Loading...
HomeMy WebLinkAboutC2019-632 - 3/26/2019 - NA 00 52 25 FMAC TASK ORDER AGREEMENT Project# 18166D This FACILITIES MULTIPLE AWARD CONTRACT TASK ORDER AGREEMENT(ORDER)is between the Owner of Corpus Christi, a Texas home-rule municipal corporation (OWNER), acting through its duly authorized Owner Manager or designee, the Director of Engineering Services or Owner Engineer, and Barcom Construction, Inc (CONTRACTOR), acting by and through its duly authorized representative. The parties agree as follows: 1. This ORDER is issued under the Facilities Multiple Award Contract Master Agreement signed on March 26, 2019, pursuant to Request for Proposal No. 2018-06. All terms and conditions of the Master Agreement pertain to this ORDER. 2. CONTRACTOR was selected for award of this ORDER under Request for Task Order Proposal (RFTOP) No. 181660 Garden Senior Center(Roof Replacement) FMAC. 3. CONTRACTOR shall construct and complete certain improvements in accordance with the plans and specifications described in Exhibit A(attached and incorporated herein), perform all work as provided in said plans and specifications, and do such additional work as may be considered necessary to complete the work in a satisfactory and acceptable manner (the "Work"). The OWNER reserves the right to make such changes in the plans and specifications and in the character of the work as may be necessary or desirable.Authorization for all changes must be made in writing.The CONTRACTOR shall furnish all labor, tools, material, machinery, equipment and incidentals necessary to the prosecution of the Work unless otherwise provided by the written terms of the plans and specifications. 4. The work described in Exhibit A shall be substantially complete within 60 Calendar Days of Notice to Proceed and ready for final payment in accordance with Section 00 72 00 General Conditions within 90 Calendar Days of Notice to Proceed. 5. 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 Article 4 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): i. Substantial Completion: Contractor shall pay Owner $400 for each day that expires after the time specified in Paragraph 4 for Substantial Completion until the Work is substantially complete. ii. Completion of the Remaining Work: Contractor agrees to pay Owner $400 for each day that expires after the time specified in Paragraph 4 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. iii. Liquidated damages for failing to timely attain Substantial Completion and Final Completion are not additive and will not be imposed concurrently. iv. Milestones: Contractor agrees to pay Owner liquidated damages as stipulated in SECTION 01 35 00 SPECIAL PROCEDURES for failure to meet Milestone completions. Task Order Agreement 00 52 25-1 18166D Garden Senior Center(Roof Replacement)FMAC Rev.05-01-2019 SCANNED v. 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. 6. In consideration of the completion of the above-described Work, the OWNER agrees to pay to CONTRACTOR the lump sum amount of$88,300.85 (EIGHTY-EIGHT THOUSAND, THREE HUNDRED AND 85/100 DOLLARS). Said payment shall be conditioned upon the acceptance of the work by the OWNER as certified by its final inspection following the receipt of notice from the CONTRACTOR that the work is completed and ready for acceptance. Upon completion of work and before acceptance and final payment is made, the CONTRACTOR shall clean and remove from the work site all surplus and discarded materials, temporary structures and debris of every kind in order to leave the work site in a neat, orderly condition, equal to that which originally existed. The CONTRACTOR shall submit a notarized affidavit that bills for all labor, equipment, materials and supplies associated with the project have been paid before final payment is released. 7. Progress Payments; Retainage A. The Owner will make progress payments on or about the 251h day of each month during the performance of the Work. Payment is based on Work completed in accordance with Article 17, Schedule of Values, established as provided in Section 00 72 00 General Conditions. B. Progress payments equal to the full amount of the total earned value to date for completed Work minus 5% retainage and any set-offs and properly stored materials will be made prior to Substantial Completion. 8. All work shall be performed in a workmanlike manner and to the satisfaction of the OWNER. The OWNER shall determine the quality and acceptability of materials furnished, work performed, manner of performance, rate of progress of the Work, sequence of construction and interpretation of the plans and specifications. 9. The CONTRACTOR agrees to provide the following Performance and Payment Bonds and Insurance as required and outlined in the Task Order documents. 10. The CONTRACTOR shall, at all times, observe and comply with city, county, state and federal laws, ordinances or regulations which in any manner affect the conduct of the Work. The CONTRACTOR shall be responsible for procuring all legally required building, plumbing, electrical and other permits and licenses, pay all charges and fees, and give all notices necessary and incidental to the due and lawful prosecution of the Work, unless otherwise provided by the written terms of the plans and specifications. 11. This Agreement or the Work provided may not be assigned or subcontracted by CONTRACTOR without the written permission of the OWNER. IN WITNESS WHEREOF this Agreement is executed. Task Order Agreement 00 52 25-2 18166D Garden Senior Center(Roof Replacement)FMAC Rev.05-01-2019 CITY OF CORPUS CHRISTI CONTRACTOR: Mark Van Vleck DDate:igitally2019.1signed1.2by114:46:17 Mar.Vvan Vl-06'00eck. ' Barcom Construction, Inc. Mark Van Vleck Company Assistant City Manager Digitally signed by Mike Douglas Mike Douglas Date:2019.11.13 12:01:56 -06'00' Authorized Signature Digitally signed by Kent Mcllyar DN:cn=Kent Mcllyar,o,ou, (6- email=kentmc@cclexas.com,c=US Date:2019.11.21 1128:04-06'00' Assistant City Attorney 5826 Bear Lane Corpus Christi, TX 78405 361/851-1000 Mike@barcom.cc END OF SECTION Task Order Agreement 00 52 25-3 18166D Garden Senior Center(Roof Replacement) FMAC Rev.05-01-2019 CONFORMED SET FINAL CONSTRUCTION COPY CONFORMED SET FINAL CONSTRUCTION COPY FMAC Master Agreement Exhibit B 18166D Senior Centers – Garden (Roof Replacement, FMAC EXHIBIT B – SECTION 00 01 00 TABLE OF CONTENTS Division / Section Title FMAC Master Agreement 00 72 00 General Conditions (in FMAC master agreement) Division 00 Procurement and Contracting Requirements 00 30 01 Bid Form - FMAC 00 52 25 Task Order Agreement 00 61 13 Performance Bond 00 61 16 Payment Bond 00 73 00 Supplementary Conditions Division 01 General Requirements – FMAC TASK ORDER 01 11 00 Summary of Work 01 23 10 Alternates and Allowances 01 29 01 Measurement and Basis for Payment 01 33 01 Submittal Register 01 35 00 Special Procedures 01 50 00 Temporary Facilities and Controls 01 57 00 Temporary Controls Part S Standard Specifications – FMAC TASK ORDER Not Used Part T Technical Specifications – FMAC TASK ORDER 01 33 00 Submittal Procedures 07 31 31.13 Fiberglass-Based Asphalt Shingles & Accessories END OF SECTION Task Order Agreement 00 52 25 - 1 18166D Garden Senior Center (Roof Replacement) FMAC Rev. 05-01-2019 00 52 25 FMAC TASK ORDER AGREEMENT Project# _18166D_ This FACILITIES MULTIPLE AWARD CONTRACT TASK ORDER AGREEMENT (ORDER) is between the Owner of Corpus Christi, a Texas home-rule municipal corporation (OWNER), acting through its duly authorized Owner Manager or designee, the Director of Engineering Services or Owner Engineer, and Barcom Construction, Inc_ (CONTRACTOR), acting by and through its duly authorized representative. The parties agree as follows: 1. This ORDER is issued under the Facilities Multiple Award Contract Master Agreement signed on March 26, 2019, pursuant to Request for Proposal No. 2018-06. All terms and conditions of the Master Agreement pertain to this ORDER. 2. CONTRACTOR was selected for award of this ORDER under Request for Task Order Proposal (RFTOP) No. 18166D Garden Senior Center (Roof Replacement) FMAC . 3. CONTRACTOR shall construct and complete certain improvements in accordance with the plans and specifications described in Exhibit A (attached and incorporated herein), perform all work as provided in said plans and specifications, and do such additional work as may be considered necessary to complete the work in a satisfactory and acceptable manner (the “Work”). The OWNER reserves the right to make such changes in the plans and specifications and in the character of the work as may be necessary or desirable. Authorization for all changes must be made in writing. The CONTRACTOR shall furnish all labor, tools, material, machinery, equipment and incidentals necessary to the prosecution of the Work unless otherwise provided by the written terms of the plans and specifications. 4. The work described in Exhibit A shall be substantially complete within 60 Calendar Days of Notice to Proceed and ready for final payment in accordance with Section 00 72 00 General Conditions within 90 Calendar Days of Notice to Proceed. 5. 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 Article 4 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): i. Substantial Completion: Contractor shall pay Owner $400 for each day that expires after the time specified in Paragraph 4 for Substantial Completion until the Work is substantially complete. ii. Completion of the Remaining Work: Contractor agrees to pay Owner $400 for each day that expires after the time specified in Paragraph 4 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. iii. Liquidated damages for failing to timely attain Substantial Completion and Final Completion are not additive and will not be imposed concurrently. iv. Milestones: Contractor agrees to pay Owner liquidated damages as stipulated in SECTION 01 35 00 SPECIAL PROCEDURES for failure to meet Milestone completions. Task Order Agreement 00 52 25 - 2 18166D Garden Senior Center (Roof Replacement) FMAC Rev. 05-01-2019 v. 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. 6. In consideration of the completion of the above-described Work, the OWNER agrees to pay to CONTRACTOR the lump sum amount of $88,300.85 (EIGHTY-EIGHT THOUSAND, THREE HUNDRED AND 85/100 DOLLARS). Said payment shall be conditioned upon the acceptance of the work by the OWNER as certified by its final inspection following the receipt of notice from the CONTRACTOR that the work is completed and ready for acceptance. Upon completion of work and before acceptance and final payment is made, the CONTRACTOR shall clean and remove from the work site all surplus and discarded materials, temporary structures and debris of every kind in order to leave the work site in a neat, orderly condition, equal to that which originally existed. The CONTRACTOR shall submit a notarized affidavit that bills for all labor, equipment, materials and supplies associated with the project have been paid before final payment is released. 7. Progress Payments; Retainage A. The Owner will make progress payments on or about the 25th day of each month during the performance of the Work. Payment is based on Work completed in accordance with Article 17, Schedule of Values, established as provided in Section 00 72 00 General Conditions. B. Progress payments equal to the full amount of the total earned value to date for completed Work minus 5% retainage and any set-offs and properly stored materials will be made prior to Substantial Completion. 8. All work shall be performed in a workmanlike manner and to the satisfaction of the OWNER. The OWNER shall determine the quality and acceptability of materials furnished, work performed, manner of performance, rate of progress of the Work, sequence of construction and interpretation of the plans and specifications. 9. The CONTRACTOR agrees to provide the following Performance and Payment Bonds and Insurance as required and outlined in the Task Order documents. 10. The CONTRACTOR shall, at all times, observe and comply with city, county, state and federal laws, ordinances or regulations which in any manner affect the conduct of the Work. The CONTRACTOR shall be responsible for procuring all legally required building, plumbing, electrical and other permits and licenses, pay all charges and fees, and give all notices necessary and incidental to the due and lawful prosecution of the Work, unless otherwise provided by the written terms of the plans and specifications. 11. This Agreement or the Work provided may not be assigned or subcontracted by CONTRACTOR without the written permission of the OWNER. IN WITNESS WHEREOF this Agreement is executed. Task Order Agreement 00 52 25 - 3 18166D Garden Senior Center (Roof Replacement) FMAC Rev. 05-01-2019 CITY OF CORPUS CHRISTI CONTRACTOR: _____________________________________ _Barcom Construction, Inc.________________ Mark Van Vleck Company Assistant City Manager _________________________________________ Authorized Signature _____________________________________ Assistant City Attorney 5826 Bear Lane Corpus Christi, TX 78405 361/851-1000 Mike@barcom.cc END OF SECTION Performance Bond 00 61 13 - 1 18166D Senior Centers – Garden (Roof Replacement, FMAC Rev 10/2018 00 61 13 PERFORMANCE BOND BOND NO.________________________ Contractor as Principal Surety Name: Name: Mailing address (principal place of business): Mailing address (principal place of business): Physical address (principal place of business): Owner Name: City of Corpus Christi, Texas Mailing address (principal place of business): Engineering Services 1201 Leopard Street, 3rd Floor Corpus Christi, Texas 78401 Surety is a corporation organized and existing under the laws of the state of: ________________ By submitting this Bond, Surety affirms its authority to do business in the State of Texas and its license to execute bonds in the State of Texas. Contract Project name and number: Telephone (main number): 18166D Senior Centers – Garden (Roof Replacement, FMAC) Telephone (for notice of claim): Local Agent for Surety Name: Award Date of the Contract: Address: Contract Price: Bond Telephone: E-Mail Address: Date of Bond: The address of the surety company to which any notice of claim should be sent may be obtained from the Texas Dept. of Insurance by calling the following toll-free number: 1-800-252-3439 (Date of Bond cannot be earlier than Award Date of the Contract) Performance Bond 00 61 13 - 2 18166D Senior Centers – Garden (Roof Replacement, FMAC Rev 10/2018 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 full force 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 Surety Signature: Signature: Name: Name: Title: Title: Email Address: Email Address: (Attach Power of Attorney and place surety seal below) END OF SECTION Payment Bond Form 00 61 16 - 1 18166D Senior Centers – Garden (Roof Replacement, FMAC) Rev. 10/2018 00 61 16 PAYMENT BOND BOND NO._____________________ Contractor as Principal Surety Name: Name: Mailing address (principal place of business): Mailing address (principal place of business): Physical address (principal place of business): Owner Name: City of Corpus Christi, Texas Mailing address (principal place of business): Engineering Services 1201 Leopard Street Corpus Christi, Texas 78401 Surety is a corporation organized and existing under the laws of the state of: ________________ By submitting this Bond, Surety affirms its authority to do business in the State of Texas and its license to execute bonds in the State of Texas. Contract Project name and number: Telephone (main number): 18166D Senior Centers – Garden (Roof Replacement, FMAC) Telephone (for notice of claim): Local Agent for Surety Name: Award Date of the Contract: Address: Contract Price: Bond Telephone: E-Mail Address: Date of Bond: The address of the surety company to which any notice of claim should be sent may be obtained from the Texas Dept. of Insurance by calling the following toll-free number: 1-800-252-3439 (Date of Bond cannot be earlier than Award Date of Contract) Payment Bond Form 00 61 16 - 2 18166D Senior Centers – Garden (Roof Replacement, FMAC) Rev. 10/2018 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 all 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 full force 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 Surety Signature: Signature: Name: Name: Title: Title: Email Address: Email Address: (Attach Power of Attorney and place surety seal below) END OF SECTION Supplementary Conditions 00 73 00 - 1 18166D Senior Centers – Garden (Roof Replacement, FMAC Rev 10/2018 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 B. None. 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 0.50 inch or greater. Records indicate the following average number of rain days for each month: Supplementary Conditions 00 73 00 - 2 18166D Senior Centers – Garden (Roof Replacement, FMAC Rev 10/2018 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 3. A total of 7 rain days have been set for this Project. An extension of time due to rain days will be considered only after 7 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. Delete Paragraph 5.03 entirely and insert the following: “5.03 SUBSURFACE AND PHYSICAL CONDITIONS A. No reports of explorations or tests of subsurface conditions at or contiguous to the Site, or drawings of physical conditions relating to existing surface or subsurface structures at the Site, are known to Owner.” SC-5.06 HAZARDOUS ENVIRONMENTAL CONDITIONS AT SITE A. This Supplementary Condition identifies documents referenced in General Conditions Paragraph 5.06 which describe Hazardous Environmental Conditions that have been identified at or adjacent to the Site. No reports of explorations or tests for Hazardous Environmental Conditions at or contiguous to the Site are known to Owner. 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 $1,000,000 Per Occurrence $2,000,000 Aggregate Supplementary Conditions 00 73 00 - 3 18166D Senior Centers – Garden (Roof Replacement, FMAC Rev 10/2018 3. Explosions and Collapse Hazard 4. Underground Hazard 5. Products / Completed Operations Hazard 6. Contractual Liability 7. Broad Form Property Damage 8. Independent Contractors 9. Personal & Advertising Injury Business Automobile Liability - Owned, Non- Owned, Rented and Leased $1,000,000 Combined Single Limit Workers’ Compensation Statutory Employer’s Liability $500,000/ 500,000/ 500,000 Excess Liability/Umbrella Liability Required if Contract Price > $5,000,000 $1,000,000 Per Occurrence Contractor’s Pollution Liability / Environmental Impairment Coverage Not limited to sudden and accidental discharge. To include long-term environmental impact for the disposal of pollutants/contaminants. Required if excavation > 3 ft $1,000,000 Per Claim ☐ Required X Not Required Builder’s Risk (All Perils including Collapse) Required for vertical structures and bridges Equal to Full Replacement Cost of Structure and Contents ☐ Required X Not Required Installation Floater Required if installing city-owned equipment Equal to Contract Price ☐ Required X Not Required Note to Specifier: Include paragraph SC-7.02 if the regular working hours for this project is different than 7:00 am to 6:00 pm. Insert the hours that are considered regular working hours. 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 between 7:00 a.m. and [7:00] p.m. unless other times are specifically authorized in writing by OAR. SC-7.04 CONCERNING SUBCONTRACTORS, SUPPLIERS, AND OTHERS Supplementary Conditions 00 73 00 - 4 18166D Senior Centers – Garden (Roof Replacement, FMAC Rev 10/2018 A. Add the following sentence to the end of Paragraph 7.04.A: “Contractor’s goal on any FMAC project is to perform at least [30] percent of the Work, measured as a percentage of the Contract Price, using its own employees." ARTICLE 14 – PREVAILING WAGE RATE REQUIREMENTS SC-14.04 PREVAILING WAGE RATES A. The minimum rates for various labor classifications as established by the Owner are shown below: "GENERAL DECISION NUMBER: TX20190288 01/04/2019 SUPERSEDED GENERAL DECISION NUMBER: TX20180342 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: UNDER EXECUTIVE ORDER (EO) 13658, AN HOURLY MINIMUM WAGE OF $10.60 FOR CALENDAR YEAR 2019 APPLIES TO ALL CONTRACTS SUBJECT TO THE DAVIS-BACON ACT FOR WHICH THE CONTRACT IS AWARDED (AND ANY SOLICITATION WAS ISSUED) ON OR AFTER JANUARY 1, 2015. IF THIS CONTRACT IS COVERED BY THE EO, THE CONTRACTOR MUST PAY ALL WORKERS IN ANY CLASSIFICATION LISTED ON THIS WAGE DETERMINATION AT LEAST $10.60 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 CALENDAR YEAR 2019. IF THIS CONTRACT IS COVERED BY THE EO AND A CLASSIFICATION CONSIDERED NECESSARY FOR PERFORMANCE OF WORK ON THE CONTRACT DOES NOT APPEAR ON THIS WAGE DETERMINATION, THE CONTRACTOR MUST PAY WORKERS IN THAT CLASSIFICATION AT LEAST THE WAGE RATE DETERMINED THROUGH THE CONFORMANCE PROCESS SET FORTH IN 29 CFR 5.5(A)(1)(II) (OR THE EO MINIMUM WAGE RATE, IF IT IS HIGHER THAN THE CONFORMED WAGE RATE). THE EO MINIMUM WAGE RATE WILL BE ADJUSTED ANNUALLY. PLEASE NOTE THAT THIS EO APPLIES TO THE ABOVE-MENTIONED TYPES OF CONTRACTS ENTERED INTO BY THE FEDERAL GOVERNMENT THAT ARE SUBJECT TO THE DAVIS-BACON ACT ITSELF, BUT IT DOES NOT APPLY TO CONTRACTS SUBJECT ONLY TO THE DAVIS-BACON RELATED ACTS, INCLUDING THOSE SET FORTH AT 29 CFR 5.1(A)(2)-(60). ADDITIONAL INFORMATION ON CONTRACTOR REQUIREMENTS AND WORKER PROTECTIONS UNDER THE EO IS AVAILABLE AT WWW.DOL.GOV/WHD/GOVCONTRACTS. MODIFICATION NUMBER PUBLICATION DATE 0 01/04/2019 BOIL0074-003 01/01/2017 Rates Fringes BOILERMAKER.................................................................... $ 28.00 22.35 ---------------------------------------------------------------- Supplementary Conditions 00 73 00 - 5 18166D Senior Centers – Garden (Roof Replacement, FMAC Rev 10/2018 ELEC0278-002 08/28/2016 Rates Fringes ELECTRICIAN.................................................................... $ 25.20 7.91 ---------------------------------------------------------------- ENGI0178-005 06/01/2014 Rates Fringes POWER EQUIPMENT OPERATOR (1) Tower Crane............................................................ $ 29.00 10.60 (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........................ $ 27.50 10.60 ---------------------------------------------------------------- IRON0084-011 06/01/2018 Rates Fringes IRONWORKER, ORNAMENTAL.......................................... $ 23.77 7.12 ---------------------------------------------------------------- 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....................$14.25 0.00 Supplementary Conditions 00 73 00 - 6 18166D Senior Centers – Garden (Roof Replacement, FMAC Rev 10/2018 OPERATOR: Bobcat/Skid Steer/Skid Loader....................$ 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 OPERATOR: Mechanic………………………………………………….. $17.52 3.33 OPERATOR: Paver (Asphalt, Aggregate, and Concrete)…. $16.03 0.00 OPERATOR: Roller…………………………………………………………. $12.70 0.00 OPERATOR: (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 SHEETMETALWORKER (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. ================================================================ NOTE: EXECUTIVE ORDER (EO) 13706, ESTABLISHING PAID SICK LEAVE FOR FEDERAL CONTRACTORS APPLIES TO ALL CONTRACTS SUBJECT TO THE 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 WWW.DOL.GOV/WHD/GOVCONTRACTS. Supplementary Conditions 00 73 00 - 7 18166D Senior Centers – Garden (Roof Replacement, FMAC Rev 10/2018 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 Supplementary Conditions 00 73 00 - 8 JC Elliott Landfill Security Gates 19054A (FMAC) Rev 10/2018 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 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. Supplementary Conditions 00 73 00 - 8 18166D Senior Centers – Garden (Roof Replacement, FMAC Rev 10/2018 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 Supplementary Conditions 00 73 00 - 9 JC Elliott Landfill Security Gates 19054A (FMAC) Rev 10/2018 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. 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 REGIONAL OFFICE FOR THE AREA IN WHICH THE SURVEY WAS CONDUCTED BECAUSE THOSE REGIONAL OFFICES HAVE 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 Supplementary Conditions 00 73 00 - 9 18166D Senior Centers – Garden (Roof Replacement, FMAC Rev 10/2018 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 U.S. DEPARTMENT OF LABOR 200 CONSTITUTION AVENUE, N.W. WASHINGTON, DC 20210 4.) ALL DECISIONS BY THE ADMINISTRATIVE REVIEW BOARD ARE FINAL. Supplementary Conditions 00 73 00 - 11 JC Elliott Landfill Security Gates 19054A (FMAC) Rev 10/2018 ================================================================ END OF GENERAL DECISION Supplementary Conditions 00 73 00 - 10 18166D Senior Centers – Garden (Roof Replacement, FMAC Rev 10/2018 ARTICLE 19 – PROJECT MANAGEMENT AND COORDINATION SC-19.21 COOPERATION WITH PUBLIC AGENCIES 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 361-814-9900 [J. Eric Rivera 361-814-9900 x 1297 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 (Network Operations Center) 1-888-632-0931 CenturyLink 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 00 73 00 - 11 18166D Senior Centers – Garden (Roof Replacement, FMAC Rev 10/2018 SC-25.03 CONTRACTOR’S RESPONSIBILITIES A. Provide Shop Drawings for the following items: Specification Section Shop Drawing Description None. None. ARTICLE 26 – RECORD DATA SC-26.03 CONTRACTOR’S RESPONSIBILITIES A. Submit Record Data for the following items: Specification Section Record Data Description Asphalt Shingles Product Data, Manufacturer Warranty Ridge Vent Product Data, Manufacturer Warranty Edge Flashing Product Data, Manufacturer Warranty Roofing Underlayment Product Data, Manufacturer Warranty Fasteners Product Data for each type provided, Identify where each type is to be used (i.e. for shingles, edge flashing, etc.) END OF SECTION Summary of Work 01 11 00 - 1 18166D Senior Centers – Garden (Roof Replacement, FMAC Rev 10/2018 01 11 00 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 the asphalt shingle roof at the garden senior center. Work includes, but not limited to all labor, materials, permitting and inspections for the demolition of the existing roofing assembly, new asphalt shingles, roofing underlayment, miscellaneous metal flashing, vent collars, expansion joints and ventilation accessories. 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 01 11 00 - 2 18166D Senior Centers – Garden (Roof Replacement, FMAC Rev 10/2018 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 Alternates and Allowances 01 23 10 - 1 18166D Senior Centers – Garden (Roof Replacement, FMAC Rev 10/2018 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 Lump Sum Bid Items described as “Allowances” have been set as noted in Section 00 30 01 Bid Form and shall be included in the Total Base Bid of the Bid Form for each Bidder. These Allowances 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. There are no Alternates in this Project. 1.04 DESCRIPTION OF ALLOWANCES A. Are to match the Bid Fom in order and amount. B. Allowance for Permitting shall be $2,400.00 or as approved by supplemental documentation for this Project. Alternates and Allowances 01 23 10 - 2 18166D Senior Centers – Garden (Roof Replacement, FMAC Rev 10/2018 C. Allowance for Unanticipated Building Conditions shall be $21,600.00, or as approved by supplemental documentation for the Project. 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Measurement and Basis for Payment 01 29 01 - 1 18166D –Senior Centers – Garden (Roof Replacement, FMAC Rev 10/2018 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 A-1 – 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 - 2 18166D –Senior Centers – Garden (Roof Replacement, FMAC Rev 10/2018 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 A-2 – Bonds and Insurance 1. Payment shall include all bonds and insurance required under the Contract Documents. 2. Measurement for payment will be made on a lump sum basis. 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 bonds, not to exceed the verifiable costs of bonds incurred by the Contractor. C. Bid Item [B-1 - ASPHALT SHINGLES]: 1. Lump Sum based on Extended Quantity Cost 2. Contractor to enter Estimated Quantity of squares (SQ, Per 100 SF), under Unit Price enter cost per Square, Under Extended Amount enter total based on Unit Price multiplied by the Estimated Quantity D. Bid Item [B-2 - ROOFING UNDERLAYMENT]: 1. Lump Sum based on Extended Quantity Cost. Contractor to enter Estimated Quantity of squares (SQ, Per 100 SF), under Unit Price enter cost per Square, Under Extended Amount enter total based on Unit Price multiplied by the Estimated Quantity E. Bid Item [B-3 – EDGE FLASHING]: 1. Lump Sum based on Extended Quantity Cost F. Bid Item [B-4 – RIDGE VENT]: 1. Lump Sum based on Extended Quantity Cost G. Bid Item [B-5 – ACCESSORY MATERIALS TO THE PROJECT]: 1. Lump Sum Cost; No assigned quantities. H. 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 SECTION 00 30 01 BID FORM. 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION 01 33 01 Submittal Register Product Information Sample or Mockup Operations Data 073113.13 Asphalt Shingles Record Data Sample None 073113.13 Ridge Vent Record Data Sample None 073113.13 Edge Flashing Record Data Sample None 073113.13 Roof Underlayment Record Data Sample None 073113.13 Fasteners Record Data None None Paragraph No. Specification Section Specification Description Types of Submittals Required Submittal Register 18166D- Senior Centers, Garden (Roof Replacement, FMAC) 01 33 01-1 10/2018 Special Procedures 01 35 00 - 1 18166D Senior Centers – Garden (Roof Replacement, FMAC] Rev 10/2018 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: B. Work shall be completed within the specified time for these items: . Description Time Building Roof 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 that may, if applicable, be directly affected by the Scope of Work for this Project. These may include, but are not limited to: 1. Electrical power, 2. Communications equipment, and 3. Other designated functions. B. Describe the following in the plan of action: 1. Scheduled dates for construction; 2. Work to be performed; 3. Procedures to be used to carry out the Work; 4. Plan of Action to handle emergencies; 5. Plan of Action for inclement weather; 6. List of manpower, equipment, and ancillary supplies; 7. Backups for key pieces of equipment and key personnel; 8. Contingency plan that will be used if the original schedule cannot be met; and C. Submit plan 2 weeks prior to beginning the Work. Special Procedures 01 35 00 - 2 18166D Senior Centers – Garden (Roof Replacement, FMAC] Rev 10/2018 1.03 CRITICAL OPERATIONS 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: Critical Operation Max. Time Out of Operation Hours Operation can be Shut Down Liquidated Damages ($ per hour) None Identified 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. 1.04 OWNER ASSISTANCE 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 Temporary Facilities and Controls 01 50 00 - 1 18166D Senior Centers- Garden (Roof Replacement, FMAC) Rev 10/2018 01 50 00 TEMPORARY FACILITIES AND CONTROLS 1.00 GENERAL 1.01 WORK INCLUDED A. Provide temporary facilities, including storage sheds, and temporary utilities needed to complete the Work. 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. 1.02 DELIVERY AND STORAGE A. Arrange transportation, loading, and handling of temporary buildings and sheds. 1.03 JOB CONDITIONS A. Locate buildings and sheds at the Site as indicated or as approved by the OPT. B. Pay for the utilities used by temporary facilities during construction. C. 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.. D. Maintain, expand as required, and modify temporary services and facilities as needed throughout the progress of the Work. E. Remove services and facilities when approved by the OAR. F. 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. 3. Maintain Site security and protection of the facilities. 1.04 OPTIONS A. Storage sheds may be prefabricated buildings on skids or truck trailers. 2.00 PRODUCTS 2.01 TEMPORARY FIELD OFFICES A. Filed office not required for this Project. 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. Temporary Facilities and Controls 01 50 00 - 2 18166D Senior Centers- Garden (Roof Replacement, FMAC) Rev 10/2018 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 UTILITIES 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. . 2.05 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 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 Temporary Facilities and Controls 01 50 00 - 3 18166D Senior Centers- Garden (Roof Replacement, FMAC) Rev 10/2018 period by the Contractor. The locations of the signs will be determined in the field by the OAR. 3.03 TEMPORARY LIGHTING A. 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 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 signs and supports in a neat, clean condition. Repair damage to structures, framings, or signs. B. Repair any damage to Work caused by placement or removal of temporary signage. END OF SECTION Temporary Controls 01 57 00 - 1 18166D Senior Centers – Garden (Roof Replacement, FMAC Rev 10/2018 01 57 00 TEMPORARY CONTROLS 1.00 GENERAL 1.01 WORK INCLUDED A. 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. B. 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. C. 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. D. 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. 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. 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. Temporary Controls 01 57 00 - 2 18166D Senior Centers – Garden (Roof Replacement, FMAC Rev 10/2018 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. 1.05 PERMITS A. As applicable, submit the following to the TCEQ and the Operator of any Municipal Separate Storm Sewer System (MS4) receiving stormwater discharges from the Site: 1. Notice of Intent (NOI) at least 48 hours prior to beginning construction activity. Construction activity may commence 24 hours after the submittal of an electronic NOI. 2. Notice of Change (NOC) letter when relevant facts or incorrect information was submitted in the NOI, or if relevant information in the NOI changes during the course of construction activity. 3. Notice of Termination (NOT) when the construction Project has been completed and stabilized. B. Post a copy of the NOI at the Site in a location where it is readily available for viewing by the general public and as required by Laws and Regulations prior to starting construction activities and maintain the posting until completion of the construction activities. C. Maintain copies of a schedule of major construction activities, inspection reports, and revision documentation with the SWPPP. 1.06 STORMWATER POLLUTION CONTROL 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 Temporary Controls 01 57 00 - 3 18166D Senior Centers – Garden (Roof Replacement, FMAC Rev 10/2018 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 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 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 Temporary Controls 01 57 00 - 4 18166D Senior Centers – Garden (Roof Replacement, FMAC Rev 10/2018 uncontaminated area. Dispose of wash water used to wash such equipment as contaminated water. 1.08 EARTH CONTROL 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. 1.09 OZONE ADVISORY DAYS 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 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 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. Temporary Controls 01 57 00 - 5 18166D Senior Centers – Garden (Roof Replacement, FMAC Rev 10/2018 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, the [Corpus Christi Bay] [Oso Creek] [Laguna Madre] [CC Ship Channel]. 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 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 sanitary sewer system. If discharging to temporary holding tanks and trucking to a sanitary sewer 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 sanitary sewer 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. Suggested disposal facilities would be [US Ecology (USET) in Robstown, Texas or Texas Molecular in Corpus Christi, Texas]. 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 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 Temporary Controls 01 57 00 - 6 18166D Senior Centers – Garden (Roof Replacement, FMAC Rev 10/2018 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 01 35 00 SPECIAL PROCEDURES. Do not use the Owner’s sanitary sewer 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 current version of the International Building Code (IBC). When applicable, [Contractor] [Owner] shall be responsible for contracting with a licensed structural engineer in the State of Texas to perform all inspections and provide documentation for windstorm certification to the Texas Board of Insurance. The Contractor shall be responsible for providing all necessary design/assembly documentation for all new windows, doors, louvers, 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 SUBMITTAL PROCEDURES 18166D Senior Centers – Garden (Roof Replacement, FMAC 013300 - 1 01 33 00 - SUBMITTAL PROCEDURES PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Submittal schedule requirements. 2. Administrative and procedural requirements for submittals. 1.2 DEFINITIONS A. Action Submittals: Written and graphic information and physical samples that require Architect's[ and Construction Manager'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 Construction Manager'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 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 Construction Manager. 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. Include Specification Section number with sequential alphanumeric identifier; and alphanumeric suffix for resubmittals. 8. Category and type of submittal. SUBMITTAL PROCEDURES 18166D Senior Centers – Garden (Roof Replacement, FMAC 013300 - 2 9. Submittal purpose and description. 10. Drawing number and detail references, as appropriate. 11. Indication of full or partial submittal. 12. Location(s) where product is to be installed, as appropriate. 13. Other necessary identification. 14. Remarks. 15. 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 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. 1.5 SUBMITTAL PROCEDURES A. Prepare and submit submittals required by individual Specification Sections. Types of submittals are indicated in individual Specification Sections. 1. Email: Prepare submittals as PDF package, and transmit to Architect by sending via email. Include PDF transmittal form. Include information in email subject line as requested by Architect. 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. C. Processing Time: Allow time for submittal review, including time for resubmittals, as follows. Time for review shall commence on Architect'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 will advise Contractor when a submittal being processed must be delayed for coordination. 2. Resubmittal Review: Allow 10 days for review of each resubmittal. SUBMITTAL PROCEDURES 18166D Senior Centers – Garden (Roof Replacement, FMAC 013300 - 3 D. Resubmittals: Make resubmittals in same form and number of copies as initial submittal. E. Distribution: Furnish copies 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 copies of submittals on Project site. Use only final action submittals that are marked with approval notation from Architect's action 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. 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 unless submittal based on Architect's digital data drawing files is otherwise permitted. 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. 2. Paper Sheet Size: Except for templates, patterns, and similar full-size Drawings, submit Shop Drawings on sheets at least 8-1/2 by 11 inches, but no larger than 30 by 42 inches. SUBMITTAL PROCEDURES 18166D Senior Centers – Garden (Roof Replacement, FMAC 013300 - 4 a. Three opaque copies of each submittal. Architect will retain two copies; remainder will be returned. 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. 3. Paper Transmittal: Include paper transmittal including complete submittal information indicated. 4. 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 one full set(s) of available choices where color, pattern, texture, or similar characteristics are required to be selected from manufacturer's product line. Architect will return submittal with options selected. 5. 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. a. Number of Samples: Submit three sets of Samples. Architect will retain two Sample sets; remainder will be returned. Retained sample sets will be held as project record samples. 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. Certificates: SUBMITTAL PROCEDURES 18166D Senior Centers – Garden (Roof Replacement, FMAC 013300 - 5 1. Installer Certificates: Submit written statements on manufacturer's letterhead certifying that Installer complies with requirements in the Contract Documents and, where required, is authorized by manufacturer for this specific Project. 2. Welding Certificates: Prepare written certification that welding procedures and personnel comply with requirements in the Contract Documents. Submit record of Welding Procedure Specification and Procedure Qualification Record on AWS forms. Include names of firms and personnel certified. G. 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. Field Test Reports: Submit written reports indicating and interpreting results of field tests performed either during installation of product or after product is installed in its final location, for compliance with requirements in the Contract Documents. 3. 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. 4. Preconstruction Test Reports: Submit reports written by a qualified testing agency, on testing agency's standard form, indicating and interpreting results of tests performed before installation of product, for compliance with performance requirements in the Contract Documents. 5. 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. 6. Research Reports: Submit written evidence, from a model code organization acceptable to authorities having jurisdiction, that product complies with building code in effect for Project. Include the following information: a. Name of evaluation organization. b. Date of evaluation. c. Time period when report is in effect. d. Product and manufacturers' names. e. Description of product. f. Test procedures and results. g. Limitations of use. 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. SUBMITTAL PROCEDURES 18166D Senior Centers – Garden (Roof Replacement, FMAC 013300 - 6 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. 1.8 ARCHITECT'S REVIEW A. Action Submittals: Architect will review each submittal, indicate corrections or revisions required, and return it. 1. PDF Submittals: Architect and/or Engineer will indicate, via markup on each submittal, the appropriate action. 2. Paper Submittals: Architect and/or Engineer will stamp each submittal with an action stamp and will mark stamp appropriately to indicate 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. Partial submittals prepared for a portion of the Work will be reviewed when use of partial submittals has received prior approval from Architect and/or Engineer. D. Incomplete submittals are unacceptable, will be considered nonresponsive, and will be returned for resubmittal without review. E. Architect and/or Engineer will return without review submittals received from sources other than Contractor. F. Submittals not required by the Contract Documents will be returned by Architect and/or Engineer without action. PART 2 - PRODUCTS (Not Used) PART 3 - EXECUTION (Not Used) END OF SECTION 013300 Section 07 31 13.13 - Fiberglass-Based Asphalt Shingles & Accessories 1 18166D Senior Centers, Garden (Roof Replacement, FMAC) 07 31 13.13 FIBERGLASS-BASED ASPHALT SHINGLES & ACCESSORIES PART 1 GENERAL 1.1 SECTION INCLUDES A. Roof shingles and accessories including the following: 1. Fiberglass-based asphalt shingles. 2. Hip and ridge shingles. 3. Starter shingles. 4. Shingle underlayment. 5. Fasteners. 6. Metal flashing and trim. 1.2 REFERENCES A. American Society of Civil Engineers (ACSE): 1. ASCE 7 – Minimum Design Loads for Buildings and Other Structures. B. Asphalt Roofing Manufacturers Association (ARMA). C. ASTM International (ASTM): 1. ASTM A653/A653M - Standard Specification for Steel Sheet, Zinc Coated (Galvanized) or Zinc-Iron Alloy-Coated (Galvannealed) by the Hot-Dip Process. 2. ASTM D226 - Standard Specification for Asphalt-Saturated Organic Felt Used in Roofing and Waterproofing. 3. ASTM D1079 – Standard Terminology Relating to Roofing and Waterproofing. 4. ASTM D3018 - Standard Specification for Class A Asphalt Shingles Surfaced with Mineral Granules. 5. ASTM D3161 - Standard Test Method for Wind-Resistance of Asphalt Shingles (Fan- Induced Method). 6. ASTM D3462 - Standard Specification for Asphalt Shingles Made from Glass felt and Surfaced with Mineral Granules 7. ASTM D4586 - Standard Specification for Asphalt Roof Cement, Asbestos-Free. 8. ASTM D4869 - Standard Specification for Asphalt-Saturated Organic Felt Underlayment Used in Steep Slope Roofing. 9. ASTM D6381 - Standard Test Method for Measurement of Asphalt Shingle Mechanical Uplift Resistance. 10. ASTM D7158 - Standard Test Method for Wind Resistance of Sealed Asphalt Shingles (Uplift Force/Uplift Resistance Method). 11. ASTM E108 - Standard Test Methods for Fire Tests of Roof Coverings. 12. ASTM F1667 - Standard Specification for Driven Fasteners: Nails, Spikes, and Staples. D. Cool Roof Rating Council (CRRC): Product Rating Program. E. Environmental Protection Agency (EPA): ENERGY STAR Rating System. Section 07 31 13.13 - Fiberglass-Based Asphalt Shingles & Accessories 2 18166D Senior Centers, Garden (Roof Replacement, FMAC) F. International Code Council (ICC): 1. International Residential Code (IRC). 2. International Building Code (IBC). G. International Code Council Evaluation Service (ICC-ES) 1. ICC-ES Evaluation Reports. 2. ICC-ES Acceptance Criteria. H. National Roofing Contractors Association (NRCA). I. Texas Department of Insurance (TDI): Product Listing. J. Underwriters Laboratories (UL): 1. UL 790 - Standard Test Methods for Fire Test of Roof Coverings. 1.3 REGULATORY REQUIREMENTS AND CERTIFICATIONS A. Provide a roofing system having an Underwriters Laboratories (UL) Class A fire resistance classification. B. When applicable provide a roofing system that will help to qualify points for LEED certification: 1. Sustainable Site credit – Heat Island Reduction. 2. Materials and Resource credit – Building Product Disclosure and Optimization - Environmental Product Declaration (manufacturer specific Environmental Product Declarations). 3. Materials and Resource credit – Building Product Disclosure and Optimization – Sourcing of Raw Materials. 4. Materials and Resources credit – Construction and Demolition Waste Management. C. When applicable provide a roofing system achieving ENERGY STAR certification. D. Install all roofing products in accordance with all federal, state and local building codes. E. All work shall be performed in a manner consistent with current OSHA guidelines. 1.4 SUBMITTALS A. Submit under provisions of Section 013300 - Submittal Procedures. B. Submit printed copies of Owens Corning product data sheets indicating product characteristics, product information, installation instructions (including required preparation and installation procedures) and product limitations and color samples. Section 07 31 13.13 - Fiberglass-Based Asphalt Shingles & Accessories 3 18166D Senior Centers, Garden (Roof Replacement, FMAC) C. Certificate of Compliance: Provide Certificate of Compliance from independent laboratory indicating that Owens Corning asphalt shingles made in normal production meet or exceed the requirements of the following: 1. ASTM D3462. 2. ASTM D3161/D7158 – Indicating a Class of Wind Resistance. 3. ASTM E108/UL790 – Indicating Class A Fire Resistance. D. Shop Drawings: Indicate specially configured metal flashing, jointing methods and locations, fastening methods and locations, and installation details as required by project conditions. E. Copy of Warranty: For warranty specified in Section 1.9. F. Selection Samples: Two complete sets of samples, representing manufacturer's full range of available products and colors. 1.5 PRE-INSTALLATION MEETING A. Conduct a pre-installation meeting at the site prior to commencing work in this section. Require attendance of entities directly concerned with roof installation. 1.6 QUALITY ASSURANCE A. Manufacturer Qualifications: Provide all primary roofing products, including shingles, underlayment, ice and water barrier, and ventilation, by a single manufacturer. B. Installer Qualifications: Installer shall be licensed or otherwise authorized by all federal, state and local authorities to install all products specified in this section. Installer shall follow manufacturer’s published installation instructions. 1. Installer shall be a manufacturer’s Roofing Preferred Contractor, or trained and certified by manufacturer to install their products. 1.7 DELIVERY, STORAGE, AND HANDLING A. Deliver materials to site in manufacturer’s unopened bundles with labels intact and legible. B. Store all products in manufacturer's instructions, in unopened, labeled packaging until they are ready for installation. C. Do not install underlayment or shingles on wet surfaces. D. Store and dispose of solvent-based materials in accordance with all federal, state and local regulations. E. For rooftop loading, lay shingle bundles flat. Do not bend over the ridge. 1.8 PROJECT CONDITIONS Section 07 31 13.13 - Fiberglass-Based Asphalt Shingles & Accessories 4 18166D Senior Centers, Garden (Roof Replacement, FMAC) A. Do not install systems under environmental conditions outside Owens Corning recommended limits. Proceed with work only when existing and forecasted weather conditions will permit work to be performed within Owens Corning recommended limits. 1.9 WARRANTY A. Materials Warranty: Manufacturer agrees to repair or replace asphalt shingles that fail within specified warranty period. 1. Failures include, but are not limited to, the following: a. Manufacturing defects. 2. Materials Warranty Period: 25 years from date of Substantial Completion. 3. Algae-Resistance Warranty Period: Asphalt shingles will not discolor for minimum of five (5) years from date of Substantial Completion. 4. Workmanship Warranty Period: One year from date of Substantial Completion. B. Roofing Installer's Warranty: On warranty form at end of this Section, signed by Installer, in which Installer agrees to repair or replace components of asphalt shingle roofing that fail in materials or workmanship within specified warranty period. 1. Warranty Period: One (1) year from date of Substantial Completion. PART 2 PRODUCTS 2.1 ASPHALT SHINGLES A. Provide Asphalt Shingles from single manufacturer. 1. TruDefinition® Duration® Shingles, as manufactured by Owens Corning Roofing and Asphalt, LLC. 2. Timberline HD, as manufactured by G.A.F. 3. Landmark TL, as manufactured by CertainTeed-Saint Gobain 4. Shingle, Hip and Ridge Shingle Color: As selected from manufacturer’s full range. B. Standards/Qualifications: ASTM D3018 (Type 1), ASTM D3161 (Class F Wind Resistance), ASTM D3462, ASTM D7158 (Class H Wind Resistance), ASTM E108/UL 790 (Class A Fire Resistance, Listed with Texas Department of Insurance (TDI) 2.2 HIP AND RIDGE SHINGLES A. Obtain all materials from a single manufacturer. Provide hip and ridge shingles color formulated to complement field of roof. Section 07 31 13.13 - Fiberglass-Based Asphalt Shingles & Accessories 5 18166D Senior Centers, Garden (Roof Replacement, FMAC) 1. RIZERidge® Hip and Ridge Shingles with Sealant, as manufactured by Owens Corning Roofing and Asphalt, LLC. 2. Timbertex, Premium Ridge Cap Shingles, as manufactured by G.A.F. 3. CedarCrest Shingle, as manufactured by CertainTeed-Saint Gobain 4. Shingle, Hip and Ridge Shingle Color: As selected from manufacturer’s full range. B. Standards/Qualifications: ASTM D3018 (Type 1), ASTM D3161 (Class F Wind Resistance), ASTM D3462, ASTM D7158 (Class H Wind Resistance), ASTM E108/UL 790 (Class A Fire Resistance, Listed with Texas Department of Insurance (TDI) 2.3 STARTER SHINGLES A. Obtain all materials from a single manufacturer. . 1. Starter Strip Shingle, as manufactured by Owens Corning Roofing and Asphalt, LLC. 2. Pro-Start Starter Strip Shingles, as manufactured by G.A.F. 3. SwiftStart Starter Strip Shingles, as manufactured by CertainTeed-Saint Gobain B. Standards/Qualifications: ASTM D3018 (Type 1), ASTM D3161 (Class F Wind Resistance), ASTM D3462, ASTM D7158 (Class H Wind Resistance), ASTM E108/UL 790 (Class A Fire Resistance, Listed with Texas Department of Insurance (TDI) 2.4 MECHANICALLY FASTENED UNDERLAYMENTS A. Obtain all materials from a single manufacturer. . 1. Titanium UDL 25, as manufactured by InterWrap Inc. 2. Tiger Paw Roof Deck Protection, as manufactured by G.A.F. 3. DiamondDeck, as manufactured by CertainTeed-Saint Gobain B. Standards/Qualifications: ASTM D226 and ASTM D4869. The product must comply with Texas Department of Insurance (TDI) Requirements for Listing to be utilized on the project. 2.5 ROOF VENTILATION A. Obtain all Ridge Vents from a single manufacturer. Contractor shall provide equivalent ventilation for the roof structure based on the existing ridge line ventilation. Acceptable manufacturers are: 1. Owens Corning Roofing and Asphalt, LLC. 2. G.A.F. 3. CertainTeed-Saint Gobain 4. Lomanco, Inc. Section 07 31 13.13 - Fiberglass-Based Asphalt Shingles & Accessories 6 18166D Senior Centers, Garden (Roof Replacement, FMAC) B. Standards/Qualifications: Listed with Texas Department of Insurance (TDI) 2.6 FASTENERS A. Fasteners: Galvanized steel or stainless steel in accordance with the Texas Department of Insurance (TDI) installation guidelines per product evaluation report for all materials PART 3 EXECUTION 3.1 EXAMINATION A. Prior to starting work, examine the existing conditions of the roof decks on which work will be applied. Notify the architect and/or engineer on the project, or building owner of any water damaged or compromised decking prior to proceeding with installation. B. Commencement of installation without correction of existing conditions (readily visible, damaged decking) constitutes acceptance of existing conditions. C. Do not begin installation until the roof deck has been properly prepared. 3.2 PREPARATION A. Prepare surfaces using the methods recommended by the manufacturer for achieving the best result for the substrate under the project conditions. B. Remove all existing roofing down to the roof deck. C. Verify that the deck is dry, structurally sound, clean and smooth. It shall be free of any depressions, waves, and projections. Cover ALL holes 1 in (25 mm) or less in diameter, cracks over 1/2 in (13 mm) in width, loose knots and excessively resinous areas with minimum 28 gauge; 0.0187 in (0.475 mm) galvanized steel, 0.0156 in (0.396 mm) stainless steel, or 0.0126 in (0.320 mm) aluminum sheet metal. Decking or deck boards with holes greater than 1 in (25 mm) in diameter shall be replaced. D. Replace damaged deck with new materials. E. Verify installed roof deck is acceptable to receive shingles. Acceptable roof decks include the following: 1. Plywood sheathing: Thickness as prescribed per TDI Evaluation Reports for product installation 3.3 UNDERLAYMENT INSTALLATION Section 07 31 13.13 - Fiberglass-Based Asphalt Shingles & Accessories 7 18166D Senior Centers, Garden (Roof Replacement, FMAC) A. Install underlayments using the manufacturer’s installation instructions and in accordance with local building code requirements. When local codes and installation instructions are in conflict, the local building code requirements shall take precedence. B. Drip Edge 1. Drip edge shall be installed on all roof edges. 2. Install drip edge on eaves first with underlayment installed over the drip edge, or install per local code requirements. 3. Install drip edge on rakes after underlayment is installed, with the drip edge fastened over the underlayment. 4. Joints in drip edge shall be lapped per local building code requirements 5. Install fasteners per local building code requirements. C. Closed Valleys 1. Install self-adhering ice and water barrier at least 36 in (914 mm) wide and centered on the valley. Lap ends 6 in (152 mm) and seal. D. Roof Deck 1. On roofs with slope greater than 4:12, lap horizontal edges at least 2 inches (51 mm) and at least 2 inches (51 mm) over self-adhering ice and water barrier. Lap ends at least 4 inches (102 m). End laps in succeeding course should be located at least 6 ft (1.8 m) from end laps in the preceding course. 2. On roofs with pitch between 2:12 to less than 4:12, see application instructions printed on each shingle wrapper, or follow local code requirements. 3. Lap underlayment over valley protection at least 6 inches (152 mm). E. Penetrations 1. Vent pipes: Install a 24 in (610 mm) square piece of self-adhering ice and water barrier lapping over roof deck underlayment; seal tightly to pipe. 2. Vertical walls: Install self-adhering ice and water barrier extending at least 3 in to 4 in (76 mm to 102 mm) up the wall and 12 in (305 mm) onto the roof surface. Lap the membrane over the roof deck underlayment. 3.4 SHINGLE INSTALLATION A. Install shingles (including started shingles as well as hip and ridge shingles) in accordance with manufacturer’s installation instructions and in accordance with local building code requirements. 3.5 PROTECTION A. Protect installed products until completion of project. B. Touch-up, repair or replace damaged products before Substantial Completion. END OF SECTION CONFORMED SET FINAL CONSTRUCTION COPY 09/20/19 CONFORMED SET FINAL CONSTRUCTION COPY 09/20/19CONFORMED SET FINAL CONSTRUCTION COPY CONFORMED SET FINAL CONSTRUCTION COPY CONFORMED SET FINAL CONSTRUCTION COPY CONFORMED SET FINAL CONSTRUCTION COPY CONFORMED SET FINAL CONSTRUCTION COPY 00 6113 PERFORMANCE BOND 107139406 BOND NO. Contractor as Principal Name: Barcom Construction Inc. Mailing address (principal place of business): 5826 Bear Lane Corpus Christi. TX 78405 Owner Name: City of Corpus Christi, Texas Mailing address (principal place of business): Engineering Services 1201 Leopard Street Corpus Christi, Texas 78469 Contract Project name and number: FMAC Project No. 18166D Garden Senior Center (Roof Replacement Award Date of the Contract:_Ocgober 29.2019 Contract Price: $88,300.85 Bond Date of Bond: November 4, 2019 (Dote of Bond cannot be earlier than Award Dote of the Contract) Surety Travelers Casualty and Surety Company of America Name: Mailing address (principal place of business): 4650 Westway Park Blvd. Houston, TX 77041 Physical address (principal place of business): 4650 Westway Park Blvd. Houston, TX 77041 Surety is a corporation organized and existing under the laws of the state of: Connecticut By submitting this Bond, Surety arms its authority to do business in the State of Texas and its license to execute bonds in the State of Texas. Telephone (main number): 281-606-8400 Telephone (fior notice of claim): 281-606-8400 Local Agent for Surety Name: C.A. McClure Address: 13823 Schmidt Road Cypress, TX 77429 Telephone: 281-890-9294 Email Address: alm@southemamericanins.com The address of the surety company to which any notice of daim should be sent may be obtained from the Texas Dept of Insurance by calling the following toll-free number: 1-800-252- 3439 FMAC Performance Bond FMAC Proj 18166D Garden Senior Center (Roof Replacement) 006113-1 7-8-2014 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 full force and effect. Provisions of the bond shall be pursuant to the terms and provisions of Chapter 2253 and Chapter2269 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 Barcom Construction, Inc. Signature: Surety Travelers Casualty and Surety Company of America ;� Signature: V . Name- r ' j "i I Name: C.A. McClure Title: / A AA / Alt L/ /- Title: Attorney in Fact Email Address: M/ I`1eg bQ.F(Lyfl (Q, Email Address: alm@southernamericanins:com ....,t_ -. , i. ttl PtOr�`!• (Attach Power of Attorney and place surety seal below) END OF SECTION FMAC Performance Bond FMAC Proj 18166D Garden Senior Center (Roof Replacement) 006113-2 7-8-2014 TRAVELERS J Travelers Casualty and Surety Company of America Travelers Casualty and Surety Company St. Paul Fire and Marine Insurance Company POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company are corporations duly organized under the laws of the State of Connecticut (herein collectively called the "Companies"), and that the Companies do hereby make, constitute and appoint C. A. McClure, of Cypress, Texas, their true and lawful Attorney -in -Fact to sign, execute, seal and acknowledge any and all bonds, recognizances, conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. IN WITNESS WHEREOF, the Companies have caused this instrument to be signed, and their corporate seals to be hereto affixed, this 3rd day of February, 2017. State of Connecticut By: City of Hartford ss. On this the 3rd day of February, 2017, before me personally appeared Robert L. Raney, who acknowledged himself to be the Senior Vice President of Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company, and that he, as such, being authorized so to do, executed the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. In Witness Whereof, I hereunto set my hand and official seal. My Commission expires the 30th day of June, 2021 Mane C. Tetreault, Notary Public This Power of Attomey is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company, which resolutions are now in full force and effect, reading as follows: RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attorneys -in -Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds, recognizances, contracts of Indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her; and it is FURTHER RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary; and it is FURTHER RESOLVED, that any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, a conditional undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any Senior Vice President a any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary; or (b) duly executed (under seal, if required) by one or more Attorneys -in -Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one a more Company officers pursuant to a written delegation of authority; and it is FURTHER RESOLVED, that the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attomeys-in-Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by. $uch facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to width, itIs•attached...- I, Kevin E. Hughes, the undersigned, Assistant Secretary of Travelers Casualty and Surety Company of America, Travel Company, and St. Paul Fire and Marine Insurance Company, do hereby certify that the above and foregoing is a true and , Attomey executed by said Companies, which remains in full force and effect. Dated this 4th day of November 2019 . soirtY alarUrety dopy'o'f the P1 w CC RI Kevin E. Hughes, Assi taotSecfetary To verify the authenticity of this Power of Attorney, please callus at 1-800-4213880. Please refer to the above-named Attorney -in -Fact and the detalls of the bond to which the power is attached. Travelers'' IMPORTANT NOTICE TO OBTAIN INFORMATION OR MAKE A COMPLAINT: You may contact Travelers Casualty & Surety Company of America, Travelers Casualty & Surety Company, Travelers Indemnity Company, Standard Fire Insurance Company and/or Farmington Casualty Company for information or to make a complaint at: Travelers Bond Attn: Claims 1500 Market Street West Tower, Suite 2900 Philadelphia, PA 19102 (267) 675-3000 (267) 675-3102 Fax You may contact the Texas Department of Insurance to obtain the information on companies, coverages, rights or complaints at: Texas Department of Insurance P.O. Box 149104 Austin, TX 78714-9104 (800) 252-3439 ATTACH THIS NOTICE TO YOUR BOND. This notice is for information only and does not become a part or a condition of the attached document and is given to comply with Section 2253-021, Government Code, and Section 53.202, Property Code, effective September 1, 2001. 00 6116 PAYMENT BOND BOND NO. 107139406 Contractor as Principal Name: Barcom Construction Inc. Mailing address (principol place of business): 5826 Bear Lane Cornus Christi. Texas 78405 Owner Name: City of Corpus Christi, Texas Mailing address (principol place bf business): Engineering Services 1201 Leopard Street Corpus Christi, Texas 78469 Contract Project name and number: FMAC Proiect No. 18166D Garden Senior Center (Roof Replacement) Award Date of the Contract: Octpber 29. 2019 Contract Price: $88.300.85 Bond Date of Bond: November 4, 2019 (Dote of Bond cannot be earlier than Award Dote of Controct) Surety Travelers Casualty and Surety Company of America Name: Mailing address (principol place of business): 4650 Westway Park Blvd. Houston, TX 77041 Physical address (principol place of business): 4650 Westway Park Blvd. Houston, TX 77041 Surety is a corporation organized and existing under the laws of the state of: Connecticut By submitting this Bond, Surety affirms its authority to do business in the State of Texas and its license to execute bonds in the State of Texas. Telephone (main number): 281-606-8400 Telephone (for notice of claim): 281-606-8436 Local Agent for Surety Name: C.A. McClure Address: 13823 Schmidt Road Cypress, TX 77429 Telephone: 281-890-9294 Email Address: alm@southemamericanins.com The address of the surety company to which any notice of claim should be sent may be obtained from the Texas Dept. of insurance by calling the following toll-free number: 1-800-252-3439 FMAC Payment Bond FMAC Proj 181660 Garden Senior Center (Roof Replacement) 00 61 16 - 1 7-8-2014 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, an41 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 all 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 full force and effect. ProvisioOs of the bond shall be pursuant to the terms and provisions of Chapter 2253 and Chapter 2269 of the T*xas 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 iielllexclusively in Nueces County, Texas for any legal action. Contractor as Pri i • . /:arcom Construction, Inc. Signature: i Surety Travelers Casualty and Surety Company of America Signature: Name: ORM a i , Name: C.A. McClure Title: Mg[ l La" % Title: Attorney in Faact . Email Address:ii A i/ y// , 'G Email Address: alm@southernamericanins.com • ear (Attach Power of Attorney and place surety seal below) END OF SECTION FMAC Payment Bond FMAC Proj 18166D Garden Senior Center (Roof Replacement) 006116-2 7-8-2014 TRAVELERS J Travelers Casualty and Surety Company of America Travelers Casualty and Surety Company St, Paul Fire and Marine Insurance Company POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company are corporations duly organized under the laws of the State of Connecticut (herein collectively called the "Companies"), and that the Companies do hereby make, constitute and appoint C. A. McClure, of Cypress, Texas, their true and lawful Attorney -in -Fact to sign, execute, seal and acknowledge any and all bonds, recognizances, conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. IN WITNESS WHEREOF, the Companies have caused this instrument to be signed, and their corporate seals to be hereto affixed, this 3rd day of February, 2017. State of Connecticut By: City of Hartford ss. On this the 3rd day of February, 2017, before me personally appeared Robert L. Raney, who acknowledged himself to be the Senior Vice President of Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company, and that he, as such, being authorized so to do, executed the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. In Witness Whereof, I hereunto set my hand and official seal. My Commission expires the 30th day of June, 2021 Q11LIL C. Mane C. Tetreault, Notary Public This Power of Attorney is granted under and by the authority of the fdlowing resolutions adopted by the Boards of Directors of Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fre and Marine Insurance Company, which resolutions are now in full force and effect, reading as follows: RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attorneys -in -Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking, and any of said officers a the Board of Directors at any time may remove any such appointee and revoke the power given him or her; and it is FURTHER RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary; and it is FURTHER RESOLVED, that any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, a conditional undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any Senior Vice President a any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary; or (b) duly executed (under seal, if required) by one or more Attorneys -in -Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one a more Company officers pursuant to a written delegation of authority; and it is FURTHER RESOLVED, that the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys -in -Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certifiedArsuch.facsimile signature and facsimile seal shall be valid and binding on the Company In the future with respect to any bond or understanding to vyhr it Js:attached..; I, Kevin E. Hughes, the undersigned, Assistant Secretary of Travelers Casualty and Surety Company of America, Travel res'' Welty and'burety Company, and St. Paul Fire and Marine Insurance Company, do hereby certify that the above and foregoing is a true and c of the .P.awq.4, Attomey executed by said Companies, which remains in full force and effect. , - • I ? £nE Hughes. Asst anfSei:refery Dated this 4th day of November 2019 To verify the authenticity of this Power ofAttorney, please kali us at 1-800-4213880. Please refer to the above-named Attorney -Vie -Fact and the deta&s of the bond to which the power is attadted. Travelers' IMPORTANT NOTICE TO OBTAIN INFORMATION OR MAKE A COMPLAINT: You may contact Travelers Casualty & Surety Company of America, Travelers Casualty & Surety Company, Travelers Indemnity Company, Standard Fire Insurance Company and/or Farmington Casualty Company for information or to make a complaint at: Travelers Bond Attn: Claims 1500 Market Street West Tower, Suite 2900 Philadelphia, PA 19102 (267) 675-3000 (267) 675-3102 Fax You may contact the Texas Department of Insurance to obtain the information on companies, coverages, rights or complaints at: Texas Department of Insurance P.O. Box 149104 Austin, TX 78714-9104 (800) 252-3439 ATTACH THIS NOTICE TO YOUR BOND. This notice is for information only and does not become a part or a condition of the attached document and is given to comply with Section 2253-021, Government Code, and Section 53.202, Property Code, effective September 1, 2001. SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. INSURER(S) AFFORDING COVERAGE INSURER F : INSURER E : INSURER D : INSURER C : INSURER B : INSURER A : NAIC # NAME:CONTACT (A/C, No):FAX E-MAILADDRESS: PRODUCER (A/C, No, Ext):PHONE INSURED REVISION NUMBER:CERTIFICATE NUMBER:COVERAGES 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). 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. OTHER: (Per accident) (Ea accident) $ $ N / A SUBR WVD ADDL INSD 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. $ $ $ $PROPERTY DAMAGE BODILY INJURY (Per accident) BODILY INJURY (Per person) COMBINED SINGLE LIMIT AUTOS ONLY AUTOSAUTOS ONLY NON-OWNED SCHEDULEDOWNED ANY AUTO AUTOMOBILE LIABILITY Y / N WORKERS COMPENSATION AND EMPLOYERS' LIABILITY OFFICER/MEMBER EXCLUDED? (Mandatory in NH) DESCRIPTION OF OPERATIONS below If yes, describe under ANY PROPRIETOR/PARTNER/EXECUTIVE $ $ $ E.L. DISEASE - POLICY LIMIT E.L. DISEASE - EA EMPLOYEE E.L. EACH ACCIDENT EROTH-STATUTEPER LIMITS(MM/DD/YYYY)POLICY EXP(MM/DD/YYYY)POLICY EFFPOLICY NUMBERTYPE OF INSURANCELTRINSR DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) EXCESS LIAB UMBRELLA LIAB $EACH OCCURRENCE $AGGREGATE $ OCCUR CLAIMS-MADE DED RETENTION $ $PRODUCTS - COMP/OP AGG $GENERAL AGGREGATE $PERSONAL & ADV INJURY $MED EXP (Any one person) $EACH OCCURRENCE DAMAGE TO RENTED $PREMISES (Ea occurrence) COMMERCIAL GENERAL LIABILITY CLAIMS-MADE OCCUR GEN'L AGGREGATE LIMIT APPLIES PER: POLICY PRO-JECT LOC CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY) CANCELLATION AUTHORIZED REPRESENTATIVE ACORD 25 (2016/03) © 1988-2015 ACORD CORPORATION. All rights reserved. CERTIFICATE HOLDER The ACORD name and logo are registered marks of ACORD HIRED AUTOS ONLY 11/4/2019 Higginbotham Insurance Agency,Inc. PO Box 870 Corpus Christi TX 78403-0870 Renee Terrell 361-561-4237 361-844-0101 rterrell@higginbotham.net Allmerica Financial Benefit Ins.41840 BARCO6 The Hanover Insurance Company 22292BarcomConstruction,Inc. 5826 Bear Lane Corpus Christi TX 78405 Texas Mutual Insurance Company 22945 Starr Indemnity &Liability Co.38318 The Hanover Casualty Company 41602 939466098 E X 1,000,000 X 100,000 15,000 1,000,000 2,000,000 X LLDD69302401 9/12/2019 9/12/2020 2,000,000 A 1,000,000 X X X AWDD69304401 9/12/2019 9/12/2020 B X X 10,000,000UHDD693027029/12/2019 9/12/2020 10,000,000 C X Y 0002020407 9/12/2019 9/12/2020 1,000,000 1,000,000 1,000,000 D Builders Risk ITH100070435019 9/12/2019 9/12/2020 Insured Project Limit Catastrophe Limit $10,000,000 $15,000,000 . See Attached... City of Corpus Christi 1201 Leopard Street,3rd Floor Corpus Christi TX 78401 ACORD 101 (2008/01) The ACORD name and logo are registered marks of ACORD © 2008 ACORD CORPORATION. All rights reserved. THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM, FORM NUMBER:FORM TITLE: ADDITIONAL REMARKS ADDITIONAL REMARKS SCHEDULE Page of AGENCY CUSTOMER ID: LOC #: AGENCY CARRIER NAIC CODE POLICY NUMBER NAMED INSURED EFFECTIVE DATE: BARCO6 1 1 Higginbotham Insurance Agency,Inc.Barcom Construction,Inc. 5826 Bear Lane Corpus Christi TX 78405 25 CERTIFICATE OF LIABILITY INSURANCE General Liability policy includes a blanket automatic waiver of subrogation endorsement that provides this feature only when there is a written contract between the insured and certificate holder that requires it.(Commercial General Liability Broadening endorsement –Form 421-2915 06/15). General Liability policy includes a blanket automatic additional insured endorsement that provides additional insured status to the certificate holder only when there is a written contract between the insured and certificate holder that requires such status.(Commercial General Liability Broadening endorsement –Form 421-2915 06/15). General Liability policy includes a primary &non-contributory provision only when there is a written contract between the insured and certificate holder that requires such provision.(Commercial General Liability Broadening endorsement –Form 421-2915 06/15). General Liability includes $1,000,000 Property Damage Legal Liability -Broad Form.(Commercial General Liability Enhancement Endorsement -Contractors - Form 421-2918 06/15). Auto Liability policy includes a blanket automatic waiver of subrogation endorsement that provides this feature only when there is a written contract between the insured and certificate holder that requires it.(Waiver of Transfer of Rights of Recovery Against Others to Us –Form 461-0500 11/13). Auto Liability policy includes a blanket automatic additional insured endorsement that provides additional insured status to the certificate holder only when there is a written contract between the insured and certificate holder that requires such status.(Blanket Additional Insured –Primary &Non-Contributory -Form 461-0478 12/12). Workers'Compensation policy includes a blanket automatic waiver of subrogation endorsement that provides this feature only when there is a written contract between the insured and certificate holder that requires it.(Texas Waiver of Our Right to Recover from Others Endorsement -Form WC 42 03 04B). Executive Officers,David,Elaine,David II &Patrick Hoffman,are excluded under the Workers'Compensation policy.(Partners,Officers and Others Exclusion - Form WC 42 03 08). Umbrella policy follows the terms,definitions,conditions &exclusions of the Scheduled Underlying General Liability,Auto Liability and Employers Liability Insurance.(Hanover Commercial Follow Form Excess &Umbrella policy -Form 475-0001 01/18 Contractors Professional Liability and Pollution Liability Policy info:AXIS Surplus Insurance Company,Policy#CM003700022019,09/12/19-20,$1,000,000 Each Claim /$2,000,000 Aggregate.Contractor's Professional Liability and Pollution Liability Policy includes Waiver of Subrogation as required by written contract – CM 0001 07/13 –C-Pro Plus and Coverage B –Additional Insured Primary &Non-Contributory –CM0069 01/16. Employee Theft policy with Travelers Casualty &Surety Company of America,Policy#105677128,09/12/19-20,$1,000,000 Per Occurrence Limit. Project:18166D -Senior Centers -Garden (Roof Replacement,FMAC)