: The information in the table below should be reviewed and updated as necessary for each proiect. C. For the Contractor's convenience, the following telephone numbers are listed: Public Agencies/Contacts Phone Number City Engineer 361-826-3500 Hanson Professional Services, Inc. 361-814-9900 Ruben Peralez II, P.E. 361-814-9900 Traffic Engineering 361-826-3547 Police Department 361-882-2600 Water/Wastewater/Stormwater 361-826-1800 (361-826-1818 after hours) Gas Department 361-885-6900 (361-885-6942 after hours) Parks& Recreation Department 361-826-3461 Street Department 361-826-1875 City Street Div.for Traffic Signals 361-826-1610 Solid Waste & Brush 361-826-1973 IT Department (City Fiber) 361-826-1956 AEP 1-877-373-4858 AT&T 361-881-2511 (1-800-824-4424 after hours) Grande Communications 1-866-247-2633 Spectrum Communications 1-800-892-4357 Crown Castle Communications 1-888-632-0931 (Network Operations Center) Centu ryl-i n k 361-208-0730 Windstream 1-800-600-5050 Regional Transportation Authority 361-289-2712 Port of Corpus Christi Authority Engr. 361-882-5633 TxDOT Area Office 361-808-2500 Corpus Christi ISD 361-695-7200 ARTICLE 25—SHOP DRAWINGS Supplementary Conditions 007300-13 City Hall Roof Repairs, Project No. 20285 Rev 4/2022 DocuSign Envelope ID: DCB87706-8411-4088-8868-7582860D784E SC-25.03 CONTRACTOR'S RESPONSIBILITIES A. Provide Shop Drawings for the following items: Specification Section Shop Drawing Description 07 41 13.16 Standing-Seam Metal Roof Panels—Metal roof panel layout and flashing details. SC-25.12 RESUBMISSION REQUIREMENTS B. Pay for excessive review of Shop Drawings. 1. Cost for additional review time will be billed to the Owner by the Designer for the actual hours required for the review of Shop Drawings by Designer and in accordance with the rates listed below: ARTICLE 26—RECORD DATA SC-26.03 CONTRACTOR'S RESPONSIBILITIES A. Submit Record Data for the following items: Specification Section Record Data Description 01 33 01 Items listed in Section 0133 01 Submittal Register. Redline as- built plans are required when project is complete. 07 22 00 Roof and decking insulation, including warranty and installer contact information. 07 41 13.16 Metal roof panels, including warranty, weather tightness warranty, and installer contact information. SC-30.21 Notices. B. Strict compliance is required for all notice provisions in this Contract. END OF SECTION Supplementary Conditions 007300-14 City Hall Roof Repairs, Project No. 20285 Rev 4/2022 DocuSign Envelope ID: DCB87706-8411-4088-8868-7582860D784E 011100 SUMMARY OF WORK 1.00 GENERAL 1.01 WORK INCLUDED A. Construct Work as described in the Contract Documents. 1. Provide the materials, equipment, and incidentals required to make the Project completely and fully useable. 2. Provide the labor, equipment, tools, and consumable supplies required for a complete Project. 3. The Contract Documents do not indicate or describe all of the Work required to complete the Project. Additional details required for the correct installation of selected products are to be provided by the Contractor and coordinated with the OAR. 1.02 DESCRIPTION OF WORK A. Work is described in general, non-inclusive terms as: The removal and replacement of existing concrete roof tiles at four(4)gable roof structures with new standing seam metal roofing. Selective removal of existing brick veneer adjacent to the gable roofs to facilitate, removal and replacement of existing wall flashing, and reinstallation of brick veneer. 1.03 WORK UNDER OTHER CONTRACTS A. The following items of work are not included in this Contract, but may impact construction scheduling and completion: 1. None. B. In the case of a disagreement between the above list and those specified elsewhere in the Contract Documents, the Contractor is to base his Proposal on the most expensive listing. C. Completion of the Work described in this Contract may impact the construction and testing of the items listed above. 1. Coordinate construction activities through the OAR. 2. Pay claims for damages which result from the late completion of the Project or any specified Milestones. 1.04 WORK BY OWNER A. The Owner plans to perform the following items of work which are not included in this Contract, but may impact the construction scheduling and completion: 1. None. B. Completion of the Work described in this Contract may impact the construction of the items listed above. 1. Coordinate construction activities through the OAR. Summary of Work 011100-1 City Hall Roof Repairs, Project No.20285 Rev 10/2018 DocuSign Envelope ID: DCB87706-8411-4088-8868-7582860D784E 2. Pay claims for damages which result from the late completion of the Project or any specified Milestones. C. Owner will provide normal operation and maintenance of the existing facilities during construction, unless otherwise stated. 1.05 CONSTRUCTION OF UTILITIES A. Pay for temporary power, including but not limited to construction cost, meter connection fees, and permits. 1.06 USE PRIOR TO FINAL COMPLETION A. Owner has the right to use or operate any portion of the Project that is ready for use after notifying the Contractor of its intent to do so. B. The execution of Bonds is understood to indicate the consent of the surety to these provisions for use of the Project. C. Provide an endorsement from the insurance carrier permitting use of Project during the remaining period of construction. D. Conduct operations to insure the least inconvenience to the Owner and general public. 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Summary of Work 011100-2 City Hall Roof Repairs, Project No.20285 Rev 10/2018 DocuSign Envelope ID: DCB87706-8411-4088-8868-7582860D784E 01 23 10 ALTERNATES AND ALLOWANCES 1.00 GENERAL 1.01 REQUIREMENTS A. Alternates: 1. This Section describes each alternate by number and describes the basic changes to be incorporated into the Work when this alternate is made a part of the Work in the Agreement. 2. Drawings and Specifications will outline the extent of Work to be included in the alternate Contract Price. 3. Coordinate related Work and modify surrounding Work as required to properly integrate the Work under each alternate,and provide a complete and functional Project as required by the Contract Documents. 4. Bids for alternates may be accepted or rejected at the option of the Owner. 5. Owner may incorporate these alternates in the Contract when executed, or may issue a Change Order to incorporate these alternates within 120 days at the prices offered in the Bid, unless noted otherwise. A Request for a Change Proposal may be issued after 120 days or other designated time period to negotiate a new price for incorporating the Work into the Project. B. The Bid Items described as "Allowances" have been set as noted in Bid Form and shall be included in the Total Base Bid of the Bid Form for each Bidder. This Allowance may be used at the Owner's discretion in the event that unforeseen conditions or conflicts are encountered during construction that warrants the use of the Allowance funds. If the use of Allowance funds becomes necessary, the OAR will provide written authorization at a cost negotiated between Owner and Contractor, using unit prices in the Bid Form when applicable. No work is to be performed under the Allowance items without written authorization from the OAR. There is no guarantee that any of these funds will need to be used during the course of the Work. 1.02 DOCUMENT SUBMITTALS A. Provide documents for materials furnished as part of the alternate in accordance with Article 24 of SECTION 00 72 00 GENERAL CONDITIONS. 1.03 DESCRIPTION OF ALTERNATES A. Alternate A- New Composite Insulation Board 1. Removal and replacement of the existing composite decking if determined to be deficient, insufficient for reuse, and/or insufficient for TDI windstorm compliance. The condition of the composite decking will be determined by the Contractor in consultation with the Contractor's TDI Appointed Qualified Inspector(AQI) and City Personnel. If it is determined that replacement is required,then the Contractor shall remove and replace the existing composite decking and replace with a new composite decking that is windstorm compliant as determined by the Contractor's AQI. In addition, pull-out Alternates and Allowances 012310-1 City Hall Roof Repairs, Project No.20285 Rev 5/2020 DocuSign Envelope ID: DCB87706-8411-4088-8868-7582860D784E testing of the attachment between the new composite decking and the existing metal roof decking, or between the new standing seam metal roof and existing metal roof decking, may be required for windstorm conformance, or as directed by the Contractor's AQI. If pull-out testing is required,the Contractor shall work in conjunction with the composite decking manufacturer,standing seam metal roof manufacturer,and the Contractor's AQI to determine pull-out testing requirements, including frequency and locations of testing. 1.04 DESCRIPTION OF ALLOWANCES A. Allowance C1—Unforeseen Conditions 1. The sum of$100,000.00 to be used for the purchase of Allowances for Unforeseen Conditions. 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Alternates and Allowances 012310-2 City Hall Roof Repairs, Project No.20285 Rev 5/2020 DocuSign Envelope ID: DCB87706-8411-4088-8868-7582860D784E 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT 1.00 GENERAL 1.01 MEASUREMENT AND BASIS FOR PAYMENTS ON LUMP SUM ITEMS A. Include all cost for completing the Work in accordance with the Contract Documents for lump sum payment items. Include all direct cost for the Work associated with that lump sum item and a proportionate amount for the indirect costs as described in Article 17 of SECTION 00 72 00 GENERAL CONDITIONS for each lump sum item. Include cost not specifically set forth as an individual payment item but required to provide a complete and functional system in the lump sum price. B. Measurement for progress payments will be made on the basis of the earned value for each item shown as a percentage of the cost for the lump sum item as described in Article 17 of SECTION 00 72 00 GENERAL CONDITIONS. Payment at Final Completion will be equal to the total lump sum amount for that item. 1.02 MEASUREMENT AND BASIS FOR PAYMENTS ON UNIT PRICE ITEMS A. Include all cost for completing the Work in accordance with the Contract Documents in unit price payment items. Include all direct cost for the Work associated with that unit price item and a proportionate amount for the indirect costs as described in Article 17 of SECTION 00 72 00 GENERAL CONDITIONS for each unit price item. Include cost not specifically set forth as an individual payment item but required to provide a complete and functional system in the unit price. B. Measurement for payments will be made only for the actual measured and/or computed length, area, solid contents, number, and weight, unless other provisions are made in the Contract Documents. Payment on a unit price basis will not be made for Work outside finished dimensions shown in the Contract Documents. Include cost for waste, overages, and tolerances in the unit price for that line item. Measurement will be as indicated for each unit price item. 1.03 MEASUREMENT AND BASIS FOR PAYMENT FOR BASE BID ITEMS A. Bid Item A1—Mobilization (Maximum 5%): 1. Include the following costs in this Bid item: a. Transportation and setup for equipment; b. Transportation and/or erection of all field offices, sheds, and storage facilities; c. Salaries for preparation of documents required before the first Application for Payment; d. Salaries for field personnel assigned to the Project related to the mobilization of the Project; e. Demobilization; and f. Mobilization may not exceed 5 percent of the total Contract Price. Measurement and Basis for Payment 01 29 01-1 City Hall Roof Repairs, Project No. 20285 Rev 5/2020 DocuSign Envelope ID: DCB87706-8411-4088-8868-7582860D784E 2. Measurement for payment will be made per lump sum on the following basis: When at least 5% of the adjusted contract amount for construction is earned, 75% of the mobilization lump sum bid amount will be eligible for payment, minus retainage. Upon substantial completion of all work under this Contract and removal of all equipment and materials from the Project site, the remaining 25% of the mobilization lump sum bid amount will be eligible for payment, minus retainage. B. Bid Item A2—Bonds and Insurance 1. Payment shall include all bonds and insurance required under the Contract Documents. 2. Payment for bonds and insurance will be based on the receipt of documentation of actual costs. Contractor shall furnish satisfactory evidence of the rate or rates paid for all bonds and insurance. Contractor will be reimbursed for the actual cost of unique insurance as required and obtained specifically forthis Project, not including the routine and general company insurance policies that are maintained for the course of conducting normal business operations. Contractor will be reimbursed for the actual cost of project specific bonds and insurance, not to exceed the bid amount or the verifiable costs of Project specific bonds and insurance incurred by the Contractor. C. Bid Item 61—Gable Roof Replacement 1. Payment for removing the existing concrete tile roof and replacing with new standing seam metal roof, as indicated in the construction documents. 2. Measurement for payment will be made per lump sum on the following basis: Payments shall be made on account of materials and equipment delivered and suitably stored at the site for subsequent incorporation in the Work. If approved in advance by the Owner, payment may similarly be made for materials and equipment stored on or off the site agreed upon in writing. Payment for materials and equipment stored on or off the site shall be conditioned upon compliance by the Contractor with procedures satisfactory to the Owner to establish the Owner's title to such materials and equipment or otherwise protect the Owner's interest, and shall include the costs of applicable insurance, storage, and transportation to the site,for such materials and equipment stored off the site. D. Bid Item B2—Wall Flashing Repairs: 1. Payment for temporarily removing and reinstalling sections of existing brick veneer to facilitate the removal and replacement of the existing through-wall flashing between exterior wall and gable roof. 2. Payments shall be made on account of materials and equipment delivered and suitably stored at the site for subsequent incorporation in the Work. If approved in advance by the Owner, payment may similarly be made for materials and equipment stored on or off the site agreed upon in writing. Payment for materials and equipment stored on or off the site shall be conditioned upon compliance by the Contractor with procedures satisfactory to the Owner to establish the Owner's title to such materials and equipment or otherwise protect the Owner's interest, and shall include the costs of applicable insurance, storage, and transportation to the site, for such materials and equipment stored off the site. Measurement and Basis for Payment 01 29 01-2 City Hall Roof Repairs, Project No. 20285 Rev 5/2020 DocuSign Envelope ID: DCB87706-8411-4088-8868-7582860D784E E. Bid Item B3—Crane Operations: 1. Payment for the use of cranes, or similar equipment, for the completion of the Gable Roof Replacement and Wall Flashing Repairs. 2. Payments shall be made on percentage of total Work completed. F. Other Bid Items 1. The basis of measurement and payment for other Bid Items shall be as described in the applicable Specification Sections, Construction Drawings and/or BID FORM. 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Measurement and Basis for Payment 01 29 01-3 City Hall Roof Repairs, Project No. 20285 Rev 5/2020 DocuSign Envelope ID: DCB87706-8411-4088-8868-7582860D784E 0133 01 Submittal Register 01 45 00 Windstorm Construction Requirements Shop Drawing 04 01 20.63 Brick Masonry Repair Record Data Sample 07 41 13 Standing Seam Metal Roof Panels Shop Drawing Submittal Register 01 33 01-1 City Hall Roof Repairs,Project No.20285 10/2018 DocuSign Envelope ID: DCB87706-8411-4088-8868-7582860D784E 01 35 00 SPECIAL PROCEDURES 1.00 GENERAL 1.01 CONSTRUCTION SEQUENCE A. Perform the Work as required to complete the entire Project within the Contract Times and in the sequence stipulated below: 1. Refer to Drawings. B. Work shall be completed within the specified time for these items: Note to Specifier: Description Time NOT APPLICABLE C. Consider the sequences, duration limitations, and governing factors outlined in this Section to prepare the schedule for the Work. D. Perform the Work not specifically described in this Section as required to complete the entire Project within the Contract Times. 1.02 PLAN OF ACTION A. Submit a written plan of action for approval for shutting down essential services. These include: 1. Electrical power, 2. Control power, 3. Pipelines or wastewater systems, 4. Communications equipment, and 5. Other designated functions. B. Describe the following in the plan of action: 1. Scheduled dates for construction; 2. Work to be performed; 3. Utilities, piping, or services affected; 4. Length of time the service or utility will be disturbed; 5. Procedures to be used to carry out the Work; 6. Plan of Action to handle emergencies; 7. List of manpower, equipment, and ancillary supplies; Special Procedures 013500-1 City Hall Roof Repairs, Project No.20285 Rev 10/2018 DocuSign Envelope ID: DCB87706-8411-4088-8868-7582860D784E 8. Backups for key pieces of equipment and key personnel; 9. Contingency plan that will be used if the original schedule cannot be met; and C. Submit plan 1 month prior to beginning the Work. 1.03 CRITICAL OPERATIONS (NOT APPLICABLE) A. The Owner has identified critical operations that must not be out of service longer than the designated maximum time out of service and/or must be performed only during the designated times. These have been identified in the table below: Liquidated Critical Operation Max.Time Hours Operation Damages Out of Operation can be Shut Down ($ per hour) B. Submit a written plan of action per Paragraph 1.02 for approval for critical operations. C. Work affecting critical operations is to be performed on a 24-hour a day basis until Owner's normal operations have been restored. D. Provide additional manpower and equipment as required to complete the Work affecting critical operations within the allotted time. E. Liquidated damages will be assessed if Work on critical operations is not completed within the time indicated. 1. Liquidated damages have been established for each critical operation. F. Designated Critical Operations are described in more detail as follows: 1.04 OWNER ASSISTANCE (NOT APPLICABLE) A. The Owner will assist the Contractor in draining the existing pipelines as much as possible through existing blow-off valves. The Contractor will be responsible for providing dewatering pumps, etc. required to completely dewater the facilities and handle any leakage past closed valves,gates or adjacent structures. 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Special Procedures 013500-2 City Hall Roof Repairs, Project No.20285 Rev 10/2018 DocuSign Envelope ID: DCB87706-8411-4088-8868-7582860D784E 01 50 00 TEMPORARY FACILITIES AND CONTROLS 1.00 GENERAL 1.01 WORK INCLUDED A. Provide temporary facilities, including OPT's field office and the Contractor's field offices, storage sheds, and temporary utilities needed to complete the Work. (NOT REQUIRED) B. Install and maintain temporary Project identification signs. Provide temporary on-site informational signs to identify key elements of the construction facilities. Do not allow other signs to be displayed. (NOT REQUIRED) 1.02 QUALITY ASSURANCE (NOT REQUIRED) A. Provide a total electrical heating and cooling system for the OPT's field office capable of maintaining the following conditions: 1. Heating: Minimum 75 degrees ID temp at 10 degrees ambient. 2. Cooling: Minimum 75 degrees ID temp at 105 degrees ambient. 3. Relative humidity: 48 to 54 percent. B. Inspect and test each service before placing temporary utilities in use. Arrange for all required inspections and tests by regulatory agencies, and obtain required certifications and permits for use. 1.03 DELIVERY AND STORAGE A. Arrange transportation, loading, and handling of temporary buildings and sheds. 1.04 JOB CONDITIONS A. Locate buildings and sheds at the Site as indicated or as approved by the OPT. B. Prepare the Site by removing trees, brush, or debris and performing demolition or grubbing needed to clear a space adequate for the structures. C. Pay for the utilities used by temporary facilities during construction. D. Provide each temporary service and facility ready for use at each location when the service or facility is first needed to avoid delay in the performance of the Work. Provide OPT's field office complete and ready for occupancy and use within 7 days of the Notice to Proceed. E. Maintain, expand as required, and modify temporary services and facilities as needed throughout the progress of the Work. F. Remove services and facilities when approved by the OAR. G. Operate temporary facilities in a safe and efficient manner. 1. Restrict loads on temporary services or facilities to within their designed or designated capacities. 2. Provide sanitary conditions. Prevent public nuisance or hazardous conditions from developing or existing at the Site. Temporary Facilities and Controls 015000-1 City Hall Roof Repairs, Project No.20285 Rev 8/2019 DocuSign Envelope ID: DCB87706-8411-4088-8868-7582860D784E 3. Prevent freezing of pipes,flooding, or the contamination of water. 4. Maintain Site security and protection of the facilities. 1.05 OPTIONS (NOT REQUIRED) A. Construction offices may be prefabricated buildings on skids or mobile trailers. B. Storage sheds may be prefabricated buildings on skids or truck trailers. 2.00 PRODUCTS 2.01 TEMPORARY FIELD OFFICES(FIELD OFFICE NOT REQUIRED) A. The Contractor must furnish the OPT with a field office at the Site. The field office must contain at least 120 square feet of useable space. The field office must be air-conditioned and heated and must be furnished with an inclined table that measures at least 30 inches by 60 inches and two chairs. The Contractor shall move the field office on the Site as required by the OAR. There is no separate pay item for the field office. B. Furnish a field office of adequate size for Contractor's use. Provide conference room space for a minimum of 10 people. C. Other trades may provide their own offices only when space is available at the Site, and the OPT agrees to its size, condition, and location. D. No monthly partial payments will be processed until OPT's field office facilities are completed and approved. 2.02 TEMPORARY STORAGE BUILDINGS A. Furnish storage buildings of adequate size to store any materials or equipment delivered to the Site that might be affected by weather. 2.03 TEMPORARY SANITARY FACILITIES A. Provide sanitary facilities at the Site from the commencement of the Project until Project conclusion. Maintain these facilities in a clean and sanitary condition at all times, and comply with the requirements of the local health authority. On large sites, provide portable toilets at such locations that no point in the Site shall be more than 600 feet from a toilet. B. Use these sanitary facilities. Do not use restrooms within existing or Owner-occupied buildings. 2.04 TEMPORARY HEAT(NOT REQUIRED) A. Provide heating devices needed to protect buildings during construction. Provide fuel needed to operate the heating devices and attend the heating devices at all times they are in operation, including overnight operations. Temporary Facilities and Controls 015000-2 City Hall Roof Repairs, Project No.20285 Rev 8/2019 DocuSign Envelope ID: DCB87706-8411-4088-8868-7582860D784E 2.05 TEMPORARY UTILITIES (NOT REQUIRED) A. Provide the temporary utilities for administration, construction, testing, disinfection, and start-up of the Work, including electrical power, water, and telephone. Pay all costs associated with furnishing temporary utilities. 1. Provide a source of temporary electrical power of adequate size for construction procedures. a. Use existing power systems where spare capacity is available. Provide temporary power connections that do not adversely affect the existing power supply. Submit connections to the OAR for approval prior to installation. b. Provide electrical pole and service connections that comply with Laws and Regulations and the requirements of the power company. 2. Provide telephone service to the Site and install telephones inside the Contractor's and the OPT's field office. 2.06 WATER FOR CONSTRUCTION A. Provide temporary water. Potable water may be purchased from the Owner by obtaining a water meter from the Owner and transporting water from a water hydrant. Non-potable water may be used for hydraulic testing of non-potable basins or pipelines. Include the cost of water in the Contract Price. B. Contractor must comply with the City of Corpus Christi's Water Conservation and Drought Contingency Plan as amended (the "Plan"). This includes implementing water conservation measures established for changing conditions. The City Engineer will provide a copy of the Plan to Contractor at the pre-construction meeting. The Contractor will keep a copy of the Plan on the Site throughout construction. 3.00 EXECUTION 3.01 LOCATION OF TEMPORARY FACILITIES A. Locate temporary facilities in areas approved by the OAR. Construct and install signs at locations approved by the OAR. Install informational signs so they are clearly visible. 3.02 PROJECT IDENTIFICATION AND SIGNS (NOT REQUIRED) A. The Owner will furnish two Project signs to be installed by the Contractor. The signs must be installed before construction begins and will be maintained throughout the Project period by the Contractor. The locations of the signs will be determined in the field by the OAR. 3.03 TEMPORARY LIGHTING (NOT REQUIRED) A. Provide temporary lighting inside buildings once buildings are weatherproof. B. Provide lighting that is adequate to perform Work within any space. Temporary lights may be removed once the permanent lighting is in service. Temporary Facilities and Controls 015000-3 City Hall Roof Repairs, Project No.20285 Rev 8/2019 DocuSign Envelope ID: DCB87706-8411-4088-8868-7582860D784E C. Provide portable flood lights at any time that Work will be performed outside the structure at night. Provide adequate lighting at any location Work is being performed. 3.04 DRINKING WATER A. Provide potable water. Provide a dispenser and cooling apparatus if bottled drinking water is provided. B. Pay for water services and maintain daily. 3.05 CONSTRUCTION FENCE A. Install and maintain a construction fence around the Site and off-site storage yards. Fence must be a minimum 6 feet high chain link construction unless shown otherwise. Provide gates with padlocks. 3.06 REMOVAL OF TEMPORARY FACILITIES A. Remove temporary buildings, sheds, and utilities at the conclusion of the Project and restore the Site to original condition or finished in accordance with the Drawings. B. Remove informational signs upon completion of construction. C. Remove Project identification signs, framing, supports, and foundations upon completion of the Project. 3.07 MAINTENANCE AND JANITORIAL SERVICE A. Maintain a safe and reasonable clean work area during the workday. Cleanup work area thoroughly after each work day. B. Maintain signs and supports in a neat, clean condition. Repair damage to structures, framings, or signs. (N/A) C. Repair any damage to Work caused by placement or removal of temporary signage. (N/A) D. Service, maintain, and replace, if necessary, the OPT's field office computer equipment throughout the Project as required by the OPT including replacement cartridges for all office equipment. (N/A) END OF SECTION Temporary Facilities and Controls 015000-4 City Hall Roof Repairs, Project No.20285 Rev 8/2019 DocuSign Envelope ID: DCB87706-8411-4088-8868-7582860D784E 01 57 00 TEMPORARY CONTROLS 1.00 GENERAL 1.01 WORK INCLUDED A. Provide labor, materials, equipment, and incidentals necessary to prevent stormwater, debris, etc. from entering facilities. B. Provide labor, materials, equipment, and incidentals necessary to construct temporary facilities to provide and maintain control over environmental conditions at the Site. Remove temporary facilities when no longer needed. C. Construct temporary impounding works, channels, diversions, furnishing and operation of pumps, installing piping and fittings, and other construction for control of conditions at the Site. Remove temporary controls at the end of the Project. (NOT APPLICABLE) D. Provide a Storm Water Pollution Prevention Plan (SWPPP) as required by Texas Pollutant Discharge Elimination System (TPDES) General Permit No. TXR150000 for stormwater discharges from construction activities as applicable to the nature and size of the Project. Comply with all requirements of the Texas Commission on Environmental Quality(TCEQ)and Laws and Regulations. File required legal notices and obtain required permits prior to beginning any construction activity. (NOT APPLICABLE) E. Provide labor, materials, equipment, and incidentals necessary to prevent stormwater pollution for the duration of the Project. Provide and maintain erosion and sediment control structures as required to preventive sediment and other pollutants from the Site from entering any stormwater system including open channels. Remove pollution control structures when no longer required to prevent stormwater pollution. (NOT APPLICABLE) 1.02 QUALITY ASSURANCE A. Construct and maintain temporary controls with adequate workmanship using durable materials to provide effective environmental management systems meeting the requirements of the Contract Documents and Laws and Regulations. Use materials that require minimal maintenance to prevent disruption of construction activities while providing adequate protection of the environment. B. Periodically inspect systems to determine that they are meeting the requirements of the Contract Documents. 1.03 DOCUMENT SUBMITTAL A. Provide documents requiring approval by the OPT as Shop Drawings in accordance with Article 25 of SECTION 00 72 00 GENERAL CONDITIONS. B. Provide copies of notices, records, and reports required by the Contract Documents or Laws and Regulations as Record Data in accordance with Article 26 of SECTION 00 72 00 GENERAL CONDITIONS. Temporary Controls 015700-1 City Hall Roof Repairs, Project No.20285 Rev 8/2019 DocuSign Envelope ID: DCB87706-8411-4088-8868-7582860D784E 1.04 STANDARDS A. Provide a SWPPP that complies with all requirements of TPDES General Permit No. TXR150000 and any other applicable Laws and Regulations. (NOT APPLICABLE) B. Perform Work to comply with the City of Corpus Christi Code of Ordinances, Part III, Chapter 14, Article X - titled "STORM WATER QUALITY MANAGEMENT PLANS" and any other applicable Laws and Regulations. (NOT APPLICABLE) 1.05 PERMITS A. Owner(City of Corpus Christi) is responsible for paying Plan review and Permit fees. 1.06 STORMWATER POLLUTION CONTROL (NOT APPLICABLE) A. Comply with the current requirements of TPDES General Permit No. TXR150000 as set forth by the TCEQ for the duration of the Project as applicable to the nature of the work and the total disturbed area: 1. Develop a SWPPP meeting all requirements of the TPDES General Permit. 2. Submit of a Notice of Intent to the TCEQ. 3. Develop and implement appropriate Best Management Practices as established by local agencies of jurisdiction. 4. Provide all monitoring and/or sampling required for reporting to the TCEQ. 5. Submit reports to the TCEQ as required as a condition of the TPDES General Permit. 6. Submit copies of the reports to the Designer as Record Data in accordance with Article 26 of SECTION 00 72 00 GENERAL CONDITIONS. 7. Retain copies of these documents at the Site at all times for review and inspection by the OPT or regulatory agencies. Post a copy of the permit as required by Laws and Regulations. 8. Assume sole responsibility for implementing, updating, and modifying the TPDES General Permit per Laws and Regulations for the SWPPP and Best Management Practices. B. Use forms required by the TCEQ to file the Notice of Intent. Submit the Notice of Intent at least 2 days prior to the start of construction. Develop the SWPPP prior to submitting the Notice of Intent. Provide draft copies of the Notice of Intent,SWPPP,and any other pertinent TCEQ submittal documents to Owner for review prior to submittal to the TCEQ. C. Return any property disturbed by construction activities to either specified conditions or pre- construction conditions as set forth in the Contract Documents. Provide an overall erosion and sedimentation control system that will protect all undisturbed areas and soil stockpiles/spoil areas. Implement appropriate Best Management Practices and techniques to control erosion and sedimentation and maintain these practices and techniques in effective operating condition during construction. Permanently stabilize exposed soil and fill as soon as practical during the Work. D. Assume sole responsibility for the means, methods,techniques, sequences, and procedures for furnishing, installing, and maintaining erosion and sedimentation control structures and Temporary Controls 015700-2 City Hall Roof Repairs, Project No.20285 Rev 8/2019 DocuSign Envelope ID: DCB87706-8411-4088-8868-7582860D784E procedures and overall compliance with the TPDES General Permit. Modify the system as required to effectively control erosion and sediment. E. Retain copies of reports required by the TPDES General Permit for 3 years from date of Final Completion. 1.07 POLLUTION CONTROL (NOT APPLICABLE) A. Prevent the contamination of soil, water, or atmosphere by the discharge of noxious substances from construction operations. Provide adequate measures to prevent the creation of noxious air-borne pollutants. Prevent dispersal of pollutants into the atmosphere. Do not dump or otherwise discharge noxious or harmful fluids into drains or sewers, nor allow noxious liquids to contaminate public waterways in any manner. B. Provide equipment and personnel and perform emergency measures necessary to contain any spillage. 1. Contain chemicals in protective areas and do not dump on soil. Dispose of such materials at off-site locations in an acceptable manner. 2. Excavate contaminated soil and dispose at an off-site location if contamination of the soil does occur. Fill resulting excavations with suitable backfill and compact to the density of the surrounding undisturbed soil. 3. Provide documentation to the Owner which states the nature and strength of the contaminant, method of disposal, and the location of the disposal site. 4. Comply with Laws and Regulations regarding the disposal of pollutants. C. Groundwater or run-off water which has come into contact with noxious chemicals, sludge, or sludge-contaminated soil is considered contaminated. Contaminated water must not be allowed to enter streams or water courses, leave the Site in a non-contained form, or enter non-contaminated areas of the Site. 1. Pump contaminated water to holding ponds constructed by the Contractor for this purpose, or discharge to areas on the interior of the Site, as designated by the OAR. 2. Construct temporary earthen dikes or take other precautions and measures as required to contain the contaminated water and pump to a designated storage area. 3. Wash any equipment used for handling contaminated water or soil within contaminated areas three times with uncontaminated water prior to using such equipment in an uncontaminated area. Dispose of wash water used to wash such equipment as contaminated water. 1.08 EARTH CONTROL(NOT APPLICABLE) A. Remove excess soil, spoil materials, and other earth not required for backfill at the time of generation. Control stockpiled materials to eliminate interference with Contractor and Owner's operations. B. Dispose of excess earth off the Site. Provide written approval from the property owner for soils deposited on private property. Obtain approval of the Owner if this disposal impacts the use of Site or other easements. Temporary Controls 015700-3 City Hall Roof Repairs, Project No.20285 Rev 8/2019 DocuSign Envelope ID: DCB87706-8411-4088-8868-7582860D784E 1.09 OZONE ADVISORY DAYS (NOT APPLICABLE) A. Do not conduct roofing, priming, or hot-mix paving operations, except for repairs, on days the City Engineer has notified Contractor that an ozone advisory is in effect. An extension of time will be allowed for each day for which priming or hot mix paving was scheduled, crews were prepared to perform this Work and the City Engineer issued ozone alert prevents this Work. Contractor will be compensated at the unit price indicated in the Bid for each day for which an extension of time was granted due to an ozone alert. 1.10 MANAGEMENT OF WATER (NOT APPLICABLE) A. Manage water resulting from rains or ground water at the Site. Maintain trenches and excavations free of water at all times. B. Lower the water table in the construction area by acceptable means if necessary to maintain a dry and workable condition at all times. Provide drains, sumps, casings, well points, and other water control devices as necessary to remove excess water. C. Provide continuous operation of water management actions. Maintain standby equipment to provide proper and continuous operation for water management. D. Ensure that water drainage does not damage adjacent property. Divert water into the same natural watercourse in which its headwaters are located, or other natural stream or waterway as approved by the Owner. Assume responsibility for the discharge of water from the Site. E. Remove the temporary construction and restore the Site in a manner acceptable to the OAR and to match surrounding material at the conclusion of the Work. 1.11 DEWATERING (NOT APPLICABLE) A. This item is considered subsidiary for all dewatering methods other than "well pointing" to the appropriate bid items as described in the Bid Form where dewatering is needed to keep the excavation dry, as approved by the Designer, and shall include all costs to provide a dry foundation for the proposed improvements. B. Storm water that enters an excavation can be pumped out as long as care is taken to minimize solids and mud entering the pump suction and flow is pumped to a location that allows for sheet flow prior to entering a storm water drainage ditch or storm water inlet. C. An alternative to sheet flow is to pump storm water to an area where ponding occurs naturally without leaving the designated work area or by a manmade berm(s) prior to entering the storm water system. Sheet flow and ponding is to allow solids screening and/or settling prior to entering a storm water conduit or inlet. D. Storm water or groundwater shall not be discharged to private property without permission. It is the intent that Contractor discharges groundwater primarily into the existing storm water system, provided that the quality of groundwater is equal to or better than the receiving stream. E. Testing of groundwater quality is to be performed by the Contractor, at the Contractor's expense, prior to commencing discharge and shall be retested by the Contractor, at the Temporary Controls 015700-4 City Hall Roof Repairs, Project No.20285 Rev 8/2019 DocuSign Envelope ID: DCB87706-8411-4088-8868-7582860D784E Contractor's expense, a minimum of once a week. Contractor shall coordinate with the Owner on all testing. Tests will also be performed as each new area of construction is started. F. Another option for disposal of groundwater by Contractor would include pumping to the nearest wastewater system. If discharging to temporary holding tanks and trucking to a wastewater or wastewater plant, the costs for these operations shall be negotiated. Other groundwater disposal alternatives or solutions may be approved by the Designer on a case by case basis. G. Prior to pumping groundwater from a trench to the wastewater system the Contractor shall contact Wastewater Pre-treatment Coordinator at 826-1817 to obtain a "no cost" permit from the Owner's Waste Water Department. Contractor will pay for any water quality testing or water analysis cost required. The permit will require an estimate of groundwater flow. Groundwater flow can be estimated by boring a hole or excavating a short trench then record water level shortly after completion, allow to sit overnight, record water level again, pump hole or trench dry to a holding tank or vacuum truck then record how long it takes to fill to original level and overnight level. 1.12 DISPOSAL OF CONTAMINATED GROUNDWATER (NOT APPLICABLE) A. An allowance will be included in the Bid for the unanticipated disposal of contaminated groundwater. This allowance may not be needed but is provided in case contaminated groundwater is encountered during the course of the Project and does not meet the water quality requirements for discharge into the storm water or wastewater systems. This allowance includes all materials, tools, equipment, labor, transportation, hauling, coordination, and proper disposal of the contaminated water at an approved landfill, deep water injection well, or other site as agreed to by the Designer. B. The payment for this Work will be based on the Contractor's actual costs and will be negotiated. Payment will not include costs associated with routine dewatering, which is considered subsidiary to the appropriate bid items as described in Paragraph 1.11. 1.13 DISPOSAL OF HIGHLY CHLORINATED WATER (NOT APPLICABLE) A. Dispose of water used for testing, disinfection, and line flushing. Comply with Owner's requirements and Laws and Regulation regarding the disposal of contaminated water, including water with levels of chlorine,which exceed the permissible limits for discharge into wetlands or environmentally sensitive areas. Comply with the requirements of all regulatory agencies in the disposal of all water used in the Project. Include a description and details for disposal of this water in a Plan of Action per SECTION 0135 00 SPECIAL PROCEDURES. Do not use the Owner's wastewater system for disposal of contaminated water. 1.14 WINDSTORM CERTIFICATION A. All affected materials and installation shall comply with Texas Department of Insurance Requirements for windstorm resistant construction for design wind speed as required by the International Building Code (IBC) 2018. When applicable, Contractor shall be responsible for contracting with an Appointed Qualified Inspector (AQI) currently registered with the Texas Department of Insurance Windstorm Inspection Program to perform all inspections and provide documentation for windstorm certification to the Texas Board of Insurance. The AQI shall also be a licensed Professional Engineer in the State of Texas. The Contractor shall be Temporary Controls 015700-5 City Hall Roof Repairs, Project No.20285 Rev 8/2019 DocuSign Envelope ID: DCB87706-8411-4088-8868-7582860D784E responsible for providing all necessary design/assembly documentation for all roofing materials, etc. to the windstorm engineer/inspectors required to conform with the requirements of the Texas Department of Insurance. 2.00 PRODUCTS 2.01 MATERIALS A. Provide materials that comply with Laws and Regulations. 3.00 EXECUTION 3.01 CONSTRUCTING, MAINTAINING AND REMOVING TEMPORARY CONTROLS A. Construct temporary controls in accordance with Laws and Regulations. B. Maintain controls in accordance with regulatory requirements where applicable, or in accordance with the requirements of the Contract Documents. C. Remove temporary controls when no longer required, but before the Project is complete. Correct any damage or pollution that occurs as the result of removing controls while they are still required. END OF SECTION Temporary Controls 015700-6 City Hall Roof Repairs, Project No.20285 Rev 8/2019 DocuSign Envelope ID: DCB87706-8411-4088-8868-7582860D784E SECTION 013300 SUBMITTAL PROCEDURES PART 1 -GENERAL 1.1 SUMMARY A. Section Includes: 1. Administrative and procedural requirements for submittals. 1.2 DEFINITIONS A. Action Submittals: Written and graphic information and physical samples that require Architect's and/or Engineer's responsive action. Action submittals are those submittals indicated in individual Specification Sections as "action submittals." B. Informational Submittals: Written and graphic information and physical samples that do not require Architect's and/or Engineer's responsive action. Submittals may be rejected for not complying with requirements. Informational submittals are those submittals indicated in individual Specification Sections as "informational submittals." 1.3 SUBMITTAL SCHEDULE A. Submittal Schedule: Submit, as an action submittal, a list of submittals, arranged in chronological order by dates required by construction schedule. Include time required for review, ordering, manufacturing, fabrication, and delivery when establishing dates. Include additional time required for making corrections or revisions to submittals noted by Architect and/or the Engineer and additional time for handling and reviewing submittals required by those corrections. 1.4 SUBMITTAL FORMATS A. Submittal Information: Include the following information in each submittal: 1. Project name. 2. Date. 3. Name of Architect. 4. Name of Contractor. 5. Name of firm or entity that prepared submittal. 6. Names of subcontractor, manufacturer, and supplier. 7. Unique submittal number, including revision identifier. 8. Submittal purpose and description. A SUBMITTAL PROCEDURES 013300 - 1 For Review Only DocuSign Envelope ID: DCB87706-8411-4088-8868-7582860D784E 9. Number and title of Specification Section, with paragraph number and generic name for each of multiple items. 10. Indication of full or partial submittal. 11. Other necessary identification. 12. Remarks. 13. Signature of transmitter. B. Options: Identify options requiring selection by Architect. C. Deviations and Additional Information: On each submittal, clearly indicate deviations from requirements in the Contract Documents, including minor variations and limitations; include relevant additional information and revisions, other than those requested by Architect and/or Engineer on previous submittals. Indicate by highlighting on each submittal or noting on attached separate sheet. D. Electronic Submittals: Prepare submittals as PDF package, incorporating complete information into each PDF file. Name PDF file with submittal number. 1. At times, physical samples may be required to be submitted to the Architect and/or Engineer for review and approval. When necessary, prepare a transmittal that includes the information listed under Section 1.4. These items may include,but are not limited to: a. Material samples b. Color Charts or actual samples of the specified material in the color or colors chosen for review C. Sample assemblies, such as partial window or door section(s) d. Others required under each individual specification in this project 1.5 SUBMITTAL PROCEDURES A. Prepare and submit submittals required by individual Specification Sections. Types of submittals are indicated in individual Specification Sections. 1. Web-Based Project Management Software: Prepare submittals in PDF form, and upload to web-based Project management software website. Enter required data in web-based software site to fully identify submittal. a. Coordinate access to the selected web-based system with the City of Corpus Christi (Owner). 2. Paper: Prepare submittals in paper form, and deliver to Architect and/or Engineer when handling physical samples. B. Coordination: Coordinate preparation and processing of submittals with performance of construction activities. 1. Coordinate each submittal with fabrication, purchasing, testing, delivery, other submittals, and related activities that require sequential activity. 2. Submit all submittal items required for each Specification Section concurrently unless partial submittals for portions of the Work are indicated on approved submittal schedule. 3. Submit action submittals and informational submittals required by the same Specification Section as separate packages under separate transmittals. SUBMITTAL PROCEDURES 013300 -2 DocuSign Envelope ID: DCB87706-8411-4088-8868-7582860D784E C. Processing Time: Allow time for submittal review, including time for resubmittals, as follows. Time for review shall commence onthe Architect's and/or Engineer's receipt of submittal. No extension of the Contract Time will be authorized because of failure to transmit submittals enough in advance of the Work to permit processing, including resubmittals. 1. Initial Review: Allow 10 days for initial review of each submittal. Allow additional time if coordination with subsequent submittals is required. Architect and/or Engineer will advise Contractor when a submittal being processed must be delayed for coordination. 2. Resubmittal Review: Allow 10 days for review of each resubmittal. D. Resubmittals: Make resubmittals in same form and number of copies as initial submittal. E. Distribution: Furnish copies (physical or electronic- discretion of the Contractor) of final submittals to manufacturers, subcontractors, suppliers, fabricators, installers, authorities having jurisdiction, and others as necessary for performance of construction activities. Show distribution on transmittal forms. F. Use for Construction: Retain complete physical (paper) copies of submittals on Project site. Use only final action submittals that are marked with approval notation from Architect's and/or Engineer'saction stamp. 1.6 SUBMITTAL REQUIREMENTS A. Product Data: Collect information into a single submittal for each element of construction and type of product or equipment. 1. If information must be specially prepared for submittal because standard published data are unsuitable for use, submit as Shop Drawings, not as Product Data. 2. Mark each copy of each submittal to show which products and options are applicable. 3. Include the following information, as applicable: a. Manufacturer's catalog cuts. b. Manufacturer's product specifications. C. Standard color charts. d. Statement of compliance with specified referenced standards. e. Testing by recognized testing agency. f. Application of testing agency labels and seals. g. Notation of coordination requirements. h. Availability and delivery time information. 4. For equipment, include the following in addition to the above, as applicable: a. Wiring diagrams that show factory-installed wiring. b. Printed performance curves. C. Operational range diagrams. d. Clearances required to other construction, if not indicated on accompanying Shop Drawings. SUBMITTAL PROCEDURES 013300 -3 DocuSign Envelope ID: DCB87706-8411-4088-8868-7582860D784E 5. Submit Product Data before Shop Drawings, and before or concurrent with Samples. B. Shop Drawings: Prepare Project-specific information, drawn accurately to scale. Do not base Shop Drawings on reproductions of the Contract Documents or standard printed data 1. Preparation: Fully illustrate requirements in the Contract Documents. Include the following information, as applicable: a. Identification of products. b. Schedules. C. Compliance with specified standards. d. Notation of coordination requirements. e. Notation of dimensions established by field measurement. f. Relationship and attachment to adjoining construction clearly indicated. g. Seal and signature of professional engineer if specified. C. Samples: Submit Samples for review of kind, color, pattern, and texture for a check of these characteristics with other materials. 1. Transmit Samples that contain multiple, related components such as accessories together in one submittal package. 2. Identification: Permanently attach label on unexposed side of Samples that includes the following: a. Project name and submittal number. b. Generic description of Sample. C. Product name and name of manufacturer. d. Sample source. e. Number and title of applicable Specification Section. f. Specification paragraph number and generic name of each item. g. Samples not incorporated into the Work, or otherwise designated as Owner's property, are the property of Contractor. 3. Samples for Initial Selection: Submit manufacturer's color charts consisting of units or sections of units showing the full range of colors,textures, and patterns available. a. Number of Samples: Submit two full set(s) of available choices where color, pattern, texture, or similar characteristics are required to be selected from manufacturer's product line. Architect and/or Engioneer,will return submittal with options selected. 4. Samples for Verification: Submit full-size units or Samples of size indicated, prepared from same material to be used for the Work, cured and finished in manner specified, and physically identical with material or product proposed for use, and that show full range of color and texture variations expected. Samples include, but are not limited to, the following: partial sections of manufactured or fabricated components; small cuts or containers of materials; complete units of repetitively used materials; swatches showing color, texture, and pattern; color range sets; and components used for independent testing and inspection. SUBMITTAL PROCEDURES 013300 -4 DocuSign Envelope ID: DCB87706-8411-4088-8868-7582860D784E a. Number of Samples: Submit at least two sets of Samples. Architect and/or Engineer] will retain One ample sets; remainder will be returned. 1) Submit a single Sample where assembly details, workmanship, fabrication techniques, connections, operation, and other similar characteristics are to be demonstrated. D. Qualification Data: Prepare written information that demonstrates capabilities and experience of firm or person. Include lists of completed projects with project names and addresses, contact information of architects and owners, and other information specified. E. Design Data: Prepare and submit written and graphic information indicating compliance with indicated performance and design criteria in individual Specification Sections. Include list of assumptions and summary of loads. Include load diagrams if applicable. Provide name and version of software, if any, used for calculations. Number each page of submittal. F. Test and Research Reports: 1. Compatibility Test Reports: Submit reports written by a qualified testing agency, on testing agency's standard form, indicating and interpreting results of compatibility tests performed before installation of product. Include written recommendations for substrate preparation and primers required. 2. Material Test Reports: Submit reports written by a qualified testing agency, on testing agency's standard form, indicating and interpreting test results of material for compliance with requirements in the Contract Documents. 3. Product Test Reports: Submit written reports indicating that current product produced by manufacturer complies with requirements in the Contract Documents. Base reports on evaluation of tests performed by manufacturer and witnessed by a qualified testing agency, or on comprehensive tests performed by a qualified testing agency. 1.7 CONTRACTOR'S REVIEW A. Action Submittals and Informational Submittals: Review each submittal and check for coordination with other Work of the Contract and for compliance with the Contract Documents. Note corrections and field dimensions. Mark with approval stamp before submitting to Architect. B. Contractor's Approval: Indicate Contractor's approval for each submittal with a uniform approval stamp. Include name of reviewer, date of Contractor's approval, and statement certifying that submittal has been reviewed, checked, and approved for compliance with the Contract Documents. 1. Architect and/or Engineer will not review submittals received from Contractor that do not have Contractor's review and approval. SUBMITTAL PROCEDURES 013300 - 5 DocuSign Envelope ID: DCB87706-8411-4088-8868-7582860D784E 1.8 ARCHITECT'S and/or EGINEER'S ] REVIEW A. Action Submittals: Architect and/or Engineer will review each submittal, indicate corrections or revisions required, and return it. 1. PDF Submittals: Architect will indicate, via markup on each submittal, the appropriate action B. Informational Submittals: Architect and/or Engineer will review each submittal and will not return it, or will return it if it does not comply with requirements. Architect will forward each submittal to appropriate party. C. Incomplete submittals are unacceptable, will be considered nonresponsive, and will be returned for resubmittal without review. D. Architect and/or Engineer will return without review submittals received from sources other than Contractor. E. Submittals not required by the Contract Documents will be returned by Architect and/or Engineer without action. END OF SECTION 013300 SUBMITTAL PROCEDURES 013300 -6 DocuSign Envelope ID: DCB87706-8411-4088-8868-7582860D784E 014500 WINDSTORM CONSTRUCTION REQUIREMENTS 1.0 GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the contract, including general and supplemental conditions and other Division 1 specification sections, apply to this section. 1.2 SUMMARY A. All exterior building materials, components and cladding shall meet or exceed the wind load requirements as specified in this section and on Sheet 3. B. Glazed exterior wall and roof opening components shall be impact resistant or provided with impact resistant removable cover meeting the requirements of this section. C. All exterior building materials, components and cladding shall be supplied and installed in accordance with the requirements of the International Building Code, 2018. 1.3 DEFINITIONS A. Components and Cladding: Elements assembled to form the exterior wall and roof systems that are either directly loaded by the wind or receive wind loads originating at relatively close locations, and that transfer loads to the main wind force resisting system. Examples: curtain walls, exterior glass windows and panels, exterior doors, etc. B. Exterior Wall and Roof Openings: Openings that are likely to be breached during high winds. Examples: windows, doors, skylights, etc. C. Impact Resistant Components and Cladding: Components and cladding designed to resist, without breaching,the force from collisions with wind driven projectiles or missiles. 1.4 DESIGN REQUIREMENTS A. Wind loads shall be determined from the pressures developed by a 157 mph basic wind speed (three-second gust), Exposure Category C, Risk Category IV, and appropriate factors from the American Society of Civil Engineers (ASCE) 7-16 "Minimum Design Loads for Buildings and Other Structures".Wind loads shall be determined accordingly. B. Impact resistant components and cladding shall be evaluated in accordance with ASTM E 1996 and ASTM E-1886. Impact resistant components and cladding located within 30 feet above grade shall meet or exceed the Large Missile Test of ASTM E 1996. 1.5 SUBMITTALS A. All components and cladding shall have the appropriate Texas Department of Insurance product evaluation number indicated on the submittal. 1. Components and cladding, including installation thereof, not contained in the product evaluation list shall be certified by the manufacturer, supplier and/or installer to meet the requirements of this section. WINDSTORM CONSTRUCTION REQUIREMENTS 014500-1 City Hall Roof Repairs, Project No. 20285 DocuSign Envelope ID: DCB87706-8411-4088-8868-7582860D784E 2. Installation instructions indicating fasteners, minimum attachment requirements, and other necessary pertinent information for installation shall be submitted. 1.6 EXECUTION 1. The Contractor shall provide, and have available at the jobsite, all necessary installation instructions during construction. 2. Prior to covering or concealing the fasteners or connectors,the Contractor shall notify the Architect/Engineer. 3. Contractor shall furnish, upon completion, written confirmation that installation and materials used for all components and cladding is in conformance with the requirements of this section. END OF SECTION WINDSTORM CONSTRUCTION REQUIREMENTS 014500-2 City Hall Roof Repairs, Project No. 20285 DocuSign Envelope ID: DCB87706-8411-4088-8868-7582860D784E SECTION 024119 SELECTIVE DEMOLITION PART 1 -GENERAL 1.1 SUMMARY A. Section Includes: 1. Demolition and removal of selected portions of building or structure. 1.2 MATERIALS OWNERSHIP A. Unless otherwise indicated, demolition waste becomes property of Contractor. 1.3 PREINSTALLATION MEETINGS A. Pre-demolition Conference: Conduct conference at the location determined by the General Contractor to discuss: 1. Location of construction dumpsters 2. Crane placement, schedule, and associated site protection 3. [New] Materials staging locations 4. General Contractor's job shack location 1.4 INFORMATIONAL SUBMITTALS A. B. Proposed Protection Measures: Submit report, including Drawings, that indicates the measures proposed for protecting individuals and property.Indicate proposed locations and construction of barriers. C. Schedule of selective demolition activities with starting and ending dates for each activity. D. Pre-demolition photographs or video. 1.5 CLOSEOUT SUBMITTALS A. Demolition contractor's contact information.. A SELECTIVE DEMOLITION 024119 - 1 For Review Only DocuSign Envelope ID: DCB87706-8411-4088-8868-7582860D784E 1.6 FIELD CONDITIONS A. Owner will occupy the building and be conducting business Monday through Friday during normal business hours. Conduct selective demolition so Owner's operations will not be disrupted unless previously coordinated with the Owner (City of Corpus Christi — Assessment Management Department). B. Owner will provide the Contractor with the City Council meeting dates and times so work can be coordinated with all disciplines on site. C. Conditions existing at time of inspection for bidding purpose will be maintained by Owner as far as practical. D. Notify Architect of discrepancies between existing conditions and Drawings before proceeding with selective demolition. E. Hazardous Materials: It is not expected that hazardous materials will be encountered in the Work. 1. If suspected hazardous materials are encountered, do not disturb; immediately notify Architect and Owner. Hazardous materials will be removed by Owner under a separate contract. F. Storage or sale of removed items or materials on-site is not permitted. G. Utility Service: Maintain existing utilities indicated to remain in service and protect them against damage during selective demolition operations. 1. Maintain fire-protection facilities in service during selective demolition operations. H. Arrange selective demolition schedule so as not to interfere with Owner's operations unless previously coordinated with the Owner. 1.7 WARRANTY A. Existing Warranties: Remove, replace, patch, and repair materials and surfaces cut or damaged during selective demolition, by methods and with materials and using approved contractors so as not to void existing warranties. PART 2 - PRODUCTS 2.1 PERFORMANCE REQUIREMENTS A. Regulatory Requirements: Comply with governing EPA notification regulations before beginning selective demolition. Comply with hauling and disposal regulations of authorities having jurisdiction. B. Standards: Comply with ANSI/ASSP A10.6 and NFPA 241. SELECTIVE DEMOLITION 024119 -2 DocuSign Envelope ID: DCB87706-8411-4088-8868-7582860D784E PART 3 - EXECUTION 3.1 EXAMINATION A. [Perform] [Engage a professional engineer to perform] an engineering survey of condition of building to determine whether removing any element might result in structural deficiency or unplanned collapse of any portion of structure or adjacent structures during selective building demolition operations. B. Inventory and record the condition of items that will remain in place in the immediate surrounding roof areas, such as the existing roof access hatches and exhaust systems to remain in place 3.2 PREPARATION A. Start Date Notification: 1. Contractor shall notify the Owner [1] [2] days in advance of placing the crane at its starting location so their respective employees can be made aware of on site changes and construction. B. Subgrade/Overhead Utilities: Contractor shall locate and identify subgrade and overhead utilities ahead of time that may interfere with the crane operations. 3.3 UTILITY SERVICES AND MECHANICAL/ELECTRICAL SYSTEMS A. Existing Services/Systems to Remain: Maintain services/systems indicated to remain and protect them against damage. 1. No services will be turned off during construction unless deemed necessary for any phase of the work. Any shutdown shall be coordinated with the Owner in advance so preparations and timing can be determined to minimize downtime to normal operations. 2. If deemed necessary, the Owner will arrange to shut off indicated services/systems when requested by Contractor. 3.4 PROTECTION A. Temporary Protection: Provide temporary barricades and other protection required to prevent injury to people and damage to adjacent buildings and facilities to remain. B. Remove temporary barricades and protections where hazards no longer exist. SELECTIVE DEMOLITION 024119 -3 DocuSign Envelope ID: DCB87706-8411-4088-8868-7582860D784E 3.5 SELECTIVE DEMOLITION A. General: Demolish and remove existing construction only to the extent required by new construction and as indicated. Use methods required to complete the Work within limitations of governing regulations and as follows: 1. Neatly cut openings and holes plumb, square, and true to dimensions required. Use cutting methods least likely to damage construction to remain or adjoining construction. Use hand tools or small power tools designed for sawing or grinding, not hammering and chopping.Temporarily cover openings to remain. 2. Cut or drill from the exposed or finished side into concealed surfaces to avoid marring existing finished surfaces. 3. Do not use cutting torches until work area is cleared of flammable materials. At concealed spaces, such as duct and pipe interiors, verify condition and contents of hidden space before starting flame-cutting operations. Maintain portable fire- suppression devices during flame-cutting operations. 4. Maintain fire watch during and for at least <Insert number> hours after flame-cutting operations. 5. Locate selective demolition equipment and remove debris and materials so as not to impose excessive loads on supporting walls,floors, or framing. 6. Dispose of demolished items and materials promptly B. Site Access and Temporary Controls: Conduct selective demolition and debris-removal operations to ensure minimum interference with roads, streets, walks, walkways, and other adjacent occupied and used facilities. In "Existing Items to Remain" Paragraph below, option adds cost. Revise to suit Project. C. Existing Items to Remain: Protect construction indicated to remain against damage and soiling during selective demolition. When permitted by Architect, items may be removed to a suitable, protected storage location during selective demolition and reinstalled in their original locations after selective demolition operations are complete. 3.6 CLEANING Insert other specific disposal, cleanup, or removal requirements to suit Project. A. Remove demolition waste materials from Project site and dispose of them in an EPA-approved construction and demolition waste landfill acceptable to authorities having jurisdiction. 1. Do not allow demolished materials to accumulate on-site. 2. Remove and transport debris in a manner that will prevent spillage on adjacent surfaces and areas. Coordinate first subparagraph below with use of elevators, stairs, or building entries permitted by building manager. 3. Remove debris from elevated portions of building by chute, hoist, or other device that will convey debris to grade level in a controlled descent. SELECTIVE DEMOLITION 024119 -4 DocuSign Envelope ID: DCB87706-8411-4088-8868-7582860D784E B. Clean adjacent structures and improvements of dust, dirt, and debris caused by selective demolition operations. Return adjacent areas to condition existing before selective demolition operations began. END OF SECTION 024119 SELECTIVE DEMOLITION 024119 - 5 DocuSign Envelope ID: DCB87706-8411-4088-8868-7582860D784E SECTION 040120.63 BRICK MASONRY REPAIR PART 1 -GENERAL 1.1 SUMMARY A. Section includes the removal, the reuse or replacement of. and repairing brick masonry. 1.2 DEFINITIONS A. Rebuilding (Setting) Mortar: Mortar used to set and anchor masonry in a structure, distinct from pointing mortar installed after masonry is set in place. 1.3 PREINSTALLATION MEETINGS A. Preinstallation Conference: Conduct conference at At a location and date to be determined after roofing materials have been approved and shipment dated confirmed. B. 1.4 ACTION SUBMITTALS A. Product Data: For each type of product. 1. Mortar 2. Replacement face brick 3. Replacement glazed face brick 4. Brick ties B. Samples: For each exposed product and for each color and texture specified. 1.5 INFORMATIONAL SUBMITTALS A. Quality-control program. 1.6 QUALITY ASSURANCE A. Brick Masonry Repair Specialist Qualifications: Engage an experienced brick masonry repair firm to perform work of this Section. Firm shall have completed work similar in material, design, and extent to that indicated for this Project with a record of successful in-service performance. Experience in only installing masonry is insufficient experience for masonry repair work. BRICK MASONRY REPAIR n 040120.63 - 1 For Review Only DocuSign Envelope ID: DCB87706-8411-4088-8868-7582860D784E 1.7 CLOSING SUBMITTALS A. Product information 1. Mortar 2. Replacement face brick(if used) 3. Replacement glazed face brick 4. Brick ties B. Material supplier's contact information 1. If more than one supplier was used to obtain the materials for this Project, provide the contact information for each, and list the specific material(s)provided by each supplier. C. Installer contact information PART 2 - PRODUCTS 2.1 MASONRY MATERIALS A. Face Brick: As required to complete brick masonry repair work. 1. Brick Matching Existing: Units with colors, color variation within units, surface texture, size, and shape that match existing brickwork. a. For existing brickwork that exhibits a range of colors or color variation within units, provide brick that proportionally matches that range and variation rather than brick that matches an individual color within that range. B. Glazed Face Brick: As required to complete brick masonry repair work. 1. Glazed Brick Matching Existing: Units with colors, color variation within units, surface texture, size, and shape that match existing brickwork. a. For existing glazed brickwork that exhibits a range of colors or color variation within units, provide brick that proportionally matches that range and variation rather than brick that matches an individual color within that range. 2.2 MORTAR MATERIALS A. Portland Cement: ASTM C150/C150M, Type I or Type II, except Type III may be used for cold- weather construction; Provide color that best matches the existing mortar. B. Hydrated Lime: ASTM C207,Type S. C. Masonry Cement:ASTM C91/C91M. 1. c]k�ti heire to I Q�9�fr�i,°u ll,rqu"4 r:3 an(j ... Q�i�Nf-"1f.."49�a��tl.s..,«�V�I�� IIV�I,'roo�V"� V�IIc��VaV�11a�.,.. BRICK MASONRY REPAIR 040120.63 -2 DocuSign Envelope ID: DCB87706-8411-4088-8868-7582860D784E D. Mortar Cement: ASTM C1329/C1329M. n(J e lr suo ru and p2s1()(j,uuds, 1. NtlY4V � ","... heire .,. a " .,i� 9Va��"�".s..aNQ�G QQV,°", 11:4.P� Q"I1a�„Q,„�R.� a1Q"$�. ... G Q� �° '14;; Ifo �i 1 II wo�Q� Q"�.., E. Mortar Sand: ASTM C144. 1. Exposed Mortar: Match size, texture, and gradation of existing mortar sand as closely as possible. Blend several sands if necessary to achieve suitable match. 2. Colored Mortar: Natural sand or ground marble, granite, or other sound stone of color necessary to produce required mortar color. 3. F. Water: Potable. 2.3 ACCESSORY MATERIALS Retain "Setting Buttons and Shims" Paragraph below to ensure equal joint spacing. A. Setting Buttons and Shims: Resilient plastic, nonstaining to masonry, sized to suit joint thicknesses and bed depths of bricks, less the required depth of pointing materials unless removed before pointing. B. Other Products: Select materials and methods of use based on the following 1. Previous effectiveness in performing the work involved. 2. Minimal possibility of damaging exposed surfaces. 3. Consistency of each application. 4. Uniformity of the resulting overall appearance. 5. Do not use products or tools that could leave residue on surfaces. 2.4 MORTAR MIXES A. Measurement and Mixing: Measure cementitious materials and sand in a dry condition by volume or equivalent weight. Do not measure by shovel; use known measure. Mix materials in a clean, mechanical batch mixer. B. Do not use admixtures in mortar unless otherwise indicated. 2.5 BRICK TIES A. Provide brick ties that match the existing type to replace damaged, corroded units that will no longer function as intended. 1. Ties shall be of corrosive resistant material, of the proper size to span the air space to secure the brick to the substrate. 2. Fasteners shall be of corrosive resistant material, of the proper gauge and length to secure the ties to the structure. BRICK MASONRY REPAIR 040120.63 -3 DocuSign Envelope ID: DCB87706-8411-4088-8868-7582860D784E 3. Corrugated ties are not acceptable. PART 3 - EXECUTION 3.1 PROTECTION A. Exercise caution when working on the exposed roof deck or underlayment(existing or new). B. Brick,brick ties, and flashing materials that are removed and not intended to be reused shall not be collected/piled on top of the existing flat roof areas without protecting the existing membrane roof. 1. Debris shall be removed daily to prevent windborne debris, accidental damage to the existing roof membrane, and tripping hazards. C. Exposed vertical substrate areas after removing the brick are to be limited and protected overnight to prevent water or other elements from collecting in the air space. 3.2 BRICK REMOVAL AND REPLACEMENT A. At locations indicated, remove bricks that are damaged, spalled, or deteriorated or are to be reused.Carefully remove entire units from joint to joint, without damaging surrounding masonry, in a manner that permits replacement with full-size units. B. Support and protect remaining masonry that surrounds removal area. C. Maintain existing flashing, reinforcement, lintels, and adjoining construction in an undamaged condition unless it is to be removed. D. Notify Architect of unforeseen detrimental conditions including voids, cracks, bulges, and loose units in existing masonry backup, rotted wood, rusted metal, and other deteriorated items. E. Remove in an undamaged condition as many whole bricks as possible. 1. Remove mortar, loose particles, and soil from brick by cleaning with hand chisels, brushes, and water. 2. Remove sealants by cutting close to brick with utility knife and cleaning with solvents. F. Clean masonry surrounding removal areas by removing mortar, dust, and loose particles in preparation for brick replacement. G. Replace removed damaged brick with other removed brick in good condition, where possible, matching existing brick. Do not use broken units unless they can be cut to usable size. H. Install replacement brick into bonding and coursing pattern of existing brick. If cutting is required, use a motor-driven saw designed to cut masonry with clean, sharp, unchipped edges. 1. Maintain joint width for replacement units to match existing joints. BRICK MASONRY REPAIR 040120.63 -4 DocuSign Envelope ID: DCB87706-8411-4088-8868-7582860D784E 2. Use setting buttons or shims to set units accurately spaced with uniform joints. I. Lay replacement brick with mortar and with completely filled bed, head, and collar joints. Butter ends with enough mortar to fill head joints and shove into place. Wet both replacement and surrounding bricks that have ASTM C67 initial rates of absorption (suction) of more than 30 g/30 sq. in. per min. Use wetting methods that ensure that units are nearly saturated but surface is dry when laid. 1. Tool exposed mortar joints in repaired areas to match joints of surrounding existing brickwork. 2. When mortar is hard enough to support units, remove shims and other devices interfering with pointing of joints. J. Curing: Cure mortar by maintaining in thoroughly damp condition for at least 72 consecutive hours, including weekends and holidays. 1. Hairline cracking within the mortar or mortar separation at edge of a joint is unacceptable. Completely remove such mortar and repoint. 3.3 FINAL CLEANING A. After mortar has fully hardened, thoroughly clean exposed masonry surfaces of excess mortar and foreign matter; use wood scrapers, stiff-nylon or -fiber brushes, and clean water, applied by low pressure spray. END OF SECTION 040120.63 BRICK MASONRY REPAIR 040120.63 - 5 DocuSign Envelope ID: DCB87706-8411-4088-8868-7582860D784E SECTION 074113.16 STANDING-SEAM METAL ROOF PANELS PART 1 -GENERAL 1.1 SUMMARY A. Section Includes: 1. Standing-seam metal roof panels. 1.2 PREINSTALLATION MEETINGS A. Preinstallation Conference: Conduct conference > at a location and date to be determined after roofing materials have been approved and shipment dated confirmed 1.3 ACTION SUBMITTALS A. Product Data: For each type of product. B. Shop Drawings: Include fabrication and installation layouts of metal panels; details of edge conditions, joints, panel profiles, corners, anchorages, attachment system, trim, flashings, closures, and accessories; and special details. C. Samples: For each type of metal panel indicated. 1.4 INFORMATIONAL SUBMITTALS A. Product test reports. B. Warranties: Sample of special warranties. C. Product data sheets, including standard color chart and installation instructions D. Texas Department of Insurance Product Evaluation Report. 1.5 CLOSEOUT SUBMITTALS A. Manufacturer's Maintenance data. B. Warranty Information. C. Installer contact information. qEs A For Review Only STANDING-SEAM METAL ROOF PANELS 074113.16 - 1 DocuSign Envelope ID: DCB87706-8411-4088-8868-7582860D784E 1.6 QUALITY ASSURANCE A. Installer Qualifications: An entity that employs installers and supervisors who are trained and approved by manufacturer. 1.7 WARRANTY A. Special Warranty: Manufacturer's standard form in which manufacturer agrees to repair or replace components of metal panel systems that fail in materials or workmanship within specified warranty period. 1. Warranty Period: Two (2)years from date of Substantial Completion. B. Special Warranty on Panel Finishes: Manufacturer's standard form in which manufacturer agrees to repair finish or replace metal panels that show evidence of deterioration of factory- applied finishes within specified warranty period. 1. Finish Warranty Period: 20 years from date of Substantial Completion. C. Special Weathertightness Warranty: Manufacturer's standard form in which manufacturer agrees to repair or replace standing-seam metal roof panel assemblies that fail to remain weathertight, including leaks, within specified warranty period. 1. Warranty Period: 20 years from date of Substantial Completion. PART 2 - PRODUCTS 2.1 PERFORMANCE REQUIREMENTS A. Energy Performance: Provide roof panels according to one of the following when tested according to CRRC-1: 1. Three-year, aged solar reflectance of not less than 0.55 and emissivity of not less than [0.75] <Insert value>. 2. Three-year, aged Solar Reflectance Index of not less than 64when calculated according to ASTM E1980. B. Structural Performance: Provide metal panel systems capable of withstanding the effects of the following loads, based on testing according to ASTM E1592: 1. Wind Loads: As indicated on Drawings. 2. Other Design Loads: As indicated on Drawings. C. Thermal Movements: Allow for thermal movements from ambient and surface temperature changes by preventing buckling, opening of joints, overstressing of components, failure of joint sealants, failure of connections, and other detrimental effects. Base calculations on surface temperatures of materials due to both solar heat gain and nighttime-sky heat loss. STANDING-SEAM METAL ROOF PANELS 074113.16 -2 DocuSign Envelope ID: DCB87706-8411-4088-8868-7582860D784E 1. Temperature Change (Range): 120 deg F,ambient; 180 deg F, material surfaces 2.2 STANDING-SEAM METAL ROOF PANELS A. Provide factory-formed metal roof panels designed to be installed by lapping and interconnecting raised side edges of adjacent panels with joint type indicated and mechanically attaching panels to supports using concealed clips in side laps. Include clips, cleats, pressure plates, and accessories required for weathertight installation. 1. Steel Panel Systems: Unless more stringent requirements are indicated, comply with ASTM E1514. B. Basis of Design: 23ST by McElroy Metal, Inc. Bossier, City, LA 1. Factory-formed panel, width of 18 inches. Panels shall be symmetrical in design and shall be mechanically seamed with a field operated electric seaming machine approved by the manufacturer. 2. Minimum seam height 2 3/8 inches. Integral seam, double lock and snap together type panels are not acceptable 3. Seam cap matching panel finish with two rows of integral factory hot applied sealant. Sealant should not come in contact with clip, and clip should not require sealant to maintain a weathertight condition. 4. Galvalume steel sheet conforming to ASTM A792, AZ55 coating for bare; AZ50 coating for painted; 24 gauge sheet thickness. 5. Finish: Two coat coil applied, baked-on full-strength (70% resin, PVF2) fluorocarbon coating consisting of a nominal 0.25 mil dry film thickness primer, and a nominal dry film thickness of 0.7 - 0.8 mil color coat for a total 0.9 to 1.1 mil total system dry film thickness. a. Color: Finish to be selected from manufacturer's standard color selection. The back side of the material should be 0.25 mil primer and 0.25 mil polyester wash coat. 6. Roof panel system must allow individual roof panel removal and replacement from any point on the roof without damage to adjacent roof panel(s). 7. Roof panel system must be approved by manufacturer to be installed on slopes as low as%:12. 8. Panels must be furnished and installed in continuous lengths from ridge to eave with no overlaps. Panels too long to ship will be manufactured on site using manufacturer's employees and equipment. 9. Panel surface characteristics to be Striated 2.3 UNDERLAYMENT MATERIALS A. Self-Adhering, High-Temperature Underlayment: Provide self-adhering, cold-applied, sheet underlayment, a minimum of 30 mils thick, consisting of slip-resistant, polyethylene-film top STANDING-SEAM METAL ROOF PANELS 074113.16 -3 DocuSign Envelope ID: DCB87706-8411-4088-8868-7582860D784E surface laminated to a layer of butyl or SBS-modified asphalt adhesive, with release-paper backing. Provide primer when recommended by underlayment manufacturer. 1. Thermal Stability: Stable after testing at 240 deg FASTM D1970. 2. Low-Temperature Flexibility: Passes after testing at minus 20 deg FASTM D1970. 2.4 MISCELLANEOUS MATERIALS A. Panel Accessories: Provide components required for a complete, weathertight panel system including trim, copings, fasciae, mullions, sills, corner units, clips, flashings, sealants, gaskets, fillers, closure strips, and similar items. Match material and finish of metal panels unless otherwise indicated. B. Flashing and Trim: Provide flashing and trim formed from same manufacturer and material as metal panels as required to seal against weather and to provide finished appearance. Locations include, but are not limited to, eaves, rakes, corners, bases,framed openings, ridges, fasciae, and fillers. Finish flashing and trim with same finish system as adjacent metal panels. C. Panel Fasteners: Self-tapping screws designed to withstand design loads. D. Panel Sealants: Provide sealant type recommended by manufacturer that are compatible with panel materials, are nonstaining, and do not damage panel finish. 1. Sealant Tape: Pressure-sensitive, 100 percent solids, gray polyisobutylene compound sealant tape with release-paper backing As provided by the manufacturer in the sizes necessary for various applications. 2. Joint Sealant: ASTM C920; as recommended in writing by metal panel manufacturer. E. Roof Panel Clip: 1. Intermittent Clip: 16 gauge galvanized steel, one-piece, designed to allow roof panel thermal movement and not contact roof panel cap, as supplied by roof panel manufacturer, meeting wind uplift requirements and design criteria of this section. 2. Multi-Span Clip: as provided by roof panel manufacturer for full assembly warranted systems. F. Panel Clip Screw: screw required in wind uplift rating requirements and design specification for application, with corrosion-resistant coating, in length necessary to penetrate substrate minimum 3/4 inch., as supplied by roof panel manufacturer. 2.5 FABRICATION A. Fabricate and finish metal panels and accessories at the factory, by manufacturer's standard procedures and processes, as necessary to fulfill indicated performance requirements demonstrated by laboratory testing. Comply with indicated profiles and with dimensional and structural requirements. STANDING-SEAM METAL ROOF PANELS 074113.16 -4 DocuSign Envelope ID: DCB87706-8411-4088-8868-7582860D784E B. Sheet Metal Flashing and Trim: Fabricate flashing and trim to comply with manufacturer's recommendations and recommendations in SMACNA's "Architectural Sheet Metal Manual" that apply to design, dimensions, metal, and other characteristics of item indicated. PART 3 - EXECUTION 3.1 PREPARATION A. Miscellaneous Supports: Install subframing, furring, and other miscellaneous panel support members and anchorages according to ASTM C754 and metal panel manufacturer's written recommendations. 3.2 INSTALLATION OF UNDERLAYMENT A. Self-Adhering Sheet Underlayment: Apply primer if required by manufacturer. Comply with temperature restrictions of underlayment manufacturer for installation. Apply at locations indicated on the Drawings wrinkle free, and in shingle fashion to shed water. Lap and stagger underlayment in accordance with the manufacturer's instructions. Roll laps as required. 3.3 INSTALLATION OF STANDING SEAM METAL ROOF PANELS A. Standing-Seam Metal Roof Panel Installation: Fasten metal roof panels to supports with concealed clips at each standing-seam joint at location, spacing, and with fasteners recommended in writing by manufacturer. 1. Install clips to supports with self-tapping fasteners. 2. Seamed Joint: Crimp standing seams with manufacturer-approved, motorized seamer tool so clip, metal roof panel, and factory-applied sealant are completely engaged. 3. Watertight Installation: a. Apply a continuous ribbon of sealant or tape to seal joints of metal panels, using sealant or tape as recommend in writing by manufacturer as needed to make panels watertight. b. Provide sealant or tape between panels and protruding equipment, vents, and accessories. B. Accessory Installation: Install accessories with positive anchorage to building and weathertight mounting, and provide for thermal expansion. Coordinate installation with flashings and other components. C. Flashing and Trim: Comply with performance requirements, manufacturer's written installation instructions, and SMACNA's "Architectural Sheet Metal Manual." Provide concealed fasteners where possible, and set units true to line and level as indicated. Install work with laps,joints, and seams that will be permanently watertight and weather resistant. STANDING-SEAM METAL ROOF PANELS 074113.16 - 5 DocuSign Envelope ID: DCB87706-8411-4088-8868-7582860D784E 3.4 CLEANING AND PROTECTION A. Remove temporary protective coverings and strippable films, if any, as metal panels are installed, unless otherwise indicated in manufacturer's written installation instructions. On completion of metal panel installation, clean finished surfaces as recommended by metal panel manufacturer. Maintain in a clean condition during construction. END OF SECTION 074113.16 STANDING-SEAM METAL ROOF PANELS 074113.16 -6 saowag 5uuaaui6u3 ;o ;uawpoda4 "0 2 f,'fr f✓ P J llbBL se 1 1 4j snd.iao p� 0 o 6 x � °sA6, Pajauluo9Wst SdX31 1��HS 3 111 gCc N �s -1 saoin]as�uuoissa;md uosueH 1IS18HJ sndao? JO lllJ NMI 1� II Z3'iV4] I�Bf tl i LLOZ'aul eaay.�eS g lnualsa. uaeuo4 401Atlo0p totgZ Xi '!}suyj sndjoj }S P-odoa-7 toll fly U NOJN V'"I.SSI S(�lIVCL38 J002j AWP u13 � NOOdIa0S30 �vl�/ Aa 3Ltl0 'ON NOISN3a 14-1-30 A9 3LY0 'ON 401— J Q d Z J v ne CI- z mw wp n�oh u � W z ti W W Wuj ® dIQ83E -6, $ O zcf) ¢� =o,rn< zZz �0' ww 1 1 maw w w�Ow Q Z Q K J J ® mFo z OStmm tt rc =w Q O �U Z Q Q >"acxi �a Z ww W tL F- W U Q U iD z '�'�nv w ~~Z W W U 2 W L cr Luo 0 0 �a� = zo �a� wNm w Lou2 Q Lj � v o W W ����� LL �� o� ��� z z p FJ- � zX � W W 00 F =Ua a _ pew F= Q W QQ12Q� Z JFLUmJ a W w w0U) o o w O w 0 2cf) Lu s W ^ 0 05 Lu N M <h Ln (O r\ of d d,C1 O N w y 001t," Lu C)wa �'w�� pNIX IO 41 ug 00 man rvJ W i n�Oo m bNJ�y� ^ CC co �1 _ Oho z LL ro LLJ mLJL LLJ LO a A%NE s°ss � arm�n cn J ¢ O S� C L Od S w4y r�l$�. CL C �l O a Z ) � g wda1N nor � 1 ¢�' dwxawe O rIG ,G 5 Ali� 6r; �r as xLnos Q� ! I t NYmnon anva WO�� J�/' � I s 'J' �J� '15 53Ytlls W 3QN310N 3 Lu O g N O O Lu J CL �erxroix sn � 8 „Is U 2 ¢ 0 1s NUNYa IR5 w 9LOZ/bl/£0:a31V(Idn N 9ssos-L�de� saowag 5uuaeui6u3 ;o ;uawpode() d' `n 0 1�0* ��aa�sexal�usuy�`s`�eo� SVX31 S31ON W63N30 �v,JIni IH0b"d ��� oo o w N F PH je9111o'J LOsb _ 0,7 N s o p a 'cul saoh+aS leuolssa;wd-0—H I1SI8H3 Snddo,? JO AIIJ ou a i lob8L Xl '!}suyo sndaoo "}S p-,odoa-I IoZI N NOSNt/ w m H s�ldd�� �ooa ��eH uI� Cl- - NOILd 3DS30 A9 3Y0 ON NO:1 NOUN— 1B 3LVa ON N-12,a az/�/c �2 Q UR w Wz �W"ar000°- W ...................................................................................... O1 Z W LU to � o ® � a o � ��0 ~oma 14 �� co z U ° Oz al W of(if C/) -W4o=6U) LU LU Z 09 H QUO __ wZ L) LU ar W o7V7 zQ ❑ _ Ott _4< ° 4¢rc S7m dj4 4 0 4°° 3 x �Fw � - w40 4 `ao 0o p3� zz 3 ~� w xi Z _ NLU EBT, 4 W _ _o z��oQ4�-_ o _ otrcenmxoW _ - - _ _ - _ - _ °fix _- - -z-_ 28W _ z °�z3o c _ °x - --_ �- �-_ __��x_,a _ ���� aa8 - -..���,��a ww°5o� - s'ag�s•`o Q o Lw/fl/TO g3LWdn sao.,-95 buuaaui6u3 ;o ;uawpoda4 r f✓ E'/P/ llbBL se 1 1 4j snd.iao SdX31 O0 0 o :"a.ovvxn.;;acre' P21 ja4111o�J lOsb 127 d1-I3 QNIM 9` � i m I xs7vt�e�i+eru LLoz=1Ise Ime Io aaseluuo sa+dload NorveN aoao I1SI8HJ Sl1d210� JO .11lJ g LotgZ Xi '!}suyj sndjoj IS p-jodoal loll NOSNVH SZllbd-38 J0027 -lWP ADD NOOdItlOS30 Aa 3Ltl0 'ON NOISN3tl NOIWI-30 1 -0 1'ON NOISI— V7J W Y ^k o F� Q �_ m� o oho iia F V, TSi v,� izS. (1461aH l--ii N) QQ 'YS € 66<0 0< �- m= mm ak'- Z � 3m a �w 0 w 0 ' makow + r r r r r 3 Z Q n= J F�< Zpffo=€ _ m 7m ztl 5 �p w � N 0 Z gt 3 S o� �: W�op M 0M ..z , LA N f m d' Ztlm0 -z-@cNeo LL-1 Ld Q O 0 id . 8 8 & 8 m W U p mgt Fc foo / a aLCLof o �� € s � ae�a ✓ O r c�\ M J ? Fg s� = Wg: z0 '+ '+ '+ '+ '+ i z o rc bi ai m M <w€ �Z + o V�g B 0o �S& a oog F 5�0�'o C Q m Z Q 1„ W O F- �m -g 2m Z _ `g m� bF�g F-W Wtl m=o o a g h, X Z r �, Bgo k88 m � J a ow ,5 n 0 O *Q <�o�m O0 f �m N� h 3 vi m @aao pp `=t"8m< §z--x8 d H.9 86€ §.w.Ua6zzU w H 2iH 1,a -pEz, 8g ._8 bkP »�8� �,Hgp; am �3 mpo S �aH z158 �9m sFo �c a-� �a -.mps 23 " €9€wN how- Fp.�- 0 98: . 0 nigNt Zug §wm�`+< O sm�ow u �'oaae �8€p Skog �l=B> �< 99 's kph z. n P €<' m=€oma a - 9L0Z/bL/£0:031tl0dn sao.,-95 buuaaui6u3 ;o ;uawpoda4 r f✓ E' P/ llbBL se 1 1sijqj snd.iaoJrdX31 p� 0 o Paja4looeLesb SNOWON00 ONIISIX3 g 0 " xs7UL�eMi+eru luuo 1—=�l a� ...aseHrveN 'wae 1sa,dload oaoao IlSRIHJ Sl1d210� JO .11lJ LOtiBL Xl '!}suyj sndjoi "}S piodoa� I 0,7t N�SNdH SZIIbd38 30021 -lWP ADD � NOOdItl0S30 Aa 3Ltl0 'ON N.1— NOIWIY0530 1 -0 'ON 401— Sw :j v' x bx wa ga d < 31--z 3 3�z / 10 O <O o2 l a M lD / � m i 2 E b b b $ I"w za° S Zi 02 A?" rc2 -a o� hoz oz �o aoz o�z �z� oox� of of .r of N k F � 8 x i a oa I zQ 8a Q go IOz QOM d 0 �O z Li a - 9 L0Z/b l/£0:a3iV(Idn N 9ssos-��de� w saoag 5uuaeui4 6u3 ;o ;uawpodad' `n ��* aa�SeXal�us US`s`eon SVX31 NV�cd 311S �vBn1S311HJB m�o o w "PH je9111o9 lOsb _ 0,7 N 'oul...j'as leuolssa;owd uosu-H llSl8HJ Snddo� JO AIIJ _ " F lOb8L Xl '!}spgj sndao0 }S piodoal 10.11NOSNt/H i � ,Lnm s�1dd-3� -400a -lWP u10 - NOI1d18DS30 A9 3— ON NO:1 NOUN— 19 31tlO -ON--d Lu 9 - - FO w N o gE, _ 6 s Q O ° "Pao - - Y - o - - -�,3 z z LU w LU 73 E75 lo C) - - x m a.,, _w a. a o s.r a , i3'3ai i _.... mr+ev9'-"was" Z F R F Q' .. 1 J �i, � n l�Btl18 '✓�31'id 18 'W ly 7t� ,z I� fC uy Y° ltg I m r o 0 4t ` � b' aWb FF l � njr 0 l c I a _ , 4 * i C iaatl.Ls nii �3' ns .:_ .. 1. _ w CII( w ] D J 1 r f l Wm � � o II . �.� iYn,;,✓a;r" '✓,Pnkdwrh nA r~k^ j� �, .,.e,mroin.,n w 64 „��.�?F,e�rllNN, ��i,�� �;�,°ri�s ^' ;t; ,� '� to�, a sao��aaDSeXl�useon saowag 5uuaeui6u3 ;o ;uawpoda4 oSVX31 NVcd IOOB NOIII�OW3O 03 07 PH je911o9 lOsb !,.s loissaowd uosueH I1SI8H3 Snddo� JO AIIJ N _ " 4 lOb8L Xl '!}says sndaoj '}S piodo@7 NOSNtH i s�dd� �ooa � eH u� LOZI w m Cl- NOUN— AB 3.1 ON N-1— �� oo zQ oho _ - oF4w wg> ogz 4`p'_ u" alp �rc3 U)MH cn Cl) ' a WLU - O Z Q _ cap 30� �oWN�a - - - U - J as W p �aiyz per - - = Soh J caC Y LLIO LU lo _ J aah— _ _ _ p U I _- Q] . .am o._aa.� .a�.� a-o. o. 0 F O O O O Op Oo IL U . O? o Q J d O O Z 0 fillH 4 LUJ LU Z w rm ur:�u� mandmr _..eucxe era .r.,x,ra..v o-. •�+-e>—1.1—l",at N 9ssos-��de� saowag 5uuaeui6u3 ;o ;uawpodao d' w oN v�,��' as sexalsusu4�`s`e;o� z �m oo SdX31 Nb d X00 MSN as je4!uoE)4Osv o xa 'culsaoh+aSleuolssa;wd-0—H IlSRMJ Snddo,? JO AIIJcq _ Wua 4 i lobSL Xl `I�suyo sndloo }S podoal loll n 'a NOSNt/ w m H saldd�a �ooa ��dH �1� Cl- - NOI1d18DS30 A9 31Y0 'ON NOISN38 NOUN— AB 3.1 ON N-1— zzz o _ o oN oQ z _ co 3- 03 ° ,H - - - 0p - - _ �Zw t ffz - p� mma �x�x w - _ - wwz pzQ os anmw 3zp arc Y _� z - LU a�p60-5p - WZO uopp - Z W Z _ _ 0 LL, _ - _ _ U _F3 W 2. alp - W p�w3 pxa ppaRi W _ - _ CC a3g U - - _ o��pw Z Z ~ O O Opp Oo0o LU CL U . Oao O (D o m ou, O O 3 Z 3 o a PAFE- LL o , o G ce LU - ewa/►�Ro munan N 9ssos-�°de3 Vi �sexal�uss�o� saowa5uuaeu(5u3 ;o uawpoda � ouy3 �c, SVX31 133HS STV130 1002 PH je9111o°J lOsb o por 'oul saoh+as leuolssa;owd uosu-H uslaHo sndaoo s� .11l� _ acv¢ lob8L Xl '!}suyo sndaoo }S P-iodoal 10,71W .b NOSNt/ w m H s�idd�� �ooa ��eH ui� Cl- - Nouaiaos3a 1e 3sea -oN N-1— Nolsdl 0— ne 3., -oN N-1— _ _ LU Z LU - - IW ?co So _,IT o. ay - 0] Ic a - wo 23 Zaz ? = - - - _ _ W - 'oa - ~O �; Src _ LU co za _ W - 0O 0 0 0 0 OND 0�0� 0 0 DO°0 0 0 0� 0�0 0 0¢ 0 0 0¢0 0 0 0 0 0 o ag /// LU ❑ j O U) QZQ \ W H ❑ LL J 0 / Q Q / Q W Z / a / LU W ti a c[ o LU of cD J Q Q - J F lL W J ❑ Q1I11 Q m W Y Q Q W ac LL Q zLU LU - K Q LL a / LU W \ J J_ >Q Y Q 2 F- LU W F , ❑ LL W CC 7-7 .eis b rvm.r e�vs _5u3 a m__: » 2 4 •� s qI 2� STw3c JOOB m; G § , . � . , . , w � SIe� mkm J 20 x , G , . _ NOSN¥ !R2 t '� eea 'a �eelyI {\ / . SCIPayG�J -40oa2WPADD \ : y t E( _Ho ) :}! z :Z:\! ( \i \\j E. \ \ j \\ \_ >!!!: - _ : \ \\ \\} ~ 2 } j -6 _ § \\ \\ \ § : K } / / / / / S � S � / y ) / / \\ \ \ } } xxs \ \ ) 0 \ \ } \ 7 \ [ I } \ } ) ) Mmm