Loading...
HomeMy WebLinkAboutC-9860-1 - 2025-2026 Facilities Roofing ProjectSealed bids shall be submitted electronically via PlanetBids to office of the City Clerk, 100 Civic Center Drive, Newport Beach, CA 92660 Before 1:00 PM on the 25th day of September, 2025, at which time such bids shall be opened and read for 2025-2026 FACILITIES ROOFING PROJECT Contract No. C-9860-1 $727,000 Engineer's Estimate y JameCs M. Houlihan eputy PWD/City Engineer Prospective bidders may obtain Bid Documents, Project Specifications and Plans via PlanetBids: http://www.planetbids.com/portal/portal.cfm?CompanvlD=22078 Hard copy plans are available via Mouse Graphics at (949) 548-5571 659 W. 19th Street, Costa Mesa, CA 92627 Contractor License Classification(s) required for this project: "C-39" For further information, call Tom Sandefur, Project Manager at (949) 644-3321 BID INFORMATION IS AVAILABLE ON THE CITY WEBSITE: https://www. newportbeachca. gov/government/data-hub/online-services/bids-rfps-vendor- reqistration City of Newport Beach 2025-2026 FACILITIES ROOFING PROJECT Contract No. C-9860-1 TABLE OF CONTENTS NOTICE INVITING BIDS..........................................................................................Cover INSTRUCTIONS TO BIDDERS...................................................................................... 3 BIDDER'S BOND............................................................................................................ 6 DESIGNATION OF SUBCONTRACTOR(S)................................................................... 9 TECHNICAL ABILITY AND EXPERIENCE REFERENCES ............................................ 9 NON -COLLUSION AFFIDAVIT..................................................................... 13 DESIGNATION OF SURETIES...................................................................... 14 CONTRACTOR'S INDUSTRIAL SAFETY RECORD....................................................15 ACKNOWLEDGEMENT OF ADDENDA....................................................................... 18 INFORMATION REQUIRED OF BIDDER.....................................................................19 NOTICE TO SUCCESSFUL BIDDER........................................................................... 22 CONTRACT.................................................................................................................. 23 LABOR AND MATERIALS PAYMENT BOND ............................................. Exhibit A FAITHFUL PERFORMANCE BOND........................................................... Exhibit B INSURANCE REQUIREMENTS.................................................................Exhibit C PROPOSAL.............................................................................................................. PR-1 SPECIAL PROVISIONS............................................................................................ SP-1 City of Newport Beach 2025-2026 FACILITIES ROOFING PROJECT Contract No. C-9860-1 INSTRUCTIONS TO BIDDERS 1. The following documents shall be completed, executed, uploaded and received by the City Clerk via PlanetBids in accordance with NOTICE INVITING BIDS: INSTRUCTIONS TO BIDDERS BIDDER'S BOND (Original copies must be submitted to the City Clerk's Office in Sealed Envelope before the bid opening) DESIGNATION OF SUBCONTRACTORS ACKNOWLEDGEMENT (Subcontractor information to be submitted via PlanetBids) CONTRACTOR'S INDUSTRIAL SAFETY RECORD INFORMATION REQUIRED OF BIDDER ALL ADDENDA TO PLANS AND SPECIFICATIONS AS ISSUED BY AGENCY PRIOR TO BID OPENING DATE (if any; Contractor shall confirm via PlanetBids) TECHNICAL ABILITY AND EXPERIENCE REFERENCES NON -COLLUSION AFFIDAVIT DESIGNATION OF SURETIES PROPOSAL ACKNOWLEDGEMENT (Line Items to be completed via PlanetBids) The City Clerk's Office will open and read the bid results from PlanetBids immediately following the Bid Opening. The Bid Results are immediately available to the public via PlanetBids following the Bid Opening Date (Bid Due Date). Members of the public who would like to attend this reading may go to Bay E, 2"d Floor of the Civic Center (Located at 100 Civic Center Dr.) 2. Cash, certified check or cashier's check (sum not less than 10 percent of the total bid price) may be received in lieu of the BIDDER'S BOND. The title of the project and the words "Sealed Bid" shall be clearly marked on the outside of the envelope containing the documents. Original copies must be submitted to the City Clerk's Office. 3. The City of Newport Beach will not permit a substitute format for the Contract Documents listed above. Bidders are advised to review their content with bonding and legal agents prior to submission of bid. 4. BIDDER'S BOND shall be issued by an insurance organization or surety (1) currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, and (2) listed as an acceptable surety in the latest revision of the Federal Register Circular 570. The successful bidder's security shall be held until the Contract is executed. Original, sealed copies must be submitted to the City Clerk's Office before the Bid Opening. The title of the project, Contract Number and the words "Sealed Bid" shall be clearly marked on the outside of the envelope containing the documents. 5. The estimated quantities indicated in the PROPOSAL are approximate, and are given solely to allow the comparison of total bid prices. 6. Bids are to be computed upon the estimated quantities indicated in the PROPOSAL multiplied by unit price submitted by the bidder. In the event of discrepancy between wording and figures, 3 bid wording shall prevail over bid figures. In the event of error in the multiplication of estimated quantity by unit price, the correct multiplication will be computed and the bids will be compared with correctly multiplied totals. The City shall not be held responsible for bidder errors and omissions in the PROPOSAL. 7. The City of Newport Beach reserves the right to reject any or all bids and to waive any minor irregularity or informality in such bids. Pursuant to Public Contract Code Section 22300, at the request and expense of the Contractor, securities shall be permitted in substitution of money withheld by the City to ensure performance under the contract. The securities shall be deposited in a state or federal chartered bank in California, as the escrow agent. 8. In accordance with the California Labor Code (Sections 1770 et seq.), the Director of Industrial Relations has ascertained the general prevailing rate of per diem wages in the locality in which the work is to be performed for each craft, classification, or type of workman or mechanic needed to execute the contract_ A copy of said determination is available by calling the prevailing wage hotline number (415) 703-4774, and requesting one from the Department of Industrial Relations. All parties to the contract shall be governed by all provisions of the California Labor Code — including, but not limited to, the requirement to pay prevailing wage rates (Sections 1770-7981 inclusive). A copy of the prevailing wage rates shall be posted by the Contractor at the job site. 9. The Contractor shall be responsible for insuring compliance with provisions of Section 1777.5 of the Labor Code Apprenticeship requirements and Section 4100 et seq. of the Public Contracts Code, "Subletting and Subcontracting Fair Practices Act". 10. No contractor or subcontractor may be listed on a bid proposal for a public works project (submitted on or after March 1, 2015) unless registered with the Department of Industrial Relations pursuant to Labor Code section 1725.5 [with limited exceptions from this requirement for bid purposes only under Labor Code section 1771.1(a)]. 11. No contractor or subcontractor may be awarded a contract for public work on a public works project (awarded on or after April 1, 2015) unless registered with the Department of Industrial Relations pursuant to Labor Code section 1725.5. 12. This project is subject to compliance monitoring and enforcement by the Department of Industrial Relations. 13. All documents shall bear signatures and titles of persons authorized to sign on behalf of the bidder. For corporations, the signatures shall be of a corporate officer or an individual authorized by the corporation. For partnerships, the signatures shall be of a general partner. For sole ownership, the signature shall be of the owner. 14. Pursuant to Public Contract Code section 9204, for any demand by contractor, whether on behalf of itself or a subcontractor that lacks privity of contract with the City but has requested that contractor proceed on its behalf, sent by registered mail or certified mail return receipt requested for a time extension, payment by the City for money or damages arising from work done by, or on behalf of, the contractor and payment for which is not otherwise expressly provided or to which the claimant is not otherwise entitled, or for payment of an amount that is disputed by the City, the following is a summary of the claims resolution process to be applied: A. The City shall review the claim and, within 45 days, shall provide a written statement identifying the portions of the claim that are disputed and undisputed. This time period may be extended by mutual agreement. The claimant shall fumish all reasonable documentation to support the claim. If the City needs approval from its City Council to 4 provide the written statement and the City Council does not meet within the prescribed time period, the City shall have up to 3 days following the next regular meeting of the City Council to provide the written statement. Payment of the undisputed portion of the claim shall be made within 60 days after the City issues its written statement. B. If the claimant disputes the City's written statement or if the City does not issue a written statement in the prescribed time period, the claimant may demand in writing an informal meet and confer conference, which shall be scheduled within 30 days of receipt of claimant's demand. C. Within 10 business days of the meet and confer conference, if a dispute remains, the City shall provide a written statement identifying the portion of the claim that remains in dispute and the undisputed portion. The City shall pay any remaining amount of the undisputed portion within 60 days. Any disputed portion of the claim shall be submitted to nonbinding mediation or similar nonbinding process, with the City and claimant sharing the costs equally and agreeing to a mediator within 10 business days. If the parties cannot timely agree on a mediator, each party shall select a mediator and those mediators shall select a qualified neutral third party to mediate the remaining disputed portion. If mediation is unsuccessful, any remaining disputed portion shall be addressed using procedures outside of Public Contract Code section 9204. D. Failure by the City to meet the time requirements herein shall result in the claim being rejected in its entirety and shall not constitute an adverse finding with regard to the merits of the claim or the responsibility or qualifications of the claimant. The signature below represents that the above has been rev' ed. 1057266, Class: A, B, C-39,10, 20, 33, 43 __- 7:�- Contractor's License No. & Classification Autf oriq_ n on Seo, President 1000455020, Exp: 6/30/2027 DIR Registration Number & Expiration Date AME Builders, Inc. dba AME Roofing Bidder 5 September 24, 2025 Date City of Newport Beach 2025-2026 FACILITIES ROOFING PROJECT Contract No. C-9860-1 BIDDER'S BOND We, the undersigned Principal and Surety, our successors and assigns, executors, heirs and administrators, agree to be jointly and severally held and firmly bound to the City of Newport Beach, a charter city, in the principal SUM Of TEN PERCENT OF AMOUNT BID Dollars ($ 10% ), to be paid and forfeited to the City of Newport Beach if the bid proposal of the undersigned Principal for the construction of 2025-2026 FACILITIES ROOFING PROJECT, Contract No. C-9860-1 in the City of Newport Beach, is accepted by the City Council of the City of Newport Beach and the proposed contract is awarded to the Principal, and the Principal fails to execute the Contract Documents in the form(s) prescribed, including the required bonds, and original insurance certificates and endorsemr nts for the construction of the project within thirty (30) calendar days after the date of-the.maiting of "Notification of Award", otherwise this obligation shall become null and void. F If the undersigned Principal executing this Bond is executing this Bond a� en in&N- ual 1C is agreed that the death of any such Principal shall not exonerate the Surety f Qbf,i s ctbA6ation$ under this Bond. r. Witness our hands this 15TH day AME Builders, Inc. dba AME Roofing Name of Contractor (Principal) NATIONWIDE MUTUAL INSURANCE COMPANY Name of Surety 1 PARK PLAZA #600 I RVINE, CA 92614 Address of Surety 213-507-4207 Telephone KEVIN VEGA, ATTORNEY -in -FACT Print Name and Title (Notary acknowledgment of Principal & Surety must be attached) 0 ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County Of LOS ANGELES } SS. On SEPTEMBER 15TH 2025 before me, PHILIP VEGA Notary Public, personally appeared KEVIN VEGA who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signatures(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. PHILIP VEGA i Nogry Public • Calffornl! ` z LosAnMl+a County �„ COmm11110n N I4900E9 My Comm, Explrot May It, 102A (seal) OPTIONAL INFORMATION Date of Document Type or Title of Document Number of Pages in Document Document in a Foreign Language Type of Satisfactory Evidence: Personally Known with Paper Identification Paper Identification Credible Witness(es) Thumbprint of Signer ❑5 Capacity(ies) claimed by Signer(s): Trustee Power of Attorney CEO/CFO/COO President / Vice -President / Secretary / Treasurer Other: Other Information: 7 Check here if no thumbprint or fingerprint is available. ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County_of VLa On 2 ,, 5-11H, 20 before me, Notary Public, personally appeared DDk -Seo . who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signatures(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. . I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. _ H Y U N HO PHILLIP G00 WITNESS m �ddA'I seal. rrnn CoMM.# 7111", ++nn v! ID $ NOTARY PUBLIC - CALIFORNIA U/ LOS ANGELES COUNIY "' Sign r (seal) ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of )SS. On , 20 before me, Notary Public, personally appeared who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signatures(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature R. (seal) Power of Attorney KNOW ALL MEN BY THESE PRESENTS THAT: Nationwide Mutual Insurance Company, an Ohio corporation hereinafter referred to severally as the "Company' and collectively as 'the Companies" does hereby make, constitute and appoint; BRITTON CHRISTIANSEN; KEVIN VEGA; PHILIP E VEGA; each in their individual capacity, its true and lawful attomey-in-fact, with full power and authority to sign, seal, and execute on its behalf any and all bonds and undertakings. and other obligatory instruments of similar nature, In penalties not exceeding the sum of UNLIMITED and to bind the Company thereby, as fully and to the same extent as if such instruments were signed by the duly authorized officers of the Company; and all acts of said Attorney pursuant to the authority given are hereby ratified and confirmed. This power of attorney is made and executed pursuant to and by authority of the following resolution duly adopted by the board of directors of the Company. "RESOLVED, that the president, or any vice president be, and each hereby is, authorized and empowered to appoint attorneys -in -fact of the Company, and to authorize them to execute and deliver on behalf of the Company any and all bonds, forms, applications, memorandums, undertakings, recognizances, transfers, contracts of indemnity, policies, contracts guaranteeing the fidelity of persons holding positions of public or private trust, and other writings obligatory In nature that the business of the Company may require; and to modify or revoke, with or without cause, any such appointment or authority; provided, however, that the authority granted hereby shall in no way limit the authority of other duly authorized agents to sign and countersign any of said documents on behalf of the Company." "RESOLVED FURTHER, that such attorneys -in -fact shall have full power and authority to execute and deliver any and all such documents and to bind the Company subject to the terms and limitations of the power of attorney issued to them, and to affix the seal of the Company thereto; provided, however, that said seal shall not be necessary for the validity of any such documents." This power of attorney is signed and sealed under and by the following bylaws duly adopted by the board of directors of the Company. Execution of Instruments. Any vice president, any assistant secretary or any assistant treasurer shall have the power and authority to sign or attest all approved documents, instruments, contracts, or other papers in connection with the operation of the business of the company in addition to the chairman of the board, the chief executive officer, president, treasurer or secretary; provided, however, the signature of any of them may be printed, engraved, or stamped on any approved document, contract, instrument, or other papers of the Company. IN WITNESS WHEREOF, the Company has caused this instrument to be sealed and duly attested by the signature of Its officer the 1st day of April. 2024. Antonio C. Albanese, Vice President of Nationwide Mutual Insurance Company ACKNOWLEDGMENT furi!(rsue� STATE OF NEW YORK COUNTY OF KINGS: ss the for the Company /;•'� � On this 1st day of April, 2024, before me came above -named officer A � SEAL{� aforesaid, to me personally known to be the officer described in and who executed the being by duly preceding instrument, and he acknowledged the execution of the same, and me s-rn �O� swum, deposes and says, that he is the officer of the Company aforesaid, that the seal affixed ....... o®� hereto is the corporate seal of said Company, and the said corporate seal and his signature r4®l% were duly affixed and subscribed to said instrument by the authority and direction of said Company. Sharon Laburda No'.ary PubNe, Stata of New York �ti r`i.,-ter. y-: �• '� No.OilA6427697 Cuatinod in Kings County N.L y P.W Commission Ex Ires Janus 9. 2026 Mycvmmis WE.PM A-lo" 3.2)26 CERTIFICATE I, Lezlte F. Chimienti, Assistant Secretary of the Company, do hereby certify that the foregoing is a full, true and correct copy of the original power of attorney Issued by the Company; that the resolution included therein is a true and correct transcript from the minutes of the meetings of the boards of directors and the same has not been revoked or amended In any manner; that said Antonio C. Albanese was on the date of the execution of the foregoing power of attorney the duly erected officer of the Company, and the corporate seat and his signature as officer were duly affixed and subscribed to the said instrument by the authority of said board of directors; and the foregoing power of attorney Is still in full force and effect. IN WITNESS WHEREOF, 1 have hereunto subscribed my name as Assistant Secretary, and affixed the corporate seal of said Company this 15th day of September 2025 Assistant Secretary BDJ 1(04-24)00 City of Newport Beach 2025-2026 FACILITIES ROOFING PROJECT Contract No. C-9860-1 DESIGNATION OF SUBCONTRACTOR(S) - AFFIDAVIT State law requires the listing of all subcontractors who will perform work in an amount in excess of one- half of one percent of the Contractor's total bid. If a subcontractor is not listed, the Contractor represents that he/she is fully qualified to and will be responsible for performing that portion of the work. Substitution of subcontractors shall be made only in accordance with State law and/or the Standard Specifications for Public Works Construction, as applicable. Pursuant to Public Contract Code Section 22300 appropriate securities may be substituted for any monies to be withheld to ensure performance under the Contract. The Bidder, by signing this designation, certifies that bids from the subcontractors as listed in the Bidder's electronic bid have been used in formulating the bid for the project and that these subcontractors will be used subject to the approval of the Engineer and in accordance with State law. No changes may be made in these subcontractors except with prior approval of the City of Newport Beach. Bidders must also include DIR registration numbers for each subcontractor. AME Builders, Inc. dba AME Roofing Bidder r' Authorize Signature/Title on Seo, President City of Newport Beach 2025-2026 FACILITIES ROOFING PROJECT Contract No. C-9860-1 TECHNICAL ABILITY AND EXPERIENCE REFERENCES Contractor must use this form!!! Please print or type. Bidder's Name AME Builders, Inc. dba AME Roofing FAILURE OF THE BIDDER TO PROVIDE ALL REQUIRED INFORMATION IN A COMPLETE AND ACCURATE MANNER MAY BE CONSIDERED NON -RESPONSIVE. For all public agency projects you have worked on (or are currently working on) in the past 2 years in excess of $150,000, provide the following information: No. 'I UCLA Young Hall Project Name/Number Project Description Sarnafil Roof Replacement Approximate Construction Dates: From 10/10/2024 To: 4/8/2025 Agency Name UCLA Contact Person Farshid Gazor Telephone ( ) (310) 883-3208 Original Contract Amount $ Final Contract Amount $ $1,288,432.00 $1,225,400.00 If final amount is different from original, please explain (change orders, extra work, etc.) Change orders due to unforeseen circumstances. Did you file any claims against the Agency? Did the Agency file any claims against you/Contractor? If yes, briefly explain and indicate outcome of claims. No claims against either party. 10 No. 2 JPL FY24, 1707561 Project Name/Number Project Description Sarnafil Roof Replacement Approximate Construction Dates: From Agency Name JPL Contact Person Thomas Mora 3/13/2024 To: 8/29/2024 Telephone ( ) (818) 354-2332 Original Contract Amount $ Final Contract Amount $ $1,081,621.00 $1,078,300.00 If final amount is different from original, please explain (change orders, extra work, etc.) Change orders due to unforeseen circumstances. Did you file any claims against the Agency? Did the Agency file any claims against you/Contractor? If yes, briefly explain and indicate outcome of claims. No claims against either party. No. 3 Project Name/Number Eastbluff ES, 112-24 Project Description Roof Replacement - Tremco SBS Mod. Bit. Approximate Construction Dates: From 6/10/2024 To: Agency Name Contact Person Newport -Mesa USD Ara Zareczny 8/27/2024 Telephone ( ) (714) 424-7522 Original Contract Amount $ Final Contract Amount $ $2,052,834.00 $2,128,300.00 If final amount is different from original, please explain (change orders, extra work, etc.) Change orders due to unforeseen circumstances. Did you file any claims against the Agency? Did the Agency file any claims against you/Contractor? If yes, briefly explain and indicate outcome of claims. No claims against either party. 11 No. 4 Project Name/Number Project Description McGaugh ES Gymnasium, Bid 2324-12 Roof Replacement - Garland Mod. Bit & Fluid Applied Approximate Construction Dates: From 9/23/2024 Agency Name Contact Person Los Alamitos USD CJ Knowland To: 1 /27/2025 Telephone ( ) (562) 799-4592 Original Contract Amount $ Final Contract Amount $ $354,274.00 $374,220.00 If final amount is different from original, please explain (change orders, extra work, etc.) Change orders due to unforeseen circumstances. Did you file any claims against the Agency? Did the Agency file any claims against you/Contractor? If yes, briefly explain and indicate outcome of claims. No claims against either party. No. 5 Project Name/Number Garfield ES, Bid No. 02 (2023-2024 Project Description Roof Replacement - Tremco BUR, Mod. Bit., KEE Approximate Construction Dates: From Agency Name Montebello USD Contact Person Tim Jones 12/15/2023 To: 12/10/2024 Telephone ( ) (323) 855-1633 Original Contract Amount $ Final Contract Amount $ $2,531,837.00 $2,385,200.00 If final amount is different from original, please explain (change orders, extra work, etc.) Change orders due to unforeseen circumstances. Did you file any claims against the Agency? Did the Agency file any claims against you/Contractor? If yes, briefly explain and indicate outcome of claims. No claims against either party. 12 No. 6 EOC HVAC Replacement & Roofing Replacement, FCS01 1 12024KG Project Name/Number Project Description Weatherweld Roof Replacement Approximate Construction Dates: From 9/5/2024 Agency Name City of Redlands Contact Person Kathleen Giorgianni To: 2/14/2025 Telephone ( ) (909) 798-7655 Original Contract Amount $ Final Contract Amount $ $425,706.00 $425,706.00 If final amount is different from original, please explain (change orders, extra work, etc.) N/A Did you file any claims against the Agency? Did the Agency file any claims against you/Contractor? If yes, briefly explain and indicate outcome of claims. No claims against either party. Attach additional sheets if necessary. Attach to this Bid the experience resume of the person who will be designated as General Construction Superintendent or on -site Construction Manager for the Contractor. Upon request, the Contractor shall attach a financial statement and other information sufficiently comprehensive to permit an appraisal of the Contractor's current financial conditions. AME Builders, Inc. dba AME Roofing __ Bidder Authorized Signa ure/Tifle on s", President 13 City of Newport Beach 2025-2026 FACILITIES ROOFING PROJECT Contract No. C-9860-1 NON -COLLUSION AFFIDAVIT State of California ) ) ss. County of San Bernardino) Don Seo being first duly sworn, deposes and says that he or she is President of AME Builders Inc. dba AME Roofing, the party making the foregoing bid; that the bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that parry making the foregoing bid; that the bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that the bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone shall refrain from bidding; that the bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price of the bidder or any other bidder, or to fix any overhead, profit, or cost element of the bid price, or of that of any other bidder, or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract; that all statements contained in the bid are true; and, further, that the bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay, any fee to any corporation, partnership, company association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid. I declare under penalty of perjury of the laws of the State of Califomia ftt-the-foregoing is true and correct. AME Builders, Inc. dba AME Roofing (�_ Bidder Auorized Signature/Title °n Seo, President th Subscribed and sworn to (or affirmed) before me on this 24th day of September 2025 by Hyun Ho Phillip Goo , proved to me on the basis of satisfactory evidence to be the person(s) who appeared before me. certify under PENALTY OF PERJURY under the laws of the State of C_ alifornia that t foregoing paragraph is true and correct. < �F> HYUN HO PHILLIP GOO Notary P %'" Comm.# 2413446 [SEAL] r� U � 9 NOTARY PUBLIC Vi r Los ANGELES COUNTY -' M Commission Expires: ZV4 MY Comm. Er.P. SEP. 17, 2026 T My p 14 City of Newport Beach 2025-2026 FACILITIES ROOFING PROJECT Contract No. C-9860-1 DESIGNATION OF SURETIES Bidder's name AME Builders, Inc. dba AME Roofin Provide the names, addresses, and phone numbers for all brokers and sureties from whom Bidder intends to procure insurance and bonds (list by insurance/bond type): Insurance: General Libaility and Umbrella - BW&T Insurance Services, Inc. 6131 Orangethorpe Ave., Suite 350 Buena Park -CA 9062.0 714-752-6035 Auto and Workers Comp. - Golden Capital Insurance 21800 Burbank Ave., #240 Woodland Hills, CA 91367 818-654-6985 Bond: Surety - Nationwide Mutual Insurance Company 1 Nationwide Plaza Columbus, OH 43215 Agent - C&D Bonding, Kevin Vega, 534 E Badillo St., Covina, CA 91723 (626) 859-1000 15 City of Newport Beach 2025-2026 FACILITIES ROOFING PROJECT Contract No. C-9860-1 CONTRACTOR'S INDUSTRIAL SAFETY RECORD TO ACCOMPANY PROPOSAL Bidder's Name AME Builders, Inc. dba AME Roofin Record Last Five (5) Full Years Current Year of Record Current Record Record Record Record Record Year of for for for for for Record 2024 2023 2022 2021 2020 Total 2025 No. of contracts 40 40 42 30 31 16 199 Total dollar Amount of 10,228 15,317 13,281 8,031 2,644 3,137 52,638 Contracts (in Thousands of $) No. of fatalities 0 0 0 0 0 0 0 No. of lost 0 3 0 0 1 0 4 Workday Cases No. of lost workday cases involving permanent 0 0 0 0 0 0 0 transfer to another job or termination of employment The information required for these items is the same as required for columns 3 to 6, Code 10, Occupational Injuries, Summary --Occupational Injuries and Illnesses, OSHA No. 102. 16 Legal Business Name of Bidder AME Builders, Inc. dba AME Roofing Business Address: 2095 W Arrow Rte., Upland, CA 91786 Business Tel. No.: 909-766-3200 State Contractor's License No. and Classification: 1057266, Class: A, B, C-39,10, 20, 33, 43 Entity Type: Corporation _ The above information was compiled from the records that are available to me at this time and I declare under penalty of perjury that the information is true and accurate within the i 1'it tis of those records ma on Signature of bidder Date September 24 2025 Title President —.._ Signature of bidder- J ` Date September 24, 2025 = _� t•.T� Title Secretary Signature of bidder Date Title Signature of bidder Date Title Signature Requirements: If bidder is an individual, name and signature of individual must be provided, if doing business under a fictitious name, the fictitious name must be set fort along with the County. If bidder is a partnership or joint venture, legal name of partnership/joint venture must be provided, followed by signatures of all of the partners/joint ventures or if fewer than all of the partners/joint ventures submit with evidence of authority to act on behalf of the partnership/joint venture. If bidder is a corporation, legal name of corporation must be provided, followed by signatures of the corporation President or Vice President or President and Secretary or Assistant Secretary, and the corporate seal, or submit with evidence of authority to act on behalf of the corporation. All must be acknowledged before a Notary Public, who must certify that such individuals, partners/joint ventures, or officers were proven on the basis of satisfactory evidence to be the persons whose name are subscribed to and acknowledged that they executed the same in their authorized capacities. [NOTARY ACKNOWLEDGMENT and CORPORATE SEAL MUST BE ATTACHED] 17 Title Signature Requirements: If bidder is an individual, name and signature of individual must be provided, if doing business under a fictitious name, the fictitious name must be set fort along with the County. If bidder is a partnership or joint venture, legal name of partnership/joint venture must be provided, followed by signatures of all of the partners/joint ventures or if fewer than all of the partners/joint ventures submit with evidence of authority to act on behalf of the partnership/joint venture. If bidder is a corporation, legal name of corporation must be provided, followed by signatures of the corporation President or Vice President or President and Secretary or Assistant Secretary, and the corporate seal, or submit with evidence of authority to act on behalf of the corporation. All must be acknowledged before a Notary Public, who must certify that such individuals, partners/joint ventures, or officers were proven on the basis of satisfactory evidence to be the persons whose name are subscribed to and acknowledged that they executed the same in their authorized capacities. [NOTARY ACKNOWLEDGMENT and CORPORATE SEAL MUST BE ATTACHED] 17 CALIFO.ALL-PURPOSE ACKNOWLEDGMENT•D s�, v.� s? c`�'. .,o., 3 c� r, �• a �..T •+`,^'•`�°b � g ki - Kos 're '^`1v 'ri-%<��•!�Kv 'ie c�?'�a+' -� r1 �.�:..n�:4•n .�S�4i.'!SS. n��1f4:KS. JiG ::>V AFG w(\.A�.�KV )_'w�.%?Z1�e�._%i...���� .✓•��/�_ A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of San Bernardino On 7f�� 2Rbefore me, Hyun Ho Phillip Goo, Notary Public , Date Here Insert Name and Title of the Officer personally appeared Don Seo & Junghee Seo Name(s) of Signer(s) who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. HYUN HO PHILLIP GOO Comm. # 2413446 WITNESS N Y o NOTARY PUBLIC-CALIFORNIACIA LOS ANGELES COUNTY �ueoxH` My Comm. EXP. SEP. 11, 2026'` Signature Place Notary Seal Above OPTIONAL Though this section is optional, completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: Document Date: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: ❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ General ❑ Individual ❑ Attomey in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: Number of Pages: Signer's Name: ❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ General ❑ Individual ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator n nthPr- Signer Is Representing: ^�a*..ism'Jio�[F..,e�:F�[?3��:.�C+w�.`1�::.G�✓ •...e• .u_•V:�.�.4A`�: �J.B� -`- �: :C�✓6:J::. ' s."'�-}itis.��i•.'��,"��t � o'y'��'s��:�e ��%�'so� .1� � 2 arArii •w� •a±i¢tI,GS.Y.K�!pyr .4siri'-^'c��vGj�a�a';bi- _•==.�`.�,.��,. - - ' - �- -=�--D-t•�Os 4$-..: Ai--..: O 1 • 1-w migoolgArj=9 firmial• • • :11 :II .: '1 City of Newport Beach 2025-2026 FACILITIES ROOFING PROJECT Contract No. C-9860-1 ACKNOWLEDGEMENT OF ADDENDA Bidder's name AME Builders, Inc. dba AME Roofing The bidder shall signify receipt of all Addenda here, if any, and attach executed copy of addenda to bid documents: Addendum N:o:.:= Date Received ature---, C 11 9/11 /2025 9/22/2025 18 City of Newport Beach 2025-2026 FACILITIES ROOFING PROJECT Contract No. C-9860-1 INFORMATION REQUIRED OF BIDDER Bidder certifies under penalty of perjury under the laws of the State of California that the following information is true and correct: Name of individual Contractor, Company or Corporation: AME Builders, Inc. dba AME Roofing Business Address: 2095 W Arrow Rte., Upland, CA 91786 Telephone and Fax Number: 909-766-3200, FAX: 909-907-0090 California State Contractor's License No. and Class: 1057266, Class: A, B, C-39,10, 20, 33, 43 (REQUIRED AT TIME OF AWARD) Original Date Issued: 8/21/2019 Expiration Date: 8/31/2027 List the name and title/position of the person(s) who inspected for your firm the site of the work proposed in these contract documents: Joon Im, Estimating The following are the names, titles, addresses, and phone numbers of all individuals, firm members, partners, joint ventures, and company or corporate officers having a principal interest in this proposal: Name Title Address Telephone Don Seo, President, 2095 W Arrow Rte., Upland, CA 91786, 909-766-3200 Junghee Seo, Secretary, 2095 W Arrow Rte., Upland, CA 91786 909-766-3200 Corporation organized under the laws of the State of CA 19 The dates of any voluntary or involuntary bankruptcy judgments against any principal having an interest in this proposal are as follows: None. All company, corporate, or fictitious business names used by any principal having interest in this proposal are as follows: AME Roofing For all arbitrations, lawsuits, settlements or the like (in or out of court) you have been involved in with public agencies in the past five years (Attach additional Sheets if necessary) provide: Provide the names, addresses and telephone numbers of the parties; None. Briefly summarize the parties' claims and defenses; N/A Have you ever had a contract terminated by the owner/agency? If so, explain. Never. Have you ever failed to complete a project? If so, explain. Never. For any projects you have been involved with in the last 5 years, did you have any claims or actions by any outside agency or individual for labor com fiance (i.e. failure to pay prevailing wage, falsifying certified payrolls, etc.)? Yes Q9 20 Are any claims or actions unresolved or outstanding? Yes e If yes to any of the above, explain. (Attach additional sheets, if necessary) N/A Failure of the bidder to provide ALL requested information in a complete and accurate manner may be considered non -responsive. AME Builders, Inc. dba AME Roofing Bidder Don Seo (Print name of Owner or President of Corporatio Gorwpa -x u o President Title September 24, 2025 Date On 9/24/2025 before me, Hyun Ho Phillip Goo , Notary Public, personally appeared Don Seo , who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hapd4nd official sea Notary P o aid State My Commission Expires: 21 f OHYUN HO PHILLIP G00 (SEAL) COMM.# 2413446 NOTARYPUBLIC •CALIFORNIA N LOS ANOELEs COUNTY MY Could. Exp. SEP, 1T, 2026i 2025-2026 FACILITIES ROOFING PROJECT CONTRACT NO. 9860-1 THIS CONTRACT FOR PUBLIC WORKS ("Contract") is entered into this 28th day of October, 2025 ("Effective Date"), by and between the CITY OF NEWPORT BEACH, a California municipal corporation and charter city ("City"), and AME BUILDERS, INC., a California corporation ("Contractor"), whose address is 2095 W Arrow Route, Upland, CA 91786, and is made with reference to the following: RECITALS A. City is a municipal corporation duly organized and validly existing under the laws of the State of California with the power to carry on its business as it is now being conducted under the statutes of the State of California and the Charter of City. B. City has advertised for bids for the following described public work: The work necessary for the completion of this contract consists of removing and disposing of the existing roofing systems, installing new built-up roof systems, and all other work as specified in the contract documents at the following locations: 1. Mariners Library (1300 Irvine Avenue); and 2. Fire Station No. 7 (20401 SW Acacia Street) (the "Project" or "Work"). C. Contractor has been determined by City to be the lowest responsible bidder and Contractor's bid, and the compensation set forth in this Contract, is based upon Contractor's careful examination of all Contract documents, plans and specifications. NOW, THEREFORE, it is mutually agreed by and between the undersigned parties as follows: 1. CONTRACT DOCUMENTS The complete Contract for the Project includes all of the following documents: Notice Inviting Bids, Instructions to Bidders, Proposal, Bidder's Bond, Non -Collusion Affidavit, Notice to Successful Bidder, Labor and Materials Payment Bond (Exhibit A), Faithful Performance Bond (Exhibit B), Permits, Standard Special Provisions and Standard Drawings, Plans and Special Provisions for Contract No. 9860-1, Standard Specifications for Public Works Construction (current adopted edition and all supplements), and this Contract, and all modifications and amendments thereto (collectively the "Contract Documents"), all of which are incorporated herein by reference. The Contract Documents comprise the sole agreement between the parties as to the subject matter therein. Any representations or agreements not specifically contained in the Contract Documents are null and void. Any amendments must be made in writing, and signed by both parties in the manner specified in the Contract Documents. 2. SCOPE OF WORK Contractor shall perform everything required to be performed, and shall provide and furnish all the labor, materials, necessary tools, expendable equipment and all utility and transportation services required for the Project. All of the Work to be performed and materials to be furnished shall be in strict accordance with the provisions of the Contract Documents. Contractor is required to perform all activities, at no extra cost to City, which are reasonably inferable from the Contract Documents as being necessary to produce the intended results. 3. COMPENSATION 3.1 As full compensation for the performance and completion of the Project as required by the Contract Documents, City shall pay to Contractor and Contractor accepts as full payment the sum of Four Hundred Twenty Three Thousand Four Hundred Dollars ($423,400.00). 3.2 This compensation includes: 3.2.1 Any loss or damage arising from the nature of the Work; 3.2.2 Any loss or damage arising from any unforeseen difficulties or obstructions in the performance of the Work; and 3.2.3 Any expense incurred as a result of any suspension or discontinuance of the Work, but excludes any loss resulting from earthquakes of a magnitude in excess of 3.5 on the Richter Scale and tidal waves, including tsunamis, and which loss or expense occurs prior to acceptance of the Work by City. 4. PROJECT MANAGER Contractor shall designate a Project Manager, who shall coordinate all phases of the Project. This Project Manager shall be available to City at all reasonable times during the term of the Contract. Contractor has designated Don Dongwook Seo to be its Project Manager. Contractor shall not remove or reassign the Project Manager without the prior written consent of City. City's approval shall not be unreasonably withheld. 5. ADMINISTRATION This Contract shall be administered by the Public Works Department. City's Public Works Director, or designee, shall be the Project Administrator and shall have the authority to act for City under this Contract. The Project Administrator or designee shall represent City in all matters pertaining to the Work to be rendered pursuant to this Contract. 6. NOTICE OF CLAIMS 6.1 Unless a shorter time is specified elsewhere in this Contract, before making its final request for payment under the Contract Documents, Contractor shall submit to AME Builders, Inc. Page 2 City, in writing, all claims for compensation under or arising out of this Contract. Contractor's acceptance of the final payment shall constitute a waiver of all claims for compensation under or arising out of this Contract except those previously made in writing and identified by Contractor in writing as unsettled at the time of its final request for payment. The Contractor and City expressly agree that in addition to all claims filing requirements set forth in the Contract and Contract Documents, Contractor shall be required to file any claim Contractor may have against City in strict conformance with the Government Claims Act (Government Code 900 et seq.). 6.2 To the extent that Contractor's claim is a "Claim" as defined in Public Contract Code section 9204 or any successor statute thereto, the Parties agree to follow the dispute resolution process set forth therein. Any part of such "Claim" remaining in dispute after completion of the dispute resolution process provided for in Public Contract Code section 9204 or any successor statute thereto shall be subject to the Government Claims Act requirements requiring Contractor to file a claim in strict conformance with the Government Claims Act. To the extent that Contractor's claim is not a "Claim" as defined in Public Contract Code section 9204 or any successor statute thereto, Contractor shall be required to file such claim with the City in strict conformance with the Government Claims Act (Government Code sections 900 et seq.). 7. WRITTEN NOTICE 7.1 All notices, demands, requests or approvals, including any change in mailing address, to be given under the terms of this Contract shall be given in writing, and conclusively shall be deemed served when delivered personally, or on the third business day after the deposit thereof in the United States mail, postage prepaid, first-class mail, addressed as hereinafter provided. 7.2 All notices, demands, requests or approvals from Contractor to City shall be addressed to City at: Attention: Director of Public Works City of Newport Beach Public Works Department 100 Civic Center Drive P.O. Box 1768 Newport Beach, CA 92658 7.3 All notices, demands, requests or approvals from City to Contractor shall be addressed to Contractor at: Attention: Don Dongwook Seo AME Builders, Inc. 2095 W Arrow Route Upland, CA 91786 AME Builders, Inc. Page 3 8. INDEPENDENT CONTRACTOR City has retained Contractor as an independent contractor and neither Contractor nor its employees are to be considered employees of City. The manner and means of conducting the Work are under the control of Contractor, except to the extent they are limited by statute, rule or regulation and the express terms of this Contract. No civil service status or other right of employment shall accrue to Contractor or its employees. Contractor shall have the responsibility for and control over the means of performing the Work, provided that Contractor is in compliance with the terms of this Contract. Anything in this Contract that may appear to give City the right to direct Contractor as to the details of the performance or to exercise a measure of control over Contractor shall mean only that Contractor shall follow the desires of City with respect to the results of the Work. 9. BONDING 9.1 Contractor shall obtain, provide and maintain at its own expense during the term of this Contract both of the following: (1) a Faithful Performance Bond in the amount of one hundred percent (100%) of the total amount to be paid Contractor as set forth in this Contract in the form attached as Exhibit B and incorporated herein by reference; and (2) a Labor and Materials Payment Bond in the amount of one hundred percent (100%) of the total amount to be paid Contractor as set forth in this Contract and in the form attached as Exhibit A and incorporated herein by reference. 9.2 The Faithful Performance Bond and Labor and Materials Payment Bond shall be issued by an insurance organization or surety (1) currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, (2) listed as an acceptable surety in the latest revision of the Federal Register Circular 570, and (3) assigned a Policyholders' Rating A- (or higher) and Financial Size Category Class VII (or larger) in accordance with the latest edition of Best's Key Rating Guide: Property - Casualty. 9.3 Contractor shall deliver, concurrently with execution of this Contract, the Faithful Performance Bond and Labor and Materials Payment Bond, and a certified copy of the "Certificate of Authority" of the Insurer or Surety issued by the Insurance Commissioner, which authorizes the Insurer or Surety to transact surety insurance in the State of California. 10. COOPERATION Contractor agrees to work closely and cooperate fully with City's designated Project Administrator and any other agencies that may have jurisdiction or interest in the Work to be performed. City agrees to cooperate with the Contractor on the Project. 11. PROGRESS Contractor is responsible for keeping the Project Administrator informed on a regular basis regarding the status and progress of the Project, activities performed and planned, and any meetings that have been scheduled or are desired. AME Builders, Inc. Page 4 12. INSURANCE Without limiting Contractor's indemnification of City, and prior to commencement of Work, Contractor shall obtain, provide and maintain at its own expense during the term of this Contract or for other periods as specified in the Contract Documents, policies of insurance of the type, amounts, terms and conditions described in the Insurance Requirements attached hereto as Exhibit C, and incorporated herein by reference. 13. PROHIBITION AGAINST ASSIGNMENTS AND TRANSFERS Except as specifically authorized under this Contract, the services to be provided under this Contract shall not be assigned, transferred contracted or subcontracted out without the prior written approval of City. Any of the following shall be construed as an assignment: The sale, assignment, transfer or other disposition of any of the issued and outstanding capital stock of Contractor, or of the interest of any general partner or joint venturer or syndicate member or cotenant if Contractor is a partnership or joint -venture or syndicate or co -tenancy, which shall result in changing the control of Contractor. Control means fifty percent (50%) or more of the voting power or twenty-five percent (25%) or more of the assets of the corporation, partnership or joint -venture. 14. PREVAILING WAGES 14.1 Pursuant to the applicable provisions of the Labor Code of the State of California, not less than the general prevailing rate of per diem wages including legal holidays and overtime Work for each craft or type of workman needed to execute the Work contemplated under the Contract shall be paid to all workmen employed on the Work to be done according to the Contract by the Contractor and any subcontractor. In accordance with the California Labor Code (Sections 1770 et seq.), the Director of Industrial Relations has ascertained the general prevailing rate of per diem wages in the locality in which the Work is to be performed for each craft, classification, or type of workman or mechanic needed to execute the Contract. A copy of said determination is available by calling the prevailing wage hotline number (415) 703-4774 and requesting one from the Department of Industrial Relations. The Contractor is required to obtain the wage determinations from the Department of Industrial Relations and post at the job site the prevailing rate or per diem wages. It shall be the obligation of the Contractor or any subcontractor under him/her to comply with all State of California labor laws, rules and regulations, and the parties agree that the City shall not be liable for any violation thereof. 14.2 If both the Davis -Bacon Act and State of California prevailing wage laws apply and the federal and state prevailing rate of per diem wages differ, Contractor and subcontractor, if any, shall pay the higher of the two rates. Said prevailing rate of per diem wages are on file at the City, Office of the City Clerk, 100 Civic Center Drive, Newport Beach, California 92660, and are available to any interested party on request. 15. SUBCONTRACTING The subcontractors authorized by City, if any, to perform the Work on this Project are identified in the Contractor's Proposal and are attached as part of the Contract AME Builders, Inc. Page 5 Documents. Contractor shall be fully responsible to City for all acts and omissions of any subcontractors. Nothing in this Contract shall create any contractual relationship between City and subcontractor, nor shall it create any obligation on the part of City to pay or to see to the payment of any monies due to any such subcontractor other than as otherwise required by law. City is an intended beneficiary of any Work performed by the subcontractor for purposes of establishing a duty of care between the subcontractor and City. Except as specifically authorized herein, the Work to be performed under this Contract shall not be otherwise assigned, transferred, contracted or subcontracted out without the prior written approval of City. 16. RESPONSIBILITY FOR DAMAGES OR INJURY 16.1 City and its elected or appointed officers, agents, officials, employees and volunteers shall not be responsible in any manner for any loss or damage to any of the materials or other things used or employed in performing the Project or for injury to or death of any person as a result of Contractor's performance of the Work required hereunder, or for damage to property from any cause arising from the performance of the Project by Contractor, or its subcontractors, or its workers, or anyone employed by either of them. 16.2 Contractor shall be responsible for any liability imposed by law and for injuries to or death of any person or damage to property resulting from defects, obstructions or from any cause arising from Contractor's Work on the Project, or the Work of any subcontractor or supplier selected by Contractor. 16.3 To the fullest extent permitted by law, Contractor shall indemnify, defend and hold harmless City, its elected or appointed officers, agents, officials, employees and volunteers (collectively, the "Indemnified Parties") from and against any and all claims (including, without limitation, claims for bodily injury, death or damage to property), demands, obligations, damages, actions, causes of action, suits, losses, judgments, fines, penalties, liabilities, costs and expenses (including, without limitation, attorneys' fees, disbursements and court costs) of every kind and nature whatsoever (individually, a Claim; collectively, "Claims"), which may arise from or in any manner relate (directly or indirectly) to any breach of the terms and conditions of this Contract, any Work performed or Services provided under this Contract including, without limitation, defects in workmanship or materials or Contractor's presence or activities conducted on the Project (including the negligent, reckless, and/or willful acts, errors and/or omissions of Contractor, its principals, officers, agents, employees, vendors, suppliers, subconsultants, subcontractors, anyone employed directly or indirectly by any of them or for whose acts they may be liable for any or all of them). 16.4 Notwithstanding the foregoing, nothing herein shall be construed to require Contractor to indemnify the Indemnified Parties from any Claim arising from the sole negligence or willful misconduct of the Indemnified Parties. Nothing in this indemnity shall be construed as authorizing any award of attorneys' fees in any action on or to enforce the terms of this Contract. This indemnity shall apply to all claims and liability regardless AME Builders, Inc. Page 6 of whether any insurance policies are applicable. The policy limits do not act as a limitation upon the amount of indemnification to be provided by Contractor. 16.5 Contractor shall perform all Work in a manner to minimize public inconvenience and possible hazard, to restore other work areas to their original condition and former usefulness as soon as possible, and to protect public and private property. Contractor shall be liable for any private or public property damaged during the performance of the Project Work. 16.6 To the extent authorized by law, as much of the money due Contractor under and by virtue of the Contract as shall be considered necessary by City may be retained by it until disposition has been made of such suits or claims for damages as aforesaid. 16.7 Nothing in this Section or any other portion of the Contract Documents shall be construed as authorizing any award of attorneys' fees in any action to enforce the terms of this Contract, except to the extent provided for above. 16.8 The rights and obligations set forth in this Section shall survive the termination of this Contract. 17. CHANGE ORDERS 17.1 This Contract may be amended or modified only by mutual written agreement of the parties. 17.2 The Contractor shall only commence work covered by a change order after the change order is executed and notification to proceed has been provided by the City. 17.3 There shall be no change in the Contractor's members of the project team, as listed in the approved proposal, which is a part of this contract without prior written approval by the City. 18. CONFLICTS OF INTEREST 18.1 Contractor or its employees may be subject to the provisions of the California Political Reform Act of 1974 (the "Act") and/or Government Code §§ 1090 et seq., which (1) require such persons to disclose any financial interest that may foreseeably be materially affected by the Work performed under this Contract, and (2) prohibit such persons from making, or participating in making, decisions that will foreseeably financially affect such interest. 18.2 If subject to the Act and/or Government Code §§ 1090 et seq., Contractor shall conform to all requirements therein. Failure to do so constitutes a material breach and is grounds for immediate termination of this Contract by City. Contractor shall indemnify and hold harmless City for any and all claims for damages resulting from Contractor's violation of this Section. AME Builders, Inc. Page 7 19. TERMINATION 19.1 In the event that either party fails or refuses to perform any of the provisions of this Contract at the time and in the manner required, that party shall be deemed in default in the performance of this Contract. If such default is not cured within a period of two (2) calendar days, or if more than two (2) calendar days are reasonably required to cure the default and the defaulting party fails to give adequate assurance of due performance within two (2) calendar days after receipt of written notice of default, specifying the nature of such default and the steps necessary to cure such default, the non -defaulting party may terminate the Contract forthwith by giving to the defaulting party written notice thereof. 19.2 Notwithstanding the above provisions, City shall have the right, at its sole discretion and without cause, of terminating this Contract at any time by giving seven (7) calendar days' prior written notice to Contractor. In the event of termination under this Section, City shall pay Contractor for Services satisfactorily performed and costs incurred up to the effective date of termination for which Contractor has not been previously paid. On the effective date of termination, Contractor shall deliver to City all materials purchased in performance of this Contract. 20. STANDARD PROVISIONS 20.1 Recitals. City and Contractor acknowledge that the above Recitals are true and correct and are hereby incorporated by reference into this Contract. 20.2 Compliance with all Laws. Contractor shall at its own cost and expense comply with all statutes, ordinances, regulations and requirements of all governmental entities, including federal, state, county or municipal, whether now in force or hereinafter enacted. In addition, all Work prepared by Contractor shall conform to applicable City, county, state and federal laws, rules, regulations and permit requirements and be subject to approval of the Project Administrator. 20.3 Integrated Contract. This Contract represents the full and complete understanding of every kind or nature whatsoever between the parties hereto, and all preliminary negotiations and agreements of whatsoever kind or nature are merged herein. No verbal agreement or implied covenant shall be held to vary the provisions herein. 20.4 Conflicts or Inconsistencies. In the event there are any conflicts or inconsistencies between this Contract and any other attachments attached hereto, the terms of this Contract shall govern. 20.5 Interpretation. The terms of this Contract shall be construed in accordance with the meaning of the language used and shall not be construed for or against either party by reason of the authorship of the Contract or any other rule of construction which might otherwise apply. AME Builders, Inc. Page 8 20.6 Amendments. This Contract may be modified or amended only by a written document executed by both Contractor and City and approved as to form by the City Attorney. 20.7 Severability. If any term or portion of this Contract is held to be invalid, illegal, or otherwise unenforceable by a court of competent jurisdiction, the remaining provisions of this Contract shall continue in full force and effect. 20.8 Controlling Law and Venue. The laws of the State of California shall govern this Contract and all matters relating to it and any action brought relating to this Contract shall be adjudicated in a court of competent jurisdiction in the County of Orange, State of California. 20.9 Equal Opportunity Employment. Contractor represents that it is an equal opportunity employer and it shall not discriminate against any subcontractor, employee or applicant for employment because of race, religious creed, color, national origin, ancestry, physical handicap, medical condition, marital status, sex, sexual orientation, age or any other impermissible basis under law. 20.10 No Attorney's Fees. In the event of any dispute or legal action arising under this contract, the prevailing party shall not be entitled to attorneys' fees. 20.11 Counterparts. This Contract may be executed in two (2) or more counterparts, each of which shall be deemed an original and all of which together shall constitute one (1) and the same instrument. 21. EFFECT OF CONTRACTOR'S EXECUTION Execution of this Contract and all other Contract Documents by Contractor is a representation that Contractor has visited the Project site, has become familiar with the local conditions under which the Work is to be performed, and has correlated all relevant observations with the requirements of the Contract Documents. 22. WAIVER A waiver by City or any term, covenant, or condition in the Contract Documents shall not be deemed to be a waiver of any subsequent breach of the same or any other term, covenant or condition. 23. RECITALS City and Contractor acknowledge that the above Recitals are true and correct and are hereby incorporated by reference into this Contract. [SIGNATURES ON NEXT PAGE] AME Builders, Inc. Page 9 IN WITNESS WHEREOF, the parties hereto have caused this Contract to be executed on the day and year first written above. APPROVED AS TO FORM: CITY ATTORNEY'S OFFICE Date: I /Z,112-5 CITY OF NEWPORT BEACH, a California municipal corporation Date: 11 I W12.S- By: By: 'm / Aa n C. Harp JoeWton City Attorney Mayor ATTEST: �/ _ CONTRACTOR: AME BUILDERS, INC., Date: a California corporation Date: By: ZS`0� Lena Shumway City Clerk Signed in Counterpart Bv: Don Dongwook Seo Chief Executive Officer Date: Signed in Counterpart Junghee Seo Secretary, Chief Financial Officer [END OF SIGNATURES] Attachments: Exhibit A -- Labor and Materials Payment Bond Exhibit B -- Faithful Performance Bond Exhibit C - Insurance Requirements AME Builders, Inc. Page 10 IN WITNESS WHEREOF, the parties hereto have caused this Contract to be executed on the day and year first written above. APPROVED AS TO FORM: CITY ATTORNEY'S OFFICE Date:_ 1 p /7-1/2 By: Aa n C. Harp City Attorney ATTEST: Date: Lena Shumway City Clerk CITY OF NEWPORT BEACH, a California municipal corporation Date: By: Joe Stapleton Mayor CONTRACTOR: AME BUILDERS, INC., a California cor oration Date: Z B D ongw i6k e Chief Executive Officer Date UM Junghee Seo Secretary, Chief Financial Officer [END OF SIGNATURES] Attachments: Exhibit A -- Labor and Materials Payment Bond Exhibit B -- Faithful Performance Bond Exhibit C - Insurance Requirements AME Builders, Inc. Page 10 EXECUTED IN 2 ORIGINAL COUNTERPARTS EXHIBIT A CITY OF NEWPORT BEACH BOND NO. 7901289703 LABOR AND MATERIALS PAYMENT BOND WHEREAS, the City of Newport Beach, State of California, has awarded to AME BUILDERS, INC, hereinafter designated as the "Principal," a contract for: The work necessary for the completion of this contract consists of removing and disposing of the existing roofing systems, installing new built-up roof systems, and all other work as specified in the contract documents at the following locations: 1. Mariners Library (1300 Irvine Avenue); and 2. Fire Station No. 7 (20401 SW Acacia Street) in the City of Newport Beach, in strict conformity with the Contract on file with the office of the City Clerk of the City of Newport Beach, which is incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute the Contract and the terms thereof require the furnishing of a bond, providing that if Principal or any of Principal's subcontractors, shall fail to pay for any materials, provisions, or other supplies used in, upon, for, or about the performance of the Work agreed to be done, or for any work or labor done thereon of any kind, the Surety on this bond will pay the same to the extent hereinafter set forth. NOW, THEREFORE, We the undersigned Principal, and, NATIONWIDE MUTUAL INSURANCE COMPANY duly authorized to transact business under the laws of the State of Califomia, as Surety, (referred to herein as "Surety") are held and firmly bound unto the City of Newport Beach, in the sum of Four Hundred Twenty Three Thousand Four Hundred Dollars ($423,400.00) lawful money of the United States of America, said sum being equal to 100% of the estimated amount payable by the City of Newport Beach under the terms of the Contract; for which payment well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these present. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Principal or the Principal's subcontractors, fail to pay for any materials, provisions, or other supplies, implements or machinery used in, upon, for, or about the performance of the Work contracted to be done, or for any other work or labor thereon of any kind, or for amounts due under the Unemployment Insurance Code with respect to such work or labor, or for any amounts required to be deducted, withheld and paid over to the Employment Development Department from the wages of employees of the Principal and subcontractors pursuant to Section 13020 of the Unemployment Insurance Code with respect to such work and labor, then the Surety will pay for the same, in an amount not exceeding the sum specified in this Bond, and also, in case suit is brought to enforce the obligations of this Bond, a reasonable attorneys' fee, to be fixed by the Court as required by the provisions of Section 9554 of the Civil Code of the State of California. The Bond shall inure to the benefit of any and all persons, companies, and corporations entitled to file claims under Section 9100 of the California Civil Code so as AME Builders, Inc. Page A-1 to give a right of action to them or their assigns in any suit brought upon this Bond, as required by and in accordance with the provisions of Sections 9500 et seq. of the Civil Code of the State of California. And Surety, for value received, hereby stipulates and agrees that no change, extension of time, alterations or additions to the terms of the Contract or to the Work to be performed thereunder shall in any wise affect its obligations on this Bond, and it does hereby waive notice of any such change, extension of time, alterations or additions to the terms of the Contract or to the Work or to the specifications. In the event that any principal above named executed this Bond as an lndivid.ual, ''- it is agreed that the death of any such principal shall not exonerate the Surety from its__ obligations under this Bond. IN WITNESS WHEREOF, this instrument has been duly executed by the above named Principal and Surety, on the 4TH day of NOVEMBER 2G:25 AVE BUILDERS, INC. Name of Contractor (Principal) NATIONWIDE MUTUAL INSURANCE COMPANY Name of Surety 1 PARK PLAZA *600 IRVINE, CA 92614 Address of Surety 626-859-1000 Telephone APPROVED AS TO FORM: CITY ATTORNEY'S OFFICE Date: By: / A on C. Harp City Attorney Authorize Signature/Title % ve Authori ed gent Signa re KEVIN VEGA, ATTORNEY -in -FACT Print Name and Title (Corporate Seal) NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED AME Builders, Inc. Page A-2 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE § 1189 A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of San Bernardino On I LL4 ZOZ before me, Hyun Ho Phillip Goo. Notary Public Date Here Insert Name and Title of the Officer personally appeared Don Seo Name(s) of Signer(p) who proved to me on the basis of satisfactory evidence to be the person(5) whose nameK istaf.-, subscribed to the within instrument and acknowledged to me that he/fie/they executed the same in his/hw/fhsir authorized capacity(ies), and that by his/hertthQk signatureN on the instrument the person, or the entity upon behalf of which the person(s) acted, executed the instrument. 40 hF HYUN HO N-1ILLIP G00 - = COMM. # 2413446 r<n o -NOTARY PUBLIC-CALIFORNIA Ul Los ANGELES COUNTY °^�irow�" MY Cokni. Exp. SEP. 17, 2026 I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and off Signature Place Notary Seal Above OPTIONAL Though this section is optional, completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: Document Date: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: ❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ General ❑ Individual ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: Number of Pages: Signer's Name: ❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ General ❑ Individual ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: ------------- ©2016 National Notary Association • www.NationalNotary.org • 1-800-US NOTARY (1-800-876-6827) Item #5907 Power of Attorney KNOW ALL MEN BY THESE PRESENTS THAT: Nationwide Mutual Insurance Company, an Ohio corporation hereinafter referred to severally as the "Company" and collectively as "the Companies" does hereby make, constitute and appoint: BRITTON CHRISTIANSEN; KEVII\ VEGA; PHILIP E VEGA; each in their individual capacity, its true and lawful attorney -in -fact, with full power and authority to sign, seal, and execute on its behalf any and all bonds and undertakings, and other obligatory instruments of similar nature, in penalties not exceeding the sum of UNLIMITED and to bind the Company thereby, as fully and to the same extent as if such Instruments were signed by the duly authorized officers of the Company; and all acts of said Attorney pursuant to the authority given are hereby ratified and confirmed. This power of attorney is made and executed pursuant to and by authority of the following resolution duly adopted by the board of directors of the Company: "RESOLVED, that the president, or any vice president be, and each hereby is, authorized and empowered to appoint attorneys -in -tact of the Company, and to authorize them to execute and deliver on behalf of the Company any and all bonds, forms, applications, memorandums, undertakings, recognizances, transfers, contracts of indemnity, policies, contracts guaranteeing the fidelity of persons holding positions of public or private trust, and other writings obligatory in nature that the business of the Company may require; and to modify or revoke, with or without cause, any such appointment or authority; provided, however, that the authority granted hereby shall in no way limit the authority of other duly authorized agents to sign and countersign any of said documents on behalf of the Company." "RESOLVED FURTHER, that such attorneys -in -fact shall have full power and authority to execute and deliver any and all such documents and to bind the Company subject to the terms and limitations of the power of attorney issued to them, and to affix the seal of the Company thereto; provided, however, that said seal shall not be necessary for the validity of any such documents." This power of attorney is signed and sealed under and by the following bylaws duly adopted by the board of directors of the Company. Execution of Instruments. Any vice president, any assistant secretary or any assistant treasurer shall have the power and authority to sign or attest all approved documents, Instruments, contracts, or other papers in connection with the operation of the business of the company in addition to the chairman of the board, the chief executive officer, president, treasurer or secretary; provided, however, the signature of any of them may be printed, engraved, or stamped on any approved document, contract, instrument, or other papers of the Company. IN WITNESS WHEREOF, the Company has caused this instrument to be sealed and duly attested by the signature of Its officer the 1 st day of April, 2024. Antonio C. Albanese, Vice President of Nationwide Mutual Insurance Company ACKNOWLEDGMENT v!, �yA}!, STATE OF NEW YORK COUNTY OF KINGS: ss On this 1st day of April, 2024, before me came the above -named officer for the Company -4 aforesaid, to me personally known to be the officer described in and who executed the instrument, and he acknowledged the the same, and being by duly *.SEAL ar,(ncw preceding execution of me ,,ro(UMglji sworn, deposes and says, that he is the officer of the Company aforesaid, that the seal affixed D�� hereto is the corporate seal of said Company, and the said corporate seal and his signature were duly affixed and subscribed to said instrument by the authority and direction of said Company. Sharon Laburda Notary Public, Slate of New York No.01LA6427697 Qualified in Kings County Notary Pub(lc Commission Expires January 3 2025 My Commisslan Exp,ss CERTIFICATE AWE Y3.2226 I, Lezlie F. Chimienti, Assistant Secretary of the Company, do hereby certify that the foregoing is a full, true and correct copy of the original power of attorney Issued by the Company; that the resolution included therein is a true and correct transcript from the minutes of the meetings of the boards of directors and the. same has not been revoked or amended in any manner; that said Antonio C. Albanese was on the date of the execution of the foregoing power of attorney the duly elected officer of the Company, and the corporate seal and his signature as officer were duly affixed and subscribed to the said instrument by the authority of / said board of directors; and the foregoing power of attorney is still In full force and effect. IN WITNESS WHEREOF, I have hereunto subscribed my name as Assistant Secretary, and affixed the corporate seal of said Company this 4th day of nl „o ,hog Enos Assistant Secretary BDJ 1(04-24)00 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California } ss. County of LOS ANGELES On November 4th, 2025 before me, Philip Vega, Notary Public Here Insert Name and Title of the Officer personally appeared Kevin Vega, Attorney -in -Fact Name(s) of Signer(s) '= PHILIP VEGA Notary Public • California _ T Lcs Angeles County w 4y Commission # 2490569 Comm, Expires May 31, 2028 r who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) islare subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true nd correct. WITNESS my hand and OPTIONAL Though the information below is not required bylaw, it may prove valuable to persons relying on the document and cotvent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title of Type of Document: Document Date: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name ❑ Individual ❑ Corporate Officer Title(s): ❑ Partner - ❑ Limited ❑ General ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Too of thumb here Number of Pages: Signer's Name ❑ Individual ❑ Corporate Officer Title(s): ❑ Partner - ❑ Limited ❑ General ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: ner Right Thumbprint of Signer Top of thumb here CA\DD\02000.501 1 1\10151761.2 22 (UPDATED: 01-19) EXECUTED IN 2 ORIGINAL COUNTERPARTS EXHIBIT B CITY OF NEWPORT BEACH BOND NO. 7901289703 FAITHFUL PERFORMANCE BOND KNOW ALL PERSONS BY THESE PRESENTS: THAT WHEREAS, the City of Newport Beach, (hereinafter referred to as "City`) has awarded to AME Builders, Inc., (hereinafter referred to as the "Contractor") an agreement for: The work necessary for the completion of this contract consists of removing and disposing of the existing roofing systems, installing new built-up roof systems, and all other work as specified in the contract documents at the following locations:1. Mariners Library (1300 Irvine Avenue); and 2. Fire Station No. 7 (20401 SW Acacia Street) (hereinafter referred to as the "Project"). WHEREAS, the work to be performed by the Contractor is more particularly set forth in the Contract Documents for the Project dated October 28, 2025, (hereinafter referred to as "Contract Documents"), the terms and conditions of which are expressly incorporated herein by reference; and WHEREAS, the Contractor is required by said Contract Documents to perform the terms thereof and to furnish a bond for the faithful performance of said Contract Documents. NOW, THEREFORE, we, the undersigned Contractor and NATIONWIDE MUTUAL INSURANCE COMPANY as Surety, a corporation organized and duly authorized to transact business under the laws of the State of California, are held and firmly bound unto the City in the sum of Four Hundred Twenty Three Thousand Four Hundred Dollars ($423,400.00), said sum being not less than one hundred percent (100%) of the total amount of the Contract, for which amount well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors and assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH, that, if the Contractor, their or its heirs, executors, administrators, successors or assigns, shall in all things stand to and abide by, and well and truly keep and perform the covenants, conditions and agreements in the Contract Documents and any alteration thereof made as therein provided, on its part, to be kept and performed at the time and in the manner therein specified, and in all respects according to their intent and meaning; and shall faithfully fulfill all obligations including the one (1) year guarantee of all materials and workmanship; and shall indemnify and save harmless the City, their respective officials, officers, employees, and authorized volunteers, as stipulated in said Contract Documents, then this obligation shall become null and void; otherwise it shall be and remain in full force and effect. As a part of the obligation secured hereby and in addition to the face amount specified therefore, there shall be included costs and reasonable expenses and fees including reasonable attorney's fees, incurred by City in enforcing such obligation. AME Builders, Inc. Page B-1 As a condition precedent to the satisfactory completion of the Contract Documents, unless otherwise provided for in the Contract Documents, the above obligation shall hold good for a period of one (1) year after the acceptance of the work by City, during which time if Contractor shall fail to make full, complete, and satisfactory repair and replacements and totally protect the City from loss or damage resulting from or caused by defective materials or faulty workmanship. The obligations of Surety hereunder shall continue so long as any obligation of Contractor remains. Nothing herein shall limit the City's rights or the Contractor or Surety's obligations under the Contract, law or equity, including, but not limited to, California Code of Civil Procedure Section 337.15. Whenever Contractor shall be, and is declared by the City to be, in default under the Contract Documents, the Surety shall remedy the default pursuant to the Contract Documents, or shall promptly, at the City's option: Take over and complete the Project in accordance with all terms and conditions in the Contract Documents; or Obtain a bid or bids for completing the Project in accordance with all terms and conditions in the Contract Documents and upon determination by Surety of the lowest responsive and responsible bidder, arrange for a Contract between such bidder, the Surety and the City, and make available as work progresses sufficient funds to pay the cost of completion of the Project, less the balance of the contract price, including other costs and damages for which Surety may be liable. The term "balance of the contract price" as used in this paragraph shall mean the total amount payable to Contractor by the City under the Contract and any modification thereto, less any amount previously paid by the City to the Contractor and any other set offs pursuant to the Contract Documents. iii. Permit the City to complete the Project in any manner consistent with California law and make available as work progresses sufficient funds to pay the cost of completion of the Project, less the balance of the contract price, including other costs and damages for which Surety may be liable. The term "balance of the contract price" as used in this paragraph shall mean the total amount payable to Contractor by the City under the Contract and any modification thereto, less any amount previously paid by the City to the Contractor and any other set offs pursuant to the Contract Documents. Surety expressly agrees that the City may reject any contractor or subcontractor which may be proposed by Surety in fulfillment of its obligations in the event of default by the Contractor. Surety shall not utilize Contractor in completing the Project nor shall Surety accept a bid from Contractor for completion of the Project if the City, when declaring the Contractor in default, notifies Surety of the City's objection to Contractor's further participation in the completion of the Project. AME Builders, Inc. Page B-2 The Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Contract Documents or to the Project to be performed thereunder shall in any way affect its obligations on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the Contract Documents or to the Project. IN WITNESS WHEREOF, this instrument has been duly executed by the Principal and Surety above named, on the 4TH day of NOVEMBER 12025 AME BUILDERS, INC. Name of Contractor (Principal) Aut orIized SignatureMtle NATIONWIDE MUTUAL INSURANCE COMPANY q veo Name of Surety Attorney ' ct VIN VEGA 1 PARK PLAZA #600 IRVINE, CA 92614 KEVIN VEGA, ATTORNEY -in -FACT Address of Surety Print Name and Title 626-E59-1000 (Corporate Seal) Telephone (Attach Attorney -in -Fact Certificate) The rate of premium on this bond is $14 40 per thousand. The total amount of premium charges is $6,097.00 (The above must be filled in by corporate attorney.) Any claims under this bond may be addressed to: (Name and Address of Surety or NATIONWIDE MUTUAL INSURANCE COMPANY Agent for Service in California) 1 PARK PLAZA 4600 IRVINE, CA 92614 APPROVED AS TO FORM: CITY ATTORNEY'S OFFICE Date:_ 911I g /sz, By: o :Fve- A24on C. Harp 6 ti6 City Attorney 1�'11 NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED AME Builders, Inc. Page B-3 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE § 1189 A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of San Bernardino On ZUZC before me, Hyun Ho Phillip Goo Notary Public Date Here Insert Name and Title of the Officer personally appeared Don Seo Names) of Signer(s) who proved to me on the basis of satisfactory evidence to be the person(s) whose name is%r,-, subscribed to the within instrument and acknowledged to me that he/giie/they executed the same in his/her/their authorized capacity(te , and that by his/herftl}air signatureN on the instrument the person, or the entity upon behalf of which the personN acted, executed the instrument. �"'S�LOFTEJ HYUN HO PHILLP+ GO } Cow.# 2413446 to NOTARY PUBLIC -CALIFORNIA N \ Los ANGELES COUNly MY COttt,t. ExP. $_P. 1), 2�26 L I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official Signature Public Place Notary Seal Above OPTIONAL Though this section is optional, completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: Document Date: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: ❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ General ❑ Individual ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: Number of Pages: Signer's Name: ❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ General ❑ Individual ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: ---------------- ©2016 National Notary Association • www.NationalNotary.org • 1-800-US NOTARY (1-800-876-6827) Item #5907 Power of Attorney KNOW ALL MEN BY THESE PRESENTS THAT: Nationwide Mutual Insurance Company, an Ohio corporation hereinafter referred to severally as the "Company" and collectively as "the Companies" does hereby make, constitute and appoint: BRITTON CHRISTIANSEN; KEVIN VEGA; PHILIP E VEGA; each in their individual capacity, Its true and lawful attorney -in -fact, with full power and authority to sign, seal, and execute on its behalf any and all bonds and undertakings, and other obligatory instruments of similar nature, in penalties not exceeding the sum of UNLIMITED and to bind the Company thereby, as fully and to the same extent as if such Instruments were signed by the duly authorized officers of the Company; and all acts of said Attorney pursuant to the authority given are hereby ratified and confirmed. This power of attorney is made and executed pursuant to and by authority of the following resolution duly adopted by the board of directors of the Company: "RESOLVED, that the president, or any vice president be, and each hereby is, authorized and empowered to appoint attorneys -in -fact of the Company, and to authorize them to execute and deliver on behalf of the Company any and all bonds, forms, applications, memorandums, undertakings, recognizances, transfers, contracts of indemnity, policies, contracts guaranteeing the fidelity of persons holding positions of public or private trust, and other writings obligatory in nature that the business of the Company may require; and to modify or revoke, with or without cause, any such appointment or authority; provided, however, that the authority granted hereby shall in no way limit the authority of other duly authorized agents to sign and countersign any of said documents on behalf of the Company." "RESOLVED FURTHER, that such attorneys -in -fact shall have full power and authority to execute and deliver any and all such documents and to bind the Company subject to the terms and limitations of the power of attorney issued to them, and to affix the seal of the Company thereto; provided, however, that said seal shall not be necessary for the validity of any such documents." This power of attorney is signed and sealed under and by the following bylaws duly adopted by the board of directors of the Company. Execution of Instruments. Any vice president, any assistant secretary or any assistant treasurer shall have the power and authority to sign or attest all approved documents, instruments, contracts, or other papers in connection with the operation of the business of the company in addition to the chairman of the board, the chief executive officer, president, treasurer or secretary; provided, however, the signature of any of them may be printed, engraved, or stamped on any approved document, contract, instrument, or other papers of the Company. IN WITNESS WHEREOF, the Company has caused this instrument to be sealed and duly attested by the signature of Its officer the 1 st day of April, 2024. Antonio C. Albanese, Vice President of Nationwide Mutual Insurance Company ACKNOWLEDGMENT r 'dlAto}!ft,, STATE OF NEW YORK COUNTY OF KINGS: ss AK' 0 On this 1st day of April, 2024, before me came the above -named officer for the Company ��` I *;SEAL ;'i aforesaid, to me personally known to be the officer described in and who executed the preceding instrument, and he acknowledged the execution of the same, and being by me duly s'r^`"'' sworn, deposes and says, that he is the officer of the Company aforesaid, that the seal affixed hereto is the corporate seal of said Company, and the said corporate seal and his signature were duly affixed and subscribed to said instrument by the authority and direction of said Company. Sharon Laburda Notary Public, Stale of New York NO.O1LA6427697 Qualified In fin s County ty Notary PuWk Corrmmission Expires January 3 2026 My CommisatW EWMG _ CERTIFICATE January 1. 2tK6. I, Lezlie F. Chimienti, Assistant Secretary of the Company, do hereby certify that the foregoing is a full, true and correct copy of the originalpower of attorney - Issued by the Company; that the resolution included therein is a true and correct transcript from the minutes of the meetings of the boards of directors and the same has not been revoked or amended in any manner; that said Antonio C. Albanese was on the date of the execution of the foregoing_ power of attorney the duly elected officer of the Company, and the corporate seal and his signature as officer were duly affixed and subscribed to the said instrument by the authority. of said board of directors; and the foregoing power of attorney is still in full force and effect. IN WITNESS WHEREOF, I have hereunto subscribed my name as Assistant Secretary, and affixed the corporate seal of said Company this 4th day;of November 2025 Assistant Secretary BDJ 1(04-24)00 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California } ss. County of LOS ANGELES On November 4th, 2025 before me, Philip Vega, Notary Public Here Insert Name and Title of the Officer personally appeared Kevin Vega, Attorney -in -Fact Name(s) of Signer(s) PHIL;P MEGA Notary Public • California Nl Lo! Angeles County Commilsfon 2990569 My Comm, Expires May 31, 2028 r Place Notary Seal Above who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is trye and correct. WITNESS my hand and q� ikial OPTIONAL Though the information below is not required by law, it may prove valuable to persons relying on the document i lli could prevent fraudulent removal and reattachment of this form to another document. �1 Description of Attached Document Title of Type of Document: Document Date: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name ❑ Individual ❑ Corporate Officer Title(s): ❑ Partner - ❑ Limited ❑ General ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: ner is Representing: CA1D D102000.50111 \10151761.2 22 Number of Pages: Signer's Name ❑ Individual ❑ Corporate Officer Title(s): ❑ Partner - ❑ Limited ❑ General ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: ner is rtepresennng: Top of thumb here (UPDATED: 01-19) EXHIBIT C INSURANCE REQUIREMENTS — PUBLIC WORKS AND CONSTRUCTION 1. Provision of Insurance. Without limiting Contractor's indemnification of City, and prior to commencement of Work, Contractor shall obtain, provide and maintain at its own expense during the term of this Contract, policies of insurance of the type and amounts described below and in a form satisfactory to City. Contractor agrees to provide insurance in accordance with requirements set forth here. If Contractor uses existing coverage to comply and that coverage does not meet these requirements, Contractor agrees to amend, supplement or endorse the existing coverage. 2. Acceptable Insurers. All insurance policies shall be issued by an insurance company currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, with an assigned policyholders' Rating of A- (or higher) and Financial Size Category Class VII (or larger) in accordance with the latest edition of Best's Key Rating Guide, unless otherwise approved by the City's Risk Manager. 3. Coverage Requirements. A. Workers' Compensation Insurance. Contractor shall maintain Workers' Compensation Insurance providing statutory benefits and Employer's Liability Insurance with limits of at least one million dollars ($1,000,000) each employee for bodily injury by accident and each employee for bodily injury by disease in accordance with the laws of the State of California. In addition, Contractor shall require each subcontractor to similarly maintain Workers' Compensation Insurance and Employer's Liability Insurance in accordance with California law for all of the subcontractor's employees. The insurer issuing the Workers' Compensation insurance shall amend its policy by endorsement to waive all rights of subrogation against City, its City Council, boards and commissions, officers, agents, volunteers, employees. Contractor shall submit to City, along with the certificate of insurance, a Waiver of Subrogation endorsement in favor of City, its City Council, boards and commissions, officers, agents, volunteers, employees. B. General Liability Insurance. Contractor shall maintain commercial general liability insurance, and if necessary excess/umbrella liability insurance, with coverage at least as broad as provided by Insurance Services Office form CG 00 01, in an amount not less than two million dollars ($2,000,000) per occurrence, four million dollars ($4,000,000) general aggregate and four million dollars ($4,000,000) completed operations aggregate. The policy shall cover liability arising from bodily injury, property damage, products -completed operations, personal and AME Builders, Inc. Page C-1 advertising injury, and liability assumed under an insured contract (including the tort liability of another assumed in a business contract). Contractor shall submit to City, along with a certificate of insurance, additional coverage as stated in Section 4. Other Insurance Requirements. C. Automobile Liability Insurance. Contractor shall maintain automobile insurance at least as broad as Insurance Services Office form CA 00 01 covering bodily injury and property damage for all activities of Contractor arising out of or in connection with Work to be performed under this Contract, including coverage for any owned, hired, non -owned or rented vehicles, in an amount not less than one million dollars ($1,000,000) combined single limit for each accident. Contractor shall submit to City, along with a certificate of insurance, additional coverage as stated in Section 4. Other Insurance Requirements. D. Builder's Risk Insurance. Contractor shall maintain Builders Risk insurance or an installation floater as directed by City, covering damages to the Work for "all risk" or special causes of loss form with limits equal to 100% of the completed value of the Contract, with coverage to continue until final acceptance of the Work by City. At the discretion of City, the requirement for such coverage may include additional protection for Earthquake and/or Flood. City shall be included as an insured on such policy, and Contractor shall provide City with a copy of the policy. E. Excess/Umbrella Liability Insurance. If any Excess or Umbrella Liability policies are used to meet the limits of liability required by this contract, then said policies shall be "following form" of the underlying policy coverage, terms, conditions, and provisions and shall meet all of the insurance requirements stated in this contract, including, but not limited to, the additional insured and primary & non-contributory insurance requirements stated herein. No insurance policies maintained by the City, whether primary or excess, and which also apply to a loss covered hereunder, shall be called upon to contribute to a loss until the Contractor's primary and excess/umbrella liability policies are exhausted. Contractor shall submit to City, along with a certificate of insurance, additional coverage as stated in Section 4. Other Insurance Requirements. 4. Other Insurance Requirements. The policies are to contain, or be endorsed AME Builders, Inc. Page C-2 to contain, the following provisions: A. Waiver of Subrogation. All insurance coverage maintained or procured pursuant to this Contract shall be endorsed to waive subrogation against City of City, its City Council, boards and commissions, officers, agents, volunteers, employees, or shall specifically allow Contractor or others providing insurance evidence in compliance with these requirements to waive their right of recovery prior to a loss. Contractor hereby waives its own right of recovery against City, and shall require similar written express waivers and insurance clauses from each of its subcontractors. B. Additional Insured Status. All liability policies including general liability, excess/umbrella liability, and automobile liability, if required, but not including professional liability, shall provide or be endorsed to provide that City, its City Council, boards and commissions, officers, agents, volunteers, employees shall be included as additional insureds under such policies. C. Primary and Non Contributory. Contractor's insurance coverage shall be primary insurance and/or the primary source of recovery with respect to City, its City Council, boards and commissions, officers, agents, volunteers, employees. Any insurance or self-insurance maintained by City shall be excess of Contractor's insurance and shall not contribute with it. D. Notice of Cancellation. All policies shall provide City with thirty (30) calendar days' notice of cancellation or nonrenewal of coverage (except for nonpayment for which ten (10) calendar days' notice is required) for each quired coverage except Builders Risk Insurance, which shall contain an endorsement with said required notices. E. Subcontractors. Contractor shall require and verify that all subcontractors maintain insurance meeting all the requirements stated herein, and Contractor shall ensure that City is an additional insured on insurance required from subcontractors. For CGL coverage subcontractors shall provide coverage with a format at least as broad as CG 20 38 04 13. Limits of liability for General Liability in an amount not less than one million dollars ($1,000,000) per occurrence, two million dollars ($2,000,000) general aggregate and two million dollars ($2,000,000) completed operations aggregate. 5. Additional Agreements Between the Parties. The parties hereby agree to the following: A. Evidence of Insurance. Contractor shall provide certificates of insurance AME Builders, Inc. Page C-3 to City as evidence of the insurance coverage required herein, along with a waiver of subrogation endorsement for workers' compensation and other endorsements as specified herein for each coverage. All of the executed documents referenced in this Contract must be returned to City within ten (10) regular City business days after the date on the "Notification of Award". Insurance certificates and endorsements must be approved by City's Risk Manager prior to commencement of performance. Current certification of insurance shall be kept on file with City at all times during the term of this Contract. The certificates and endorsements for each insurance policy shall be signed by a person authorized by that insurer to bind coverage on its behalf. At least fifteen (15) days prior to the expiration of any such policy, evidence of insurance showing that such insurance coverage has been renewed or extended shall be filed with the City. If such coverage is cancelled or reduced, Contractor shall, within ten (10) days after receipt of written notice of such cancellation or reduction of coverage, file with the City evidence of insurance showing that the required insurance has been reinstated or has been provided through another insurance company or companies. City reserves the right to require complete, certified copies of all required insurance policies, at any time. B. City's Right to Revise Requirements. The City reserves the right at any time during the term of the Contract to change the amounts and types of insurance required by giving Contractor ninety (90) calendar days' advance written notice of such change. If such change results in substantial additional cost to Contractor, City and Contractor may renegotiate Contractor's compensation. C. Right to Review Subcontracts. Contractor agrees that upon request, all agreements with subcontractors or others with whom Contractor enters into contracts with on behalf of City will be submitted to City for review. Failure of City to request copies of such agreements will not impose any liability on City, or its employees. Contractor shall require and verify that all subcontractors maintain insurance meeting all the requirements stated herein, and Contractor shall ensure that City is an additional insured on insurance required from subcontractors. For CGL coverage, subcontractors shall provide coverage with a format at least as broad as CG 20 38 04 13. D. Enforcement of Contract Provisions. Contractor acknowledges and agrees that any actual or alleged failure on the part of City to inform Contractor of non-compliance with any requirement imposes no additional obligations on City nor does it waive any rights hereunder. AME Builders, Inc. Page C-4 E. Requirements not Limiting. Requirements of specific coverage features or limits contained in this Exhibit A are not intended as a limitation on coverage, limits or other requirements, or a waiver of any coverage normally provided by any insurance. Specific reference to a given coverage feature is for purposes of clarification only as it pertains to a given issue and is not intended by any party or insured to be all inclusive, or to the exclusion of other coverage, or a waiver of any type. If the Contractor maintains higher limits than the minimums shown above, the City requires and shall be entitled to coverage for higher limits maintained by the Contractor. Any available proceeds in excess of specified minimum limits of insurance and coverage shall be available to the City. F. Self -Insured Retentions. Contractor agrees not to self -insure or to use any self -insured retentions on any portion of the insurance required herein and further agrees that it will not allow any indemnifying party to self -insure its obligations to City. If Contractor's existing coverage includes a self -insured retention, the self -insured retention must be declared to City. City may review options with Contractor, which may include reduction or elimination of the self -insured retention, substitution of other coverage, or other solutions. Contractor agrees to be responsible for payment of any deductibles on their policies. G. City Remedies for Non Compliance. If Contractor or any subcontractor fails to provide and maintain insurance as required herein, then City shall have the right but not the obligation, to purchase such insurance, to terminate this Contract, or to suspend Contractor's right to proceed until proper evidence of insurance is provided. Any amounts paid by City shall, at City's sole option, be deducted from amounts payable to Contractor or reimbursed by Contractor upon demand. H. Timely Notice of Claims. Contractor shall give City prompt and timely notice of claims made or suits instituted that arise out of or result from Contractor's performance under this Contract, and that involve or may involve coverage under any of the required liability policies. City assumes no obligation or liability by such notice, but has the right (but not the duty) to monitor the handling of any such claim or claims if they are likely to involve City. Coverage not Limited. All insurance coverage and limits provided by Contractor and available or applicable to this Contract are intended to apply to the full extent of the policies. Nothing contained in this Contract or any other agreement relating to City or its operations limits the application of such insurance coverage. AME Builders, Inc. Page C-5 J. Coverage Renewal. Contractor will renew the coverage required here annually as long as Contractor continues to provide any Work under this or any other Contract or agreement with City. Contractor shall provide proof that policies of insurance required herein expiring during the term of this Contract have been renewed or replaced with other policies providing at least the same coverage. Proof that such coverage has been ordered shall be submitted prior to expiration. A coverage binder or letter from Contractor's insurance agent to this effect is acceptable. A certificate of insurance and/or additional insured endorsement as required in these specifications applicable to the renewing or new coverage must be provided to City with five (5) calendar days of the expiration of the coverages. K. Maintenance of General Liability Coverage. Contractor agrees to maintain commercial general liability coverage for a period of ten (10) years after completion of the Project or to obtain coverage for completed operations liability for an equivalent period. AME Builders, Inc. Page C-6 / G / k \ � \ k J E / \ � j 7 \ E 3 .. / k \ z J k d 2 o .2 % - E : i ( � / j = { ] u ] k k 2 @ j §_ / \ \ \ '@ . / z ƒ 5 w 0 d � ) \ �2 z, z � \ $ \ k \ \ .2 \ \ 8 City of Newport Beach 2025-2026 FACILITIES ROOFING PROJECT Contract No. C-9860-1 PROPOSAL (Contractor shall submit proposals via the PROPOSAL (Bid Line Items) contained in PlanetBids. Contractor shall sign the below acknowledgement) To the Honorable City Council City of Newport Beach 100 Civic Center Drive Newport Beach, California 92660 Councilmembers: The undersigned declares that the Contractor has carefully examined the location of the work, has read the Instructions to the Bidders, has examined the Plans and Special Provisions, and hereby proposes to furnish all materials except that material supplied by the City and shall perform all work required to complete Contract No. 9860-1 in accordance with the Plans and Special Provisions, and will take in full payment therefore the following unit prices for the work, complete in place, to wit: September 24, 2025 Date 909-766-3200, FAX: 909-907-0090 Bidder's Telephone and Fax Numbers 1057266, Class: A, B, C-39,10, 20, 33,43 Bidder's License No(s). and Classification(s) 1000455020 DIR Registration Number AME Builders, Inc. dba AME Roofing Bidder i Bidde uthorized Signature and Title °on seo, President 2095 W Arrow Rte., Upland, CA 91786 Bidder's Address Bidder's email address: estimating@amebuilders.net PR-1 Bidders must sign this Addendum No. 1 and attach it to the bid proposal. A bid may be deemed unresponsive unless this signed Addendum No. 1 is attached. I have carefully examined this Addendum and have included full payment in my Proposal. Don Seo Bidder's Name (Please Print) 9/12/2025 Date i` President Authorized ignature & Title Attachments: 1. Revised Technical Specification — Page 3A and 4A I:luser5'pUvnshnre dlcont�>.ct5`Jy2�r2G eurrenfooO_facibtlesVinmo+.2025-2020 faclliti s rooting c J3G0_2Afo21Wd docS'-nddendunPaddendum no. 1_98W.dou A4: Please see Attachment 3 Appendix B - As-Builts Bidders must sign this Addendum No. 2 and attach it to the bid proposal. A bid may be deemed unresponsive unless this signed Addendum No. 2 is attached. I have carefully examined this Addendum and have included full payment in my Proposal. Don Seo Bidder's Name (Please Print) September 24, 2025 Dater-- f President Autho zed SI-gffa-TU—re_& Title Attachments: 1. Non -Mandatory Pre -Bid Meeting Sign -in Sheet 2. Appendix A - Photos 3. Appendix B - As-Builts i:\userslpbw%shured\contraclstfy25-26 tur2nt\100 recilitieslGanip12025-202G facilities oofng rAR60240Zbid docs\nddeudum nn 2\addondum no. 2_9860.docx CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT cc C�44 INDEX FOR L SPECIAL PROVISIONS 2025-2026 FACILITIES ROOFING PROJECT PROJECT NO. 24F02 CONTRACT NO. C-9660-1 PART 1 - GENERAL PROVISIONS SECTION 1—TERMS, DEFINITIONS, ABBREVIATIONS, UNITS OF MEASURE, AND SYMBOLS 1-2 TERMS AND DEFINITIONS SECTION 2 - SCOPE AND CONTROL OF THE WORK 2-1 AWARD AND EXECUTION OF THE CONTRACT 2-5 PLANS AND SPECIFICATIONS 2-5.2 Precedence of Contract Documents 2-6 WORK TO BE DONE SECTION 3 - CHANGES IN WORK 3-3 EXTRA WORK 3-3.2 Payment 3-3.2.2 Basis for Establishing Cost 3-3.2.3 Markup SECTION 4 - CONTROL OF MATERIALS 4-1 MATERIALS AND WORKMANSHIP 4-1.3 Inspection Requirements 4-1.3.1 General SECTION 5 - UTILITIES 5-2 PROTECTION SECTION 6 - PROSECUTION, PROGRESS AND ACCEPTANCE OF THE WORK 6-1 CONSTRUCTION SCHEDULE AND COMMENCEMENT OF WORT( 6-1.1 Construction Schedule 6-7 TIME OF COMPLETION 6-7.1 General 6-8 COMPLETION, ACCEPTANCE, AND WARRANTY 6-9 LIQUIDATED DAMAGES SECTION 7 - RESPONSIBILITIES OF THE CONTRACTOR 7-1 THE CONTRACTOR'S EQUIPMENTAND FACILIITIES 7-4 REMOVAL AND DISPOSAL OF MATERIAL 7-5 PERMITS 7-5.1 Hot Work Permit 7-8 WORK SITE MAINTENANCE 7-8.1 General 1 i 1 1 1 2 2 2 2 2 2 2 2 3 3 3 3 3 3 3 3 4 4 4 5 5 6 6 6 6 6 6 6 7-8.4 Storage of Equipment and Materials 7-8.4.2 Storage in Public Streets 7-8.6 Water Pollution Control 7-8.6.2 Best Management Practices (BMPs) 7-10.4 Safety 7-10.4.1 Work Site Safety SECTION 9 - MEASUREMENT AND PAYMENT 9-2 LUMP SUM WORK 9-3 PAYMENT 9-3.1 General 9-3.2 Partial and Final Payment. PART 2 - CONSTRUCTION MATERIALS PART 3 - CONSTRUCTION METHODS PART 6 - TEMPORARY TRAFFIC CONTROL SECTION 600 - ACCESS 600-3 PEDESTRIAN ACCESS SECTION 601— WORK AREA TRAFFIC CONTROL 601-1 GENERAL 6 6 7 7 7 7 7 7 8 8 9 9 9 9 9 9 9 9 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT SPECIAL PROVISIONS 2025-2026 FACILITIES ROOFING PROJECT PROJECT NO. 24F02 CONTRACT NO. C-9860-1 INTRODUCTION All work necessary for the completion of this contract shall be done in accordance with (1) these Special Provisions; (2) the Plans (Drawing No. C-9860-1); (3) the City's Design Criteria and Standard Drawings for Public Works Construction, (2021 Edition); (4) Standard Specifications for Public Works Construction (2015 Edition) including supplements. The City's Design Criteria and Standard Drawings for Public Works Construction are available at the following website: https://www.newportbeachca.gov/government/departments/public- works/resources/standard-d rawings Copies of the Standard Specifications for Public Works Construction may be purchased online at www.bnibooks.com/products/standard-specifications-public-works-construction or call 888-BNI BOOK (888-264-2665). The following Special Provisions supplement or modify the Standard Specifications for Public Works Construction as referenced and stated hereinafter: PART 1 - GENERAL PROVISIONS SECTION 1 — TERMS, DEFINITIONS, ABBREVIATIONS, UNITS OF MEASURE, AND SYMBOLS 1-2 TERMS AND DEFINITIONS Add the following definition: City — City of Newport Beach SECTION 2 - SCOPE AND CONTROL OF THE WORK 2-1 AWARD AND EXECUTION OF THE CONTRACT Page SP 1 of 9 At the time of the award and until completion of work, the Contractor shall possess a Class "C-39" Roofing Contractor license. At the start of work and until completion of work, the Contractor and all Subcontractors shall possess a valid Business License issued by the City. To be qualified to bid on and construct this project, the Contractor shall have successfully constructed or installed roofing systems and using materials, as specified in the contract documents or Engineer approved equal, within the last five (5) years. This prior experience shall be listed within the TECHNICAL ABILITY AND EXPERIENCE REFERENCES section of the contract documents and be submitted with the bid proposal. 2-5 PLANS AND SPECIFICATIONS 2-5.2 Precedence of Contract Documents If there is a conflict or discrepancy between different Contract Documents, the more stringent requirement as determined by the Engineer shall control. 2-6 WORK TO BE DONE The work necessary for the completion of this contract consists of removing and disposing of the existing roofing systems, installing new built-up roof systems, and all other work as specified in the contract documents at the following locations: 1. Mariners Library (1300 Irvine Avenue) 2. Fire Station No. 7 (20401 SW Acacia Street) SECTION 3 - CHANGES IN WORK 3-3 EXTRA WORK 3-3.2 Payment 3-3.2.2 Basis for Establishing Cost 3-3.2.2.3 Tool and Equipment Rental Tool and equipment rental rates shall be based on the current Caltrans rental rates. 3-3.2.3 Markup 3-3.2.3.1 Work by the Contractor Delete this section and replace with the following: The following percentages shall be added to the Contractor's costs and shall constitute the markup for all overhead and profit: Page SP 2 of 9 1) Labor ............................................ 15 2) Materials ....................................... 15 3) Equipment Rental ........................... 15 4) Other Items and Expenditures ........... 15 To the sum of the costs and markups provided in this subsection, one (1) percent may be added as compensation for bonding. 3-3.2.3.2 Work by a Subcontractor Delete this section and replace with the following: When all or any part of the extra work is performed by a Subcontractor, the markup established in Section 3-3.2.3.1 shall be applied by the Subcontractor to the actual costs and shall constitute the markup for all overhead and profit. An additional markup of five (5) percent of the total subcontracted cost may be added by the Contractor. To the sum of the costs and markups provided in this subsection, one (1) percent may be added as compensation for bonding. SECTION 4 - CONTROL OF MATERIALS 4-1 MATERIALS AND WORKMANSHIP 4-1.3 Inspection Requirements 4-1.3.1 General All material and articles furnished by the Contractor shall be subject to rigid inspection, and no material or article shall be used until it has been inspected and accepted by the Engineer. The Contractor shall furnish the Engineer with full information as to the progress of the work in its various parts and shall give the Engineer timely (48-hours minimum) notice of the Contractor's readiness for inspection. Submittals are required for all construction material. SECTION 5 - UTILITIES 5-2 PROTECTION In the event that an existing drain, HVAC component or other equipment is damaged by the Work and is not re -useable, the Contractor shall provide and install new replacement equipment or parts of identical type and size at no additional cost to the C ity. SECTION 6 - PROSECUTION, PROGRESS AND ACCEPTANCE OF THE WORK 6-1 CONSTRUCTION SCHEDULE AND COMMENCEMENT OF WORK Page SP 3 of 9 6-1.1 Construction Schedule No work shall begin until a Notice to Proceed has been issued, a pre -construction meeting has been conducted, and a schedule of work has been approved by the Engineer. Contractor shall coordinate with City Staff to complete the work. Contractor shall submit a baseline schedule to the Engineer for approval a minimum of five working days prior to the pre -construction meeting. The Engineer will review the baseline schedule and may require the Contractor to modify the schedule to conform to the requirements of the Contract Documents. If work falls behind the approved baseline schedule, the Contractor shall be prohibited from starting additional work until Contractor has exerted extra effort to meet the baseline schedule and has demonstrated the ability to maintain the schedule in the future. Such stoppages of work shall in no way relieve the Contractor from the overall time of completion requirement, nor shall it be construed as the basis for payment of extra work because additional personnel and equipment were required on the job. Contractor shall update the schedule periodically or as directed by the Engineer to reflect any delay or extension of time. In addition, Contractor shall prepare 2-week look -ahead schedules on a bi-weekly basis with detailed daily activities. 6-7 TIME OF COMPLETION 6-7.1 General The Contractor shall complete all work under the Contract within 80 consecutive working days after the date on the Notice to Proceed. The Contractor shall ensure the availability and delivery of all material prior to the start of work. Unavailability of material will not be sufficient reason to grant the Contractor an extension of time. Normal working hours are limited to 7:00 a.m. to 4:00 p.m., Monday through Friday. Contractor shall work at one site at a time. The Contractor, subcontractors, suppliers, etc., shall not generate any noise at the work site, storage sites, staging areas, etc., outside of the working hours. Should the Contractor elect to work outside normal working hours, Contractor must first obtain special permission from the Engineer. The request may be for 5:00 p.m. to 6:30 p.m. on weekdays or 8:00 a.m. to 6:00 p.m. on Saturdays only. A request for working outside the normal working hours must be made at least 72 hours in advance of the desired time period. A separate request must be made for each work shift. The Engineer reserves the right to deny any or all such requests. Additionally, the Contractor shall pay for supplemental inspection costs of $207 per hour when such time periods are approved. The following days are designated City holidays and are non -working days: 1. January 1st (New Year's Day) Page SP 4 of 9 2. Third Monday in January (Martin Luther King Day) 3. Third Monday in February (President's Day) 4. Last Monday in May (Memorial Day) 5. July 4th (Independence Day) 6. First Monday in September (Labor Day) 7. November 11 th (Veterans Day) 8. Fourth Thursday and Friday in November (Thanksgiving and Friday after) 9. December 24th, (Christmas Eve) 10. December 25th (Christmas) 11. December 26th thru 30th (City Office Closure) 12. December 31 st (New Year's Eve) If the holiday falls on a Sunday, the following Monday will be considered the holiday. If the holiday falls on a Saturday, the Friday before will be considered the holiday. 6-8 COMPLETION, ACCEPTANCE, AND WARRANTY Prior to acceptance of work, the Contractor shall submit a full-size set of plans to the Engineer. Retention payment and bonds will not be released until the as -built plans are reviewed and approved by the Engineer. A set of approved plans and specifications shall be at the job site at all times. The Contractor shall maintain as -built drawings of all work as the job progresses. A separate set of drawings shall be maintained for this purpose. These drawings shall be up-to-date and reviewed by the Engineer at the time each progress payment is submitted. Any changes to the approved plans that have been made with approval from the Engineer shall be documented on the as -built plans. The Contractor shall maintain books, records, and documents in accord with generally accepted accounting principles and practices. These books, records, and documents shall be retained for at least three years after the date of completion of the project. During this time, the material shall be made available to the Engineer. Suitable facilities are to be provided for access, inspection, and copying of this material. 6-9 LIQUIDATED DAMAGES For each consecutive calendar day after the time specified in Section 6-7.1 for completion of the work, the Contractor shall pay to the City or have withheld from moneys due it, the daily sum of $500.00. Execution of the Contract shall constitute agreement by the City and Contractor that the above liquidated damages per calendar day is the minimum value of the costs and actual damage caused by the failure of the Contractor to complete the Work within the allotted time. The intent of this section is to emphasize to the Contractor the importance of prosecuting the work in an orderly preplanned continuous sequence so as to minimize inconvenience to residences, businesses, vehicular and pedestrian traffic, and the public as a result of construction operations. Page SP 5 of 9 SECTION 7 - RESPONSIBILITIES OF THE CONTRACTOR 7-1 THE CONTRACTOR'S EQUIPMENT AND FACILIITIES Add the following section: 7-4 REMOVAL AND DISPOSAL OF MATERIAL Unless Contractor self -hauls, all removal and disposal of material shall be done by City approved licensed and Franchised Commercial Solid Waste Haulers. A current list of approved haulers can be found on the City's website at: http://newportbeachca.gov/index.aspx?page=157 and then selecting the link for Franchised Haulers List. 7-5 PERMITS The Contractor shall obtain the necessary building permit(s) prior to the pre -construction meeting and fees will be waived. Project is not complete until Building Permit is finaled. 7-5.1 Hot Work Permit The Contractor shall obtain and comply with a Hot Work Permit from the City for any operation involving an open flame or producing heat and/or sparks. This work includes, but is not limited to, welding, brazing, cutting, grinding, soldering, thawing pipe, torch - applied roofing, or chemical welding. 7-8 WORK SITE MAINTENANCE 7-8.1 General All vandalism, including graffiti, at the work site shall be removed by the Contractor within 24 hours. 7-8.4 Storage of Equipment and Materials 7-8.4.2 Storage in Public Streets Construction materials and equipment may only be stored in streets, roads, or sidewalk areas if approved by the Engineer in advance. It is the Contractor's responsibility to obtain an area for the storage of equipment and materials. The Contractor shall obtain the Engineer's approval of a site for storage of equipment and materials prior to arranging for or delivering equipment and materials to the site. Prior to move -in, the Contractor shall take photos of the laydown area. The Contractor shall restore the laydown area to its pre -construction condition. The Engineer may require new base and pavement if the pavement condition has been compromised during construction. Page SP 6 of 9 7-8.6 Water Pollution Control 7-8.6.2 Best Management Practices (BMPs) The Contractor shall submit a Best Management Practice (BMP) plan for containing any wastewater or storm water runoff from the project site including, but not limited to the following: a. No placement of construction materials where they could enter storm drain system, which includes gutters that lead to catch basins. b. Checking construction vehicles for leaking fluids. c. Placing plastic sheeting beneath stored equipment to capture potential leaking fluids. d. Providing a controlled area for cleaning or rinse -down activities. e. Monitoring construction activities. f. Minimizing usage of water when saw -cutting and vacuum the residue. g. Providing measures to capture or vacuum -up water contaminated with construction debris. h. Removing any construction related debris on a daily basis. i. Protecting work areas from erosion. j. Covering construction material stockpiles prior to wind or rain events The BMP will be approved by the Engineer prior to any work. The City will monitor the adjacent storm drains and streets for compliance. Failure of the Contractor to follow BMP will result in immediate cleanup by City and backcharging the Contractor for all costs plus 15 percent. The Contractor may also receive a separate administrative citation per Section 14.36.030 of the City's Municipal Code. The contractor shall be liable for any and all related fines. 7-10.4 Safety 7-10.4.1 Work Site Safety The Contractor shall be solely and completely responsible for conditions of the job site, including safety of all persons and property during performance of the work. The Contractor shall fully comply with all state, federal and other laws, rules, regulations, and orders relating to the safety of the public and workers. The right of the Engineer or the City's representative to conduct construction review or observation of the Contractor's performance shall not include review or observation of the adequacy of the Contractor's safety measures in, on, or near the construction site. SECTION 9 - MEASUREMENT AND PAYMENT 9-2 LUMP SUM WORK Contractor shall submit a detailed schedule of value for all lump sum bid items to the Engineer within 15 days after award of contract. Page SP 7 of 9 9-3 PAYMENT 9-3.1 General Revise paragraph two to read: The unit and lump sum bid prices for each item of work shown on the proposal shall include full compensation for furnishing the labor, materials, tools, and equipment and doing all the work, including restoring all existing improvements, to complete the item of work in place and no other compensation will be allowed thereafter. Payment for incidental items of work not separately listed shall be included in the prices shown for the other related items of work. The following items of work pertain to the bid items included within the Proposal: Item No. 1 Mobilization and Demobilization: Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs for providing bonds, insurance and financing, preparing and implementing the BMP Plan, preparing and updating construction schedules as requested by the Engineer, attending construction progress meetings as needed, and all other related work as required by the Contract Documents. This bid item shall also include work to demobilize from the project site including but not limited to site cleanup, removal of USA markings and providing any required documentation as noted in these Special Provisions. Item No. 2 Mariners Library: Work under this item shall include, but not be limited to all labor, tools, supplies, equipment and materials costs needed to remove and dispose of the existing roof system, protect all existing roof penetrations, installing new roof system, any safety precautions needed to perform the work, and all other work items as required to complete the work in place. A receipt and warranty certificate stating the City as the owner entitled to standard warranty coverage shall be provided under this payment item. Item No. 3 Fire Station No. 7: Work under this item shall include, but not be limited to all labor, tools, supplies, equipment and materials costs needed to remove and dispose of the existing roof system, protect all existing roof penetrations, installing new roof system, any safety precautions needed to perform the work, and all other work items as required to complete the work in place. A receipt and warranty certificate stating the City as the owner entitled to standard warranty coverage shall be provided under this payment item. Item No. 4 Provide As -Built Plans: Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs for all actions necessary to provide as -built drawings. These drawings must be kept up to date and submitted to the Engineer for review prior to request for payment. An amount of $1,000.00 is established for this bid item. The intent of this pre-set amount is to emphasize to the Contractor the importance of as -build drawings. Item No. 5 Repair Allowance: Work under this item shall include, but not be limited to all labor, tools, supplies, equipment and materials costs needed for all actions necessary to repair and prepare the existing plywood layer for installation of a new roof Page SP 8 of 9 system, replace and paint gutter, trims, or flashing that are not reusable, and painting or touch-up to match existing. An amount of $15,000.00 is determined for this bid item. All work under this bid item requires prior written approval from the Engineer. This item may be removed or reduced in the contract at the City's discretion and no additional compensation shall be made for bid items removed or reduced. 9-3.2 Partial and Final Payment. From each progress payment, five (5) percent will be retained by the City, and the remainder less the amount of all previous payments will be paid. Partial payments for mobilization and traffic control shall be made in accordance with Section 10264 of the California Public Contract Code. PART 2 - CONSTRUCTION MATERIALS Refer to Technical Specifications. PART 3 - CONSTRUCTION METHODS PART 6 - TEMPORARY TRAFFIC CONTROL SECTION 600 - ACCESS 600-3 PEDESTRIAN ACCESS Pedestrian access to all storefronts, offices, residences, etc., within the limits of work must be maintained at all times. The Contractor shall cooperate with the Engineer to provide advance notice to all establishments whose access will be impacted by construction operations, particularly sidewalk construction. SECTION 601 — WORK AREA TRAFFIC CONTROL 601-1 GENERAL The Contractor shall furnish and install signage, barricades, delineators, yellow safety ribbons, and any other measures deemed necessary by the Engineer to safely direct the public around areas of construction, and into and out of the affected establishments. Messages for the CMS shall be updated by the Contractor as directed by the Engineer. Page SP 9 of 9 PUBLIC WORKS DEPARTMENT INDEX FOR TECHNICAL SPECIFICATIONS 2025-2026 FACILITIES ROOFING PROJECT PROJECT NO. 26F02 CONTRACT NO. C-9860-1 Contents BUILT-UP ROOF SYSTEM............................................................................................. 2 PART1 - GENERAL................................................................................................................................2 PART 1.1 - RELATED DOCUMENTS.................................................................................................. 2 PART1.3 - REFERENCES.................................................................................................................. 2 PART2 - PRODUCTS............................................................................................................................. 2 PART2.1 -GENERAL ......................................................................................................................... 2 PART 2.2 -ACCEPTABLE MANUFACTURERS................................................................................. 3 PART2.3 - SUBMITTALS....................................................................................................................4 PART3 - SAFETY...................................................................................................................................5 PART 3.1 -ASPHALT PRECAUTIONS: MATERIALS, TOOLS & EQUIPMENT.................................5 PART 3.2 - MATERIAL HANDLING & STORAGE............................................................................... 5 PART4 - EXECUTION............................................................................................................................ 6 PART 4.1 - PRE -INSTALLATION CONFERENCE..............................................................................6 PART4.2 - QUALITY ASSURANCE.................................................................................................... 6 PART 4.3 - GENERAL INSTALLATION REQUIREMENTS.................................................................7 PART 5 - CONTRACT CLOSEOUT SUBMITTALS..............................................................................10 PART6 - WARRANTY...........................................................................................................................10 BUILT-UP ROOF SYSTEM PART 1 -GENERAL PART 1.1 — RELATED DOCUMENTS A. Drawings and Special Provisions of the Contract, including the Conditions of the Contract apply to this Section. PART 1.2 — SUMMARY A. Provide all labor and materials to remove and replace the existing roof system with a new built-up roof system on all sections of Mariners Library (1300 Irvine Avenue) and Fire Station No. 7 (20401 SW Acacia Street). PART 1.3 — REFERENCES A. American Society of Civil Engineers (ASCE): 1. ASCE 7-10, Minimum Design Loads for Buildings and Other Structures. B. American Society for Testing and Materials (ASTM): 1. ASTM D41 Standard Specification for Asphalt Primer Used in Roofing, Dampproofing and Waterproofing. 2. ASTM D6163 Standard Specification for Styrene Butadiene Styrene (SBS) Modified Bituminous Sheet Materials Using Glass Fiber Reinforcements. 3. ASTM D2178 Standard Specification for Asphalt Glass Felt. 4. ASTM D3909 Standard Specification for Asphalt Roll Roofing (Glass Felt) Surfaced with Mineral Granules. 5. ASTM D4601 Standard Specification for Asphalt -Coated Glass Fiber Base Sheet Used in Roofing. 6. ASTM D4897 Standard Specification for Asphalt -Coated Glass -Fiber Venting Base Sheet Used in Roofing. C. National Roofing Contractors Association (NRCA): 1. Roofing and Waterproofing Manual. PART 2 - PRODUCTS PART 2.1 — GENERAL A. Basis of Design: Materials, manufacturer's product designations, and/or manufacturer's names specified herein shall be regarded as the minimum standard of quality required for work of this Section. Comply with all manufacturer and contractor/fabricator quality and performance criteria specified in Part 1. B. Substitutions: Products proposed as equal to the products specified in this Section shall be submitted for approval: Page 2 of 10 1. Equivalency of performance criteria, warranty terms, submittal procedures, and contractual terms will constitute the basis of acceptance. 2. A spreadsheet with comparisons of tensile strength, tear strength, thickness, and elongation to specified products versus substituted product must be included. 3. Include a list of three (3) projects of similar type and extent, located within a one hundred mile radius from the location of the project. In addition, the three projects must be at least five (5) years old and be available for inspection the City's Representative. 4. The Engineer's decision regarding substitutions will be considered final. Unauthorized substitutions will be rejected. PART 2.2 —ACCEPTABLE MANUFACTURERS A. CertainTeed Corp., Livermore, CA, 800-233-8990, or approved equal. B. Roofing System at Flat Roof Areas (1 /4" per foot and/or 1 % slope and greater) 1. Mariners Library - Built-up Roof over'/2" Plywood Roof Sheathing: On areas indicated on Drawings and specified herein as built-up roof, 1/4" per foot and/or 1 % slope and greater, apply the following roofing system, as specified in the current edition of CertainTeed Specification Manual. Existing Roof System: FRBC-N-B3 Roof System (color: White cap sheet): ... ....... _.. - Summary of Materials per 100 Square Feet r- - ----- ---- ---._ -- ._ ._ .......----._._..__ . GLASBASE Base Sheet (1 ply) 25 Ibs FLEXIGLAS FR Base Sheet (1 ply) 60 Ibs ---._._._...--............. ...._. . Type III Asphalt Moppings (2 a� 25 Ibs ea) - _ 50 Ibs _..... FLINTLASTIC FR Cap Sheet (1 Ply) 90 Ibs :...._........................ ---- _ _ Approximate Total Finished Weight 225 Ibs Apply BUR(M)-N-S-A Roof System (color: White cap sheet): Summary of Materials per 100 Square Feet GLASBASE Base Sheet (1 ply) 1 25 Ibs' *mechanically attached through non insulated substrate _ _._. _.._.._ _ ( plies) FLINTGLAS PLY 4 3 lies 22 Ibs I *set in hot asphalt _..__ Type III Asphalt Moppings (4 25 Ibs ea) 100 Ibs __ .. FLINTGLAS MS Cap Sheet (1 Ply)_ 77 Ibs Approximate Total Finished Weight ___ 224 Ibs Page 3of10 1. Equivalency of performance criteria, warranty terms, submittal procedures, and contractual terms will constitute the basis of acceptance. 2. A spreadsheet with comparisons of tensile strength, tear strength, thickness, and elongation to specified products versus substituted product must be included. 3. Include a list of three (3) projects of similar type and extent, located within a one hundred mile radius from the location of the project. In addition, the three projects must be at least five (5) years old and be available for inspection the City's Representative. 4. The Engineer's decision regarding substitutions will be considered final. Unauthorized substitutions will be rejected. PART 2.2—ACCEPTABLE MANUFACTURERS A. CertainTeed Corp., Livermore, CA, 800-233-8990, or approved equal. B. Roofing System at Flat Roof Areas (1 /4" per foot and/or 1 % slope and greater) 1. Mariners Library - Built-up Roof over'/z" Plywood Roof Sheathing: On areas indicated on Drawings and specified herein as built-up roof, 1/4" per foot and/or 1 % slope and greater, apply the following roofing system, as specified in the current edition of CertainTeed Specification Manual. Existing Roof System: FRBC-N-B3 Roof System (color: White cap sheet): -------._._. .......-..... ---- ................. -- -----..., Summary of Materials per 100 Square Feet: --- .. ............___--.._..----------------- GLASBASE Base Sheet (1 ply ---._.... -------- - .._ _ 25 Ibs FLEXIGLAS FR Base Sheet (1 ply) ' ;..._._..... _ _..----.... _ 60 lbs Type III Asphalt Moppings (2 @ 25 Ibs ea) 50 Ibs FLINTLASTIC FR Cap Sheet (1 Ply) r_ 90 Ibs ....... ....... _----------- ---- -... _ Approximate Total Finished Weight _ ..... _ 225 Ibs ..... Apply BUR(M)-N-5-A Roof System (color: White cap sheet): Summary of Materials per 100 Square Feet GLASBASE Base Sheet (1 ply) 25 Ibs *mechanically attached through non insulated substrate . .. _ _ ........... _.... FLINTGLAS PLY 4 (3 plies) ` 22 Ibs *set in hot asphalt _._ — Type III Asphalt Moppings (4 a- 25 lbs ea) .............. 100 Ibs --; �.. FLINTGLAS MS Cap Sheet CoolStar 1 PI 74 Ibs Approximate Total Finished Weight _ _.---...._. _ . _ 221 Ibs Page 3A of 10 2. Fire Station No. 7 - Built-up Roof over 1" Fiber Board over Metal Decking: On areas indicated on Drawings and specified herein as built-up roof, 3/8" per foot and/or 1 % slope and greater, apply the following roofing system, as specified in the current edition of CertainTeed Specification Manual. 3. Asphalt: Apply asphalt at a temperature between 400 F and 450 F. Asphalt shall meet requirements ofASTM D312; grade and type determined by incline per foot and climactic conditions. 4. Cants: In angles of roof deck and vertical surfaces, the Roofing Contractor shall furnish and install a preservative -treated solid wood, wood fiber, or insulation type cant strip with minimum 3" face. 5. Walking Pads: Shall be Tx 4' x'/z" thick pads (white granule standard) spaced 2" apart as manufactured by CertainTeed; APOC Dek Top ("Dek- Top Walking Pads"), Tampa, FL, 888-891-3536; Manville Corporation (Manville "Dynatred"), South Gate, CA, 323-568-2220; or approved equal. PART 2.3 — SUBMITTALS A. Written Certification from the roof system manufacturer certifying the applicator is currently authorized for the installation of the specified roof system. B. Submit product data and shop drawings for approval prior to procurement and commencement of work. C. Submit printed recommendations for proper maintenance of the specified roof system, including inspection frequencies, penetration addition policies, temporary repairs and leaks call procedures. Page 4 of 10 2. Fire Station No. 7 - Built-up Roof over 1" Fiber Board over Metal Decking: On areas indicated on Drawings and specified herein as built-up roof, 3/8" per foot and/or 1 % slope and greater, apply the following roofing system, as specified in the current edition of CertainTeed Specification Manual. Apply BUR(M)-IN-5-A Roof System (color: White cap sheet): _ __ ...... .._ ......._ .- -----: Summary of Materials per 100 Square Feet: GLASBASE Base Sheet (1 ply) 1 25 Ibs *mechanically attached through insulated substrate ........ _.------------- ...... ._ ....-._.-._.; FLINTGLAS PLY 4 (3 plies) 22 Ibs _._-. set in _hot as.p_h.alt.... _._............._._.......-._.__.._._-._.._.-..--._._. Type III Asphalt Moppings_ (4 @ 25 Ibs ea . — 100 Ibs ! ..... .....--- _ FLINTGLAS MS Cap Sheet CoolStar �1 Ply 74 Ibs i --- ------................................... i................ ......-..... ............ .... ....... _.. - ---- . Approximate Total Finished Weight _ 221 Ibs 3. Asphalt: Apply asphalt at a temperature between 400 F and 450 F. Asphalt shall meet requirements of ASTM D312; grade and type determined by incline per foot and climactic conditions. 4. Cants: In angles of roof deck and vertical surfaces, the Roofing Contractor shall furnish and install a preservative -treated solid wood, wood fiber, or insulation type cant strip with minimum 3" face. 5. Walking Pads: Shall be 3' x 4' x'/2" thick pads (white granule standard) spaced 2" apart as manufactured by CertainTeed; APOC Dek Top ("Dek- Top Walking Pads"), Tampa, FL, 888-891-3536; Manville Corporation (Manville "Dynatred"), South Gate, CA, 323-568-2220; or approved equal. PART 2.3 — SUBMITTALS A. Written Certification from the roof system manufacturer certifying the applicator is currently authorized for the installation of the specified roof system. B. Submit product data and shop drawings for approval prior to procurement and commencement of work. C. Submit printed recommendations for proper maintenance of the specified roof system, including inspection frequencies, penetration addition policies, temporary repairs and leaks call procedures. Page 4A of 10 PART 3 - SAFETY PART 3.1 —ASPHALT PRECAUTIONS: MATERIALS, TOOLS & EQUIPMENT A. Follow all fire and safety precautions from the Asphalt Roofing Manufacturers Association (ARMA), NRCA, OSHA, and CertainTeed. B. Asphalt is combustible. Keep away from heat, flame, or any other ignition source. C. Empty cartons are toxic and should be disposed of following local, state, and federal regulations. D. The kettle operator must be fully trained and use the required safety equipment and clothing for their protection. E. Use appropriately sized kettles to keep asphalt from overheating. Overheating could cause a fire or flash point. F. Stir asphalt while heating. Never leave a hot kettle unattended. G. Do not keep asphalt at high temperatures for long periods of time. Asphalt should never be kept above 500 F for more than four hours. H. If foaming is seen when applying asphalt to any substrate, STOP immediately and correct temperature. I. Never apply hot asphalt on exposed pipes on the roof. J. When using the hot -mopped application method, it is important to monitor the Equiviscous Temperature (EVT) often to make sure that the melted asphalt doesn't reach a flash point and ignite. K. Before leaving the jobsite, the contractor must be certain that all chance of fire has been eliminated. A fire watch of not less than four hours is recommended, as temperatures sufficient to ignite materials are used. L. Hot asphalt applications come with risk of contamination and or burning if workers come into contact. Maintain watch of workers and jobsite for quick action if this occurs. PART 3.2 — MATERIAL HANDLING & STORAGE A. CertainTeed and other product manufacturers' safety guidelines for storage, handling, and usage should be consulted and followed. B. All materials should be carefully inspected at the time of delivery and examined during unloading. C. During storage and handling, all roof system materials should be protected from the weather. Moisture -sensitive materials should be covered with water-resistant coverings that are "breathable", such as water-resistant tarpaulins. D. Roll Goods 1. Stored material should be raised up off the roof surface a minimum of 4" and out of any standing water, and palletized rolls should never be double - stacked. Page 5 of 10 2. Rolls must be stored on end, selvage edge up, to prevent crushing or flattening of the rolls. PART 4 - EXECUTION PART 4.1 — PRE -INSTALLATION CONFERENCE A. Pre -Installation Roofing Conference: Convene a pre -roofing conference approximately two (2) weeks before the scheduled work. B. Require attendance of installer of each component of associated work, City's representatives, roofing system manufacturer's representative, and other representatives directly concerned with performance of the Work. The conference will: 1. Review foreseeable methods and procedures related to roofing work, including set up and mobilization areas for stored material and work area. 2. Tour representative areas of the existing roof, inspect and discuss condition of the existing roof, roof drains, equipment, etc. 3. Review structural loading limitations of deck and inspect deck for loss of flatness and for required attachment. 4. Review roofing system requirements (drawings, specifications, and other contract documents). 5. Review required submittals and inspections. 6. Review and finalize construction schedule related to roofing work and verify availability of materials, installer's personnel, equipment and facilities needed to make progress and avoid delays. 7. Review weather and forecasted weather conditions and procedures for coping with unfavorable conditions, including possibility of temporary roofing (if not mandatory requirement). 8. Review notification procedures for weather or non -working days. PART 4.2 — QUALITY ASSURANCE A. Installer Qualifications: Company specializing in built-up roof installation with not less than 5 years experience and authorized by roofing system manufacturer as qualified to install manufacturer's roofing materials. B. Installer's Field Supervision: Maintain a full-time Supervisor/Foreman on job site during all phases of roofing work while roofing work is in progress. Maintain proper supervision of workmen. C. Maintain a copy of the Contract Documents in the possession of the Supervisor/Foreman and on project site all times. D. All Work shall be performed in accordance with the manufacturer's specifications. Page 6 of 10 E. All aspects of roof system installation shall be performed in accordance with NRCA standards. F. The primary roofing materials manufacturer shall provide direct trained company personnel to attend necessary job meetings, perform periodic inspections as necessary and conduct a final inspection upon successful completion of the Project. G. At the beginning of the work, and during all phases of the work, Contractor to allow access to the site to manufacturer's representatives and City's representatives. H. Materials used in this Section, including primers, mastics, asphalts, and membranes shall be fully compatible. PART 4.3 — GENERAL INSTALLATION REQUIREMENTS A. All drains and overflows must be water tested by roofing contractor before reroofing begins. If any drains are clogged, please notify the City immediately. Do not proceed until the drains are in working order. Roofing contractor will be responsible for all drains in place after project is completed to be in working condition once roof is complete. B. Remove existing built-up roof system down to'/z" plywood roof sheathing for Mariners Library and 1" fiber board for Fire Station No. 7. C. Verify that deck surfaces and project conditions are ready to receive work of this Section. D. Replace any rotted or damaged wood. All replaced wood must be verified in person by the City. Lack of proof lies on the responsibility of the Contractor. Without proof, allowances or change orders will not be paid. Any damaged plywood must be replaced with full 4' x 8' sheets of plywood. E. Verify that deck is supported and secured to structural members. F. Verify that deck is clean and smooth, free of depressions, projections or ripples, and is properly sloped to drains. G. Verify that adjacent roof substrate components do not vary more than '/4" in height. H. Verify that the deck surfaces are dry. DO NOT attempt application if ice, snow, moisture, or dew are present; roof conditions shall be dry. Verify that openings, curbs, pipes, conduits, sleeves, ducts, and other items which penetrate the roof are set solidly, and that cant strips, wood nailing strips, and reglets are set in place. Apply roofing materials as specified by manufacturer's instructions. 1. Keep roofing materials dry before and during application. 2. Do not permit phased construction. Page 7 of 10 3. Complete application of roofing plies and flashing in a continuous operation. 4. Begin and apply only as much roofing in one day as can be completed that same day. 5. All plies in the assembly should be installed in one day. If unable to install cap sheet, tarp or other suitable protection should be used. K. Protect other work from spillage of roofing materials and prevent materials from entering or clogging drains and conductors. Replace or restore other work damaged by installation of the built-up roofing system. L. Asphalt Bitumen Heating: Heat and apply bitumen in accordance with the EVT Method as recommended by NRCA. Asphalt should not be heated above the flash point. Asphalt should never be heated above 525 F and should not be held at 500 F or above for more than four hours. ASTM D312 Mopping __... ___.... Heating .......... Max Slope Type Yp Temperature Temperature IN./FT. __.. .... Type 111 400 F +/- 25 F 500 F M. Asphalt Bitumen Mopping Rate: apply bitumen at the rate of approximately twenty-five (25) lb of bitumen per 100 square feet of roof square. N. Substrate Joint Penetrations: Prevent bitumen from penetrating substrate joints, entering building, or damaging roofing system components or adjacent building construction. O. Cooperate with manufacturers, inspection and test agencies engaged or required to perform services in connection with installing the roof system. P. Insurance/Code Compliance: Where required by code, install and test the roofing system to comply with governing regulation and specified insurance requirements. Q. Perform field inspection as required. R. Correct defects or irregularities discovered during field inspection. S. Immediately correct roof leakage during construction. If the Contractor does not respond within twenty-four (24) hours, the City will exercise rights to correct the Work under the terms of the Conditions of the Contract. T. Cleaning: 1. Remove bitumen adhesive drippings from all walls, windows, floors, ladders and finished surfaces. 2. In areas where finished surfaces are soiled by asphalt or any other sources of soiling caused by work of this Section, consult manufacturer of surfaces for cleaning instructions and conform to their instructions. Page 8 of 10 3. Repair or replace defaced or disfigured finishes caused by work of this Section. 4. All grounds adjacent to where work was done must be swept and run over all areas with a magnet to ensure that there are zero nails or sharp objects left on the grounds/grass. Grounds must also be walked thoroughly for visual inspection of any objects, debris, or trash and all must be removed. V. Construction Waste Management: 1. Remove and properly dispose of waste products generated during roofing procedures. Comply with requirements of authorities having jurisdiction. W. Final Inspection: 1. At completion of roofing installation and associated work, meet with Contractor, the City, roofing system manufacturer's representative, and other representatives directly concerned with performance of roofing system. 2. Walk roof surface areas of the building and perimeter to check for irregularities or inconsistencies in the work, check all visible laps for any signs of unbonded areas, check all flashing details to ensure they are secure and watertight; and check all other details, joints, penetrations, or changes in roof conditions for watertightness. List all items requiring correction or completion and furnish copy of list to each party in attendance. 3. The roofing system manufacturer reserves the right to request a thermographic scan of the roof during final inspection to determine if any damp or wet materials have been installed. The thermographic scan shall be provided by the Roofing Contractor. 4. If core cuts verify the presence of damp or wet materials, the Roofing Contractor shall be required to replace the damaged areas at his own expense. 5. Repair or replace deteriorated or defective work found. 6. Notify the City and roof system manufacturer once all deficiencies have been addressed. Roof system manufacturer may conduct a final site visit to confirm completion prior to warranty issuance. 7. Following the final inspection, provide written notice of acceptance of the installation from the roofing system manufacturer. Page 9 of 10 PART 5 - CONTRACT CLOSEOUT SUBMITTALS A. Roof System Warranty B. Roof System Maintenance Instructions C. As -Built Plans PART 6 - WARRANTY A. Upon completion of installation, and acceptance by the City, the Manufacturer will supply to the City a 20 year warranty. Warranty must be non pro -rated and must cover all labor and all materials installed from the deck up. The Roofing Contractor shall submit the necessary application form for warranty approval to roofing manufacturer at least five (5) business days prior to commencing work and to schedule pre -job inspection. All inspections are for the sole benefit of the roofing manufacturer. B. Installer will submit a two (2) year bonded warranty and a (3) year contractor warranty for a total of a five (5) year continuous warranty to the membrane manufacturer with a copy directly to the City. Page 10 of 10 wwwrow �roz - sz/a/es z<oon-oeez�\are\asmU�zoasz-oyez-� nlyeoa ..nu:oi szoz-scot\me.i�st.mrrmluucuuu ez-suS�.vw��e.o�sVeed�.W.l�z to W � �u �a s LL �u�go< p X a w w m O 6< 7tl z r FI F 6 O c z e O z ; F U o IN SO Mi � � s� � ��gp �� �� z no Z _ 3m a<IyoW bb N n U U "" €8bb8by.1 o N phi �g8 S R W d ISO.z4 Fw I & I d I I I I ffii )i U i} Ng� W U v °z Ear W cn z N Z .iV LL a Z_o�oo Fin ^ o o w Ooco � ° o ZIZZ it s w ; o W > F—ui � Rm�„ U U Lu z IJ h+A J z J o w = z w � 3 U N z N w 10, s s 3w, Nina � a In U'' 'E W o �' > W si - N 3NY1 3HpyB a U w a� ? m a g o gig as ss@' 7 g gg i a- g `i �g $€ � gg8e 2 �a�e�$�IIa4�I� � CsedSi��45. aPF Q y FNo Ilkocom yg 2' W aow o j � i i woxon 0 ¢ e e ®� ■ o a lax .. • ®®I a 6 9 8 i I ( 1 101 � I L TI T z m coF- FE- CP �zF U w n S cn o y0 m tUo K a, x 90 SLL z 3 LL a o m w W 'n Z. p F my F � F O�U K Z� �fq� zzo N N LL3 O� a� y U� T I ooZz rp' T+ ' ,� o o s , o I I y II T I , o to m I z I � I I I � - ----------------- w, _. ----------- Z Fw o� QUO 90 ozow FUF- w pmU Z0ZZ W[O�U Q N N �c�cggttO u o" az �0 a - j� Rio jQ p a a z H14 O� Oz Uz in g a•Ip aio,n r �� 6i �m LL Gj 6 f C II I I - C F ` LL` U i 0 €ow FUO pW{0 m� cn aLL W t7Zw I- F .0 Z m m00 Z ' w F- wa zw fc- 5 peem (A Z R QUZ O O m F JJ Q 2 ¢0Q I w ei 1...e jai 0e i U W O to `a ' `n �i8 1s' NIF� ^'aig9 V -V -f8 i I I i I I i I I I m --------, I t Z12 �12 I I I j U5 I 1 - 1 , I j 1 awaw�•ew •Mvz - a/cz/w e.n�ara owes\ava\wls3o\zo»roaee� �w�•x wllr i czac-seox�do�seunwral4wwuu cz-suf�n�n�\a•m�s�MeA•a•n\, Ifjy�� N wow U �j o €OF U - G —00 K m & JLLO V. a m a o o <LL< o 0 w 9 IDE a Z00 HZi Oo Z B w U cc u rya LL m ZO r- N a' a z y (s a o � w 00 ao 1 � / J e I m � I � W g ❑ I 0 i i t• U: U, m `F�; �fj� z' Uz n� ttl i r I I o J F W 0 > �hax - szJcz/m a.oaw�-ooae�\m�\wa3Nznnrasee-o ewmn wuwe saw-sza>1anMs3unorfaolUranem zz�zt�n�n�a\o.m�avned�wxl\�i N w O cc0 M tD CW 01 q �O yz� U o m ~90 a } LLP o x co Ix H W m00 Q' p I d > ILLF W U °W Z Zfyw i O 7 Z p c ��— Q U Q gg Q E Z U !; Jo W w LL3 5 wmOUfff U gam doh ij N 00 �Umw f -0{t ZO Z aUQW I I t-77'- I c I IN Ill . -- pR �"� ------------ -' I I 1 I I I i i Zbi ZIP 1�_ m I.' J !, - - i 1 I J i 1 1 s IWW e.MrM"\M\NDS30\ a Z-OM-3 h— asa 0Z\d".\MlMVrWLV� azsZlA-I--\—\..awn\a z I'd 71QQ �C via m ;I< iii 00 O I I � y Ju s a z a r Uz I bJYll� Q Z O O Z R NOO (D W W W Z O F W N W J Z O 2 V Ci 00 ffzg O LL y LL3 µ. 4 W � O 0O Z L) 00 o !ZOO ZOZO Z g rg cn z J gg Y / J ✓ J w I B K I w a C 1 Z! F- U R U) ¢S a, O a= � z ♦ i old e �: s wl�l L Z i 1 � � �IIII O W—III / ,f m„ J w Ll Ll L11 tl _ s �o m. 05 s Nee _ —=1 w LU 4 w www�w �coz - sz/cz/m s+o�mroaen�\rn�\�s3a\znerases-a aw�u wuw� ssos�wz�anru�saurmvfaoiuxwuo szsu�n�oowm\��a��n\a N M a = m c~i o + w q a O m o U rz U) 0 J ZoZ L w LLJ K Q m I I Its O W Lu of Z It J Z p 0 0 F- h a Z �t N U (z Ii J--Ly- j �o j - . �00 I .'i i .. .. _.. ' - pR z 0 i 5��Z wf - U lit, 111, °Ow Q ORO Ym W�Na P - Q N y 1Y11e••����la� ��yF� �I � j ❑ Ao gi QU2 AY G W 0.0 a III ` F — OR W t I z o ! �o w lrn I i i � N O Fo NFw F- tU0 490 9IZ 5E _ z8x NOO % t- t- W 0 0 N _ E N Q =s1 yNy�y ~K❑ w �p F 020tz-7 o �ozaz `I i �a N a ti z z z 0 F X6 11 z z a U. mi u�.aw�roca �4ox - vc/uJao wv�wrovew\av�\�\xo�faws-� ayloou wnw� sz z-szaz;annf�saunrnraolUruudra ea-suf��+w�n\wo�s;,xed�Wn\a UJ � � a N�Wo z o a tq > aka 0 Oui O~ s Ftg� w Q Z rn>oo W z a� O 2 w U tl LL u.ya 1O w li3 7 SyS gg s¢^ y zO w H O J u) 3 Z Y Yb rcr N Oa U Faa 000 Z aU<W 1p� I OR OR ' J I-, N � J U= � � s o Az t� w F R y W e - 00 F� g -- _ - P o m uj Q E � L W — cn, — z= 0 es/../m. 6�omrnwa�\mom\unicvi\�nwr�woa-� Bwwa w znz\a�n�\cs�ru�vrm�\��nxxm s[�l1Ana w]\Mnr�6\M9d\w�\a d N_ Ih b LL S O CD O U O m C ap 55 g Ix Z O a gg LLI •1 III ___ .C-l\ C LL WO O btl 1y A Oo NLL LL3 ul F- O SOLU OR U= 2 2M 25 FR b � � NB A QQ �� N 6 3 I_ �e leg p.0 < $ S _ d _...._._.... .. I 3 i S O OR iJ � ��- @��~ Ni 5 iR / Z O� —� Ou zw Wz ®I I g� . z Doi ?Dz 00 WF Ey- 1 1 r.......- _ -- 1 17 p W ZU� o� xx00 O_U zza U �dyz _ QUZW _ cs o 2 QUQW a m V I LL 0 � oIr 0 K x ) R w0 o Z O —00 '2_ F w a ` Q a u7 0 M`6 F Fa- c K a E aka a z w gift�zw F F ti � zP� O� 3I' U W Fug hOO o N m OP LL OF! J_ N U wo _ �00000 O� �= ¢mz z.z o a g ~� O a w o M 60m tp 5 5g � W � ILLl ZO Z z Q U 6 w a 0 }j8� � �j € � ❑ � _J e � y� §��G 2 U � 0 x LL F g z w $ co R ¢ Ell U z @8 = e J 00 g�mj III — m H a Z 0zi�� U� F a z �� 11 1 O F U Uj �i w= I a LL a@ 0= @$ 0 o cr a DID M J m J � M F IL � b d fi g< z z M d' a O z w. W ~ w m ❑ ❑ O x LL O O LL w a of O z 0 0 w w Q v}i —� oo_ K i o� w Os U: ❑ g U ca LL x m 0 a U J � a a w 4 _ M ❑ m � J p �3 H ❑ s;