HomeMy WebLinkAboutC-7719-1 - City Yard Re-Roofing Project}
h
u
4 ,�41�,WPoiy
Intl t n i, �_ end of � 4 iV"
'� fJ<,wF, r1 ra��. nil i. .ilil�rrnla �NeSb0
� `_ iicW�iu ilho-.n Jn-.iynV
p
August 25, 2021
San Marino Roof Co., Inc.
Attn: Mike Sanabria
2187 N. Batavia St.
Orange, CA 92865
Subject: City Yard Re -Roofing Project — C-7719-1
Dear Mr. Sanabria:
On August 25, 2020, the City Council of Newport Beach accepted the work for the
subject project and authorized the City Clerk to file a Notice of Completion, to release
the Labor & Materials Bond 65 days after the Notice of Completion had been recorded
in accordance with applicable portions of the Civil Code, and to release the Faithful
Performance Bond one year after Council acceptance.
The Notice of Completion was recorded by the Orange County Recorder on
August 28, 2020 Reference No. 2020000445072. The Surety for the contract is The
Ohio Casualty Insurance Company and the bond number is 024237727. Enclosed is
the Faithful Performance Bond.
Sincerely,
Leilani 1. Brown, MMC
City Clerk
Enclosure
THE FINAL PREMIUM IS
PREDICATED ON THE
FINAL CONTRACT AMOUNT
EXHIBIT B
CITY OF NEWPORT BEACH
BOND NO. 024237727
FAITHFUL PERFORMANCE BOND
s bond was issued in two (2)
U 1ginal counterparts
The premium charges on this Bond is $5,557.00 , being at the
rate of $8.40 / $5.40 thousand of the Contract price.
WHEREAS, the City of Newport Beach, State of California, has awarded to SAN
MARINO ROOF CO., Inc. hereinafter designated as the "Principal," a contract for: The
work necessary for the completion of this contract consists of removing existing
roofing systems; installing new built-up roof systems; installing curbs and roof closure at
removed or abandoned penetrations; replacing vents, scuppers and skylights; and all
other work as specified in the Contract Documents, for Buildings C and D at the
Corporation Yard located at 592 Superior Avenue, Newport Beach, CA 92663 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 for the faithful performance of the Contract.
NOW, THEREFORE, we, the Principal, and The Ohio Casualty Insurance Company
duly authorized to
transact business under the laws of the State of California as Surety (hereinafter
"Surety"), are held and firmly bound unto the City of Newport Beach, in the sum of Five
Hundred Fifty One Thousand Dollars ($551,000.00) lawful money of the United States of
America, said sum being equal to 100% of the estimated amount of the Contract, to be
paid to the City of Newport Beach, its successors, and assigns; 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 heirs, executors, administrators, successors, or assigns, fail to abide by, and
well and truly keep and perform any or all the Work, 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 its true intent and meaning, or fails to indemnify,
defend, and save harmless the City of Newport Beach, its officers, employees and agents,
as therein stipulated, then, Surety will faithfully perform the same, in an amount not
exceeding the sum specified in this Bond; otherwise this obligation shall become null and
void.
As a part of the obligation secured hereby, and in addition to the face amount
specified in this Performance Bond, there shall be included costs and reasonable
expenses and fees, including reasonable attorneys' fees, incurred by City, only in the
event City is required to bring an action in law or equity against Surety to enforce the
obligations of this Bond.
San Marino Roof Co., Inc. Page B-1
Surety, for value received, 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 way affect its obligations on this Bond, and it does hereby waive
notice of any such change, extension of time, alterations or additions of the Contract or
to the Work or to the specifications.
This Faithful Performance Bond shall be extended and maintained by the Principal
in full force and effect for one (1) year following the date of formal acceptance of the
Project by City.
In the event that the Principal executed this bond as an individual, 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 Principal
and Surety above named, on the 26th day of February 2020
San Marino Roof Co., Inc.
Name of Contractor (Principal)
The Ohio Casualty Insurance Company
Name of Surety
790 The City Drive South Suite 200 Orange CA 92868
Address of Surety
(714)937-1400
Telephone
APPROVED AS TO FORM:
CITY ATTORNEY'S OFFICE
Date: 3 IZ Zozo
By:
F°
City Aaron
Attorney -1
O T"
Authorized Sigriaturefritle
Gregory A. Banks, President
Authorized Agent Signature
Dwight Reilly, Attorney -in -Fact
Print Name and Title
NOTARY ACKNOWLEDGMENTS OF
CONTRACTOR AND SURETY MUST BE ATTACHED
San Marino Roof Co., Inc. Page B-2
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 Orange ) ss.
On C2/27/2020 20 before me, Annette I. Meiia
Notary Public, personally appeared Gregory A. Banks
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. ANNME 1, MEJ1A
Naury Vobft Calilnrnia
0I -m"
ge County
Commission 0 2711649
Comm. CxpirP, Dec 7, 2027
Signature (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 Orange ) ss.
On February 26th 2020 before me, Adrian Benkert-Langrell
Notary Public, personally appeared Dwight Reilly
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. -
A0171AN BENHERFLANGRELL
WITNESS my hand and official seal.COMm #221426,3 m
Notary PiblioCalllornia 0:
i
_ '( •a01?ANGF COON I'Y LL
My Comm Fxplros Sep 15,2021
Signature Adrian Benkert-Langrell (seal)
San Marino Roof Co., Inc. Page B-3
Liberty
Mutual.
SURETY
This POWs. Attorney limits the acts of those named herein, and they have athorlly to
bind the Company except in the manner and to the extent herein stated.
Liberty Mutual Insurance Company
The Ohio Casualty Insurance Company
West American Insurance Company
POWER OF ATTORNEY
Hond No. 024237727
Certificate No: 8202806 - 969561
KNOWN ALL PERSONS BY THESE PRESENTS: That The Ohio Casualty Insurance Company is a corporation duly organized under the laws of the State of New Hampshire, that
Liberty Mutual Insurance Company is a corporation duly organized under the laws of the State of Massachusetts, and West American Insurance Company is a corporation duly organized
under the laws of the Stale of Indiana (herein collectively called the "Companies"), pursuant to and by authority herein set forth, does hereby name, constitute and appoint,
Aruna Ayala, Daniel Iluckabay 14ank Mnrenes R. Nappi Dwight Reilly Shatilina Ito z•II.Ostrom, H • St ng Michael a•1 D Stalig —
all of the city of Orange state of CA each individually if there be more than one named, its true and lawful attorney-in-fact tc make,
execute, seal, acknowledge and deliver, for and on its behalf as surety and as its act and deed, any and all undertakings, bonds, recognizances and other surety obligations, in pursuance
of these presents and shall be as binding upon the Companies as if they have been duly signed by the president and attested by the secretary of the Companies in their own proper
persons.
IN WITNESS WHEREOF, [his Power of Attorney has been subscribed by an authorized officer or official of the Companies and the corporate seals of the Companies have been affixed
thereto this 31st day of Deecillhei , 2019
Liberty Mutual Insurance Company
The Ohio
Y Casualty Insurance Comp
a
ny
West American Insurance Company
By'
'PENNSYLVANIA
of MONTGOMERY as
—n On this 31st dayof December , 2019 before me personally appeared David M. Carey, who acknowledged himself to be the Assistant Secretary of Liberty Mutual Insurance
Company, The Ohio Casually Company, and West American Insurance Company, and that he, as such, being authorized so to do, execute the foregoing instrument for the purpose
therein contained by signing on behalf of the corporations by himself as a duly authorized officer.
(0
IN WITNESS WHEREOF, I have hereunto subscribed my name and affixed my notarial seal at King of Prussia, Pennsylvania, an the day and year first above written.
N
4.�'M1eew SCF COMMONWEALTH OF PENNSYLVANIA
g• e,,n e,, i _
Ntrons.l ease
m ~J d ore aq Taeae Ppaldla. Notary Public
raupper Marron 1w ,Mnitoa ly Cantly By:
My Comm,.don Expire. Mato 29_2021 11 erase Pastels, Notary Public
Memb.[nr Ndnas
Iu this Power of Attorney is made and executed pursuant to and by authority of the following By-laws and Authorizations of The Ohio Casualty Insurance Company, Liberty Mutual
Insurance Company, and West American Insurance Company which resolutions are now in full force and effect reading as follows:
ARTICLE IV—OFFICERS: Section 12. Power of Attorney.
Or
Any officer or other official of the Corporation authorized for that purpose in writing by the Chairman or the President, and subject to such limitatan as the Chairman or the
U President may prescribe, shall appoint such attorneys -in -fact, as may be necessary to act in behalf of the Corporation to make, execute, seal, acknowledge and deliver as surety
any and all undertakings, bonds, recognizances and other surety obligattons. Such attorneys -in -fact, subject (a the limitations se( forth in (heir respective powers of attorney, shall
have full power to bind the Corporation by their signature and execution of any such instruments and to attach thereto the seal of the Corporation. When so executed, such
U instruments shall be as binding as if signed by the President and attested to by the Secretary. Any paver or authority granted to any representative or attorney-in-fact under the
provisions of this article may be revoked of any time by the Board, the Chairman, the President or by (he officer or officers granting such power or authority.
ARTICLE XIII —Execution of Contracts: Section 5. Surety Bonds and Undertakings.
Any officer of the Company authorized for that purpose in writing by the chairman or the president, and subject to such limitations as the chairman of the president may prescribe,
shall appoint such attorneys -in -fact, as may be necessary to act in behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings,
bonds, recognizances and other surety obligations. Such attorneys -in -fact subject to the limitations se( forth in their respective powers of attorney, shall have full power to bind the
Company by their signature and execution of any such instruments and to attach thereto the seal of the Company. When so executed such instruments shall be as binding as if
signed by the president and attested by the secretary.
Certificate of Designation — The President of the Company, acting pursuant to the Bylaws of the Company, authorizes David M. Carey, Assistant Secretary to appoint such attorneys -in -
fact as may be necessary to act on behalf of the Company (o make, e)(ecute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety
obligations.
Authorization — By unanimous consent of the Company's Board of Directors, the Company consents that facsimile or mechanically reproduced signature of any assistant secretary of the
Company, wherever appearing upon a certified copy of any power of attorney issued by the Company in connection with surety bonds, shall be valid and binding upon the Company will)
the same force and effect as though trial rually affixed.
I, Renee C. Llewellyn, the undersigned, Assistant Secretary, The Ohio Casualty Insurance Company, Liberty Mutual Insurance Company, and West American Insurance Company do
hereby certify that the original power of attorney of which the foregoing is a hill, true and correct copy of the Power of Attorney executed by said Companies, is in full force and effect and
has not been revoked.
IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed the seals of said Companres this 26111 - day of.Februai y _ _ 2020
� INSN/e r�tr INy� �IJSU,p
ShJ�aoPvneata4� /�PePvo^ir�
o n rY`zFx m^/J /
1919 � o
n.ay.� aD$ ry, �xrnaa• dD4 BY Ranee C. Llewellyn, Assistant Secretary
y a F N��k'wltx `2M a K� Y Y
11051Al/31 MI I: DING WAIL Mull, Co 12119
November 2, 2020
San Marino Roof Co., Inc.
Attn: Mike Sanabria
2187 N. Batavia St.
Orange, CA 92865
Subject: City Yard Re -Roofing Project - C-7719-1
Dear Mr. Sanabria:
1 C) F N!vWPOR1 BL-_ACH
100 Civic Center Drive
Newport Beach, California 92660
949-644-3005 ( 949-644-3039 FAX
newportbeichce.gov
On August 25, 2020 the City Council of Newport Beach accepted the work for the subject
project and authorized the City Clerk to file a Notice of Completion, to release the Labor
& Materials Bond 65 days after the Notice of Completion had been recorded in
accordance with applicable portions of the Civil Code, and to release the Faithful
Performance Bond one year after Council acceptance.
The Notice of Completion was recorded by the Orange County Recorder on
August 28, 2020, Reference No. 2020000445072. The Surety for the bond is The Ohio
Casualty Insurance Company and the bond number is 024237727. Enclosed is the Labor
& Materials Payment Bond.
Sincerely,
A% lk y ANTk^,--
Leilani
1. Brown, MMC
City Clerk
Enclosure
THE FINAL PREMIUM IS > bond was issued in two (2)
PREDICATED ON THE original counterparts
FINAL CONTRACT AMOUNT
EXHIBIT A
CITY OF NEWPORT BEACH
BOND NO. 024237727
LABOR AND MATERIALS PAYMENT BOND
WHEREAS, the City of Newport Beach, State of California, has awarded to SAN
MARINO ROOF CO., INC. hereinafter designated as the "Principal," a contract for: The
work necessary for the completion of this contract consists of removing existing
roofing systems; installing new built-up roof systems; installing curbs and roof closure at
removed or abandoned penetrations; replacing vents, scuppers and skylights; and all
other work as specified in the Contract Documents, for Buildings C and D at the
Corporation Yard located at 592 Superior Avenue, Newport Beach, CA 92663 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,
The Ohio Casualty Insurance Company duly authorized to
transact business under the laws of the State of California, as Surety, (referred to herein
as "Surety") are held and firmly bound unto the City of Newport Beach, in the sum of Five
Hundred Fifty One Thousand Dollars ($551,000.00) 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
San Marino Roof Co., 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 of 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 individual,
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 26th day of February , 2020 .
San Marino Roof Co.. Inc.
Name of Contractor (Principal)
The Ohio Casualty Insurance Company
Name of Surety
790 The City Drive South Suite 200 Orange CA 92868
Address of Surety
(714) 937-1400
Telephone
APPROVED AS TO FORM:
CITY ATTO NE 'S OFFICE
Date:----7�
By:
Aaron C.
9��a
City Attorney
Authorized gignhturefTitle
Gregory A. Banks, President
Authorized Agent Signature
Dwight Reilly, Attorney -in -Fact
Print Name and Title
NOTARY ACKNOWLEDGMENTS OF CONTRACTOR
AND SURETY MUST BE ATTACHED
San Marino Roof Co., Inc. Page A-2
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 Orange ) ss.
On February 27 2020 before me, Annette I. Me! is
Notary Public, personally appeared Gregory A. Banks
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. ANNErrE I. ME1lA
Notary Public - California
s° Orange County- 3
CommiSSlon M 2311609 —
_�. fir„ J• G.' f_6, `- My Comm. EaPilef Dec J, 3027
Signature (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 Orange ) ss.
On February 26th 2020 before me, Adrian Benkert-Lanarell
Notary Public, personally appeared Dwight Reilly
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.
my hand and official seal.
Adrian Benkert-Langrell
ADRIAN BENKERT-LANGRELL if
COMM. #2214263 m
i'•-,
Notary Public -California
ORANGE COUNTY a
My Contm. Expires Sep 15,2021
(seal)
San Marino Roof Co., Inc. Page A-3
rpt
This Power °, Attorney limits the acts of those named herein, and they have n., authority to
bind the Company except in the manner and to the extent herein stated.
Bond No. 024237727
Liberty Mutual Insurance Company
The Ohio Casualty Insurance Company
West American Insurance Company
POWER OF ATTORNEY
Certificate No: 8202806 - 969661
KNOWN ALL PERSONS BY THESE PRESENTS: That The Ohio Casualty Insurance Company is a corporalian duly organized under the laws of the State of New Hampshire, that
Liberty Mutual Insurance Company is a corporation duly organized under the laws of the State of Massachusetts, and West American Insurance Company is a corporation duly organized
under the laws of the State of Indiana (herein collectively called the 'Companies ), pursuant to and by authority herein set forth, does hereby name, consfilute and appoint,
Arturo Ayala, Daniel Huckabay, Frank Mormer s, R. Nappi, Dwight Reilly Shauna Rozelle Ostrom Ben Song, Michael D Stong
all of the city of Orange state of CA each individually if there be more than one named, its true and lawful attorney-in-fact to make,
execute, seal, acknowledge and deliver, for and on its behalf as surety and as its act and deed, any and all undertakings, bonds, recognizances and other surety obligations, in pursuance
of these presents and shall be as binding upon the Companies as if they have been duly signed by the president and attested by the secretary of the Companies in their own proper
persons.
IN WITNESS WHEREOF, this Paver of Attorney has been subscribed by an authorized officer or official of the Companies and the corporate seals of the Companies have been affixed
thereto this 31st day of December , 2019
(000 libert
y Mutual Insurance Company
esCyo•
mpany
The Ohio Casualty Insurance Comp
a
ny
West American Insurance Company
By: 4A2
David M. Carev. Assistant Secretary
County of MONTGOMERY ss
c
On this 31st day of December , 2019 before me personally appeared David M. Carey, who acknowledged himself to be the Assistant Secretary of Liberty Mutual Insurance
Company, The Ohio Casualty Company, and West American Insurance Company, and that he, as such, being authorized so to do, execute the foregoing instrument for the purposes -@u)
therein contained by signing on behalf of the corporations by himself as a duly authorized officer. u w
IN WITNESS WHEREOF, I have hereunto subscribed my name and affixed my notarial seal at King of Prussia, Pennsylvania, on the day and year first above written.
sP °Awr
�4x p°eWp Q{
COMMONWEALTH OF PENNSYLVANIA
Nolanal Seel �]
eF Pmt.oryAlk
UPVe, Meroiry.M.tgomery
County By:
MY Cammissio° expires March 28.2e21 eresa Pastella, Notary Public
�qy _.,qy MBmCer. PeN6vlvaMe AsredaWn or NOlgpe
This Power of Attorney is made and executed pursuant to and by authority of the following By-laws and Authorizations of The Ohio Casually Insurance Company, Liberty Mutual
Insurance Company, and West American Insurance Company which resolutions are now in full force and effect reading as follows:
ARTICLE IV— OFFICERS: Section 12. Power of Attorney.
Any officer or other official of the Corporation authorized for that purpose in writing by the Chairman or the President and subject to such limitation as the Chairman ar the
President may prescribe, shall appoint such attorneys -in -fad, as may be necessary to act in behalf of the Corporation to make, execute, seal, acknowledge and deliver as surety
any and all undertakings, bonds, recognizances and other surety obligations. Such aftorneys-in-fact, subject to the limitations set forth in their respective powers of attomey, shall
have full power to bind the Corporation by their signature and execution of any such instruments and to attach thereto the seal of the Corporation. When so executed, such
instruments shall be as binding as if signed by the President and attested to by the Secretary. Any power or authority granted to any representative or afiomey-in-fact under the
provisions of this article may be revoked at any time by the Board, the Chairman, the President or by the officer or officers granting such power or authority.
ARTICLE XIII — Execution of Contracts: Section 5. Surety Bonds and Undertakings.
Any officer of the Company authorized for that purpose in writing by the chairman or the president, and subject to such limitations as the chairman or the president may prescribe,
shall appoint such attorneys -in -fad, as may be necessary to act in behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings,
bonds, recognizances and other surety obligations. Such attorneys -in -fact subject to the limitations set forth in their respective powers of attorney, shall have full power to bind the
Company by their signature and execution of any such instruments and to attach thereto the seal of the Company. When so executed such instruments shall he as binding as if
signed by the president and attested by the secretary.
Certificate of Designation — The President of the Company, acting pursuant to the Bylaws of the Company, authorizes David M. Carey, Assistant Secretary to appoint such attomeys-in-
fact as may be necessary to act on behalf of the Company to make, execute, seal, acknowledge and deliver as surely any and all undertakings, bonds, recognizances and other surely
obligations.
Authorization — By unanimous consent of the Company's Board of Directors, the Company consents that facsimile or mechanically reproduced signature of any assistant secretary of the
Company, wherever appearing upon a certified copy of any power of attorney issued by the Company in connection with surety bonds, shall be valid and binding upon the Company with
the same force and effect as though manually affixed.
I, Renee C. Llewellyn, the undersigned, Assistant Secretary, The Ohio Casualty Insurance Company, Liberty Mutual Insurance Company, and West American Insurance Company do
hereby certify that the original power of attorney of which the foregoing is a full, (me and correct copy of the Power of Attomey executed by said Companies, is in full force and effect and
has not been revoked.
IN TESTIMONY WHEREOF, I have hereunto set my hand anti affixed the seals of said Companies this 26th day of February 2020
1N8U/v �SY rNspp lNsuq_
6'
1912 c 1919 s 1991
r T a,va>, a�O N nANesaa'� ry,�Mn�a h�-0ag By Renee C. Llewellyn, Assistant Secretary
«ter•
LMS -12873 LMIC OCIC WAIC Mull, Co_12/19
E
W
No. 5133-Q
STATE OF CALIFORNIA
DEPARTMENT OF INSURANCE
SAN FRANCISCO
Amended
Certificate of Authority
THIS IS TO CERTIFY, That, pursuant to the Insurance Code of the State of California,
The Ohio Casualty Insurance Company
afNew Hampshire, organized under the laws of New Hampshire, subject to its Articles oflneorporation or
otherfundamental organizational documents, is hereby authorized to transact within this State, subject to all
provisions of this Cert ftcale, the following classes of insurance:
Fire, Marine, Surety, Plate Glass, Liability, Workers' Compensation,
Common Carrier Liability, Boiler and Machinery, Burglary, Credit,
Sprinkler, Automobile and Miscellaneous
as such classes are now or may hereafter be defined in the Insurance Laws of the State of California.
THIS CERTIFICATE is expressly conditioned upon the holder hereof now and hereafter being in
full compliance with all, and nor In vtolation of any, of the applicable laws and lawful requirements made
under authority of the laws ofthe State ofCalifornto as long as such laws or requirements are in effect and
applicable, and as such laws and requirements now are, or may hereafter be changed or amended,
IN WITNESS WHEREOF, effective as of the 19rb day of March,
1013,1 have hereunto set my hand and caused my official seal to be
affixed this 10 day of March, 1013,
Dave Jones
!.;ounce Commissioner
VGA`. yr
liy Valerie J. Sarfaty
for Nettie Hoge
Chief Dep ey
NOTICE:
Qualification with the Secretary of State must be accomplished as required by the California Corporations Cade promptly after
issuance of this Certificate ofAuthority. Failure to do so will be a violation oflnsw arca rode section 70l and will be grounds for
revoking this Certificate of Authority pursuant to the covenants made in the application therefor and the conditions contained
herein.
Batch 7344227 Confirmation
RECORDING REQUESTED BY AND
WHEN RECORDED RETURN TO:
City Clerk
City of Newport Beach
100 Civic Center Drive
Newport Beach, CA 92660
Pagel of 3
Recorded in Official Records, Orange County
Hugh Nguyen, Clerk -Recorder
IIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIII NO FEE
S R 0 0 1 1 9 7 5 5 4 8$
2020000445072 9:34 am 08128120
7Sec2A N12 1
0.00 0.00 0.00 0.00 0.00 0.00 0.000.000.00 0.00
Exempt from recording fees
pursuant to Government Code Section 27383"
NOTICE OF COMPLETION
NOTICE IS HEREBY GIVEN that the City of Newport Beach, 100 Civic Center Drive,
Newport Beach, California, 92660, as Owner, and San Marino Roof Co Inc, Orange,
California, as Contractor, entered into a Contract on February 25, 2020. Said Contract set
forth certain improvements, as follows:
City Yard Re -Roofing Project - C-7719-1
Work on said Contract was completed, and was found to be acceptable on
Auatst 25.2020. by the City Council. Title to said property is vested in the Owner and the
Surety for said Contract is The Ohio CasuaUv Insurance Company.
VERIFICATION
I certify, under penalty of perjury, that the foregoing is true and correct to the best of my
knowledge.
Executed on at Newport Beach, California.
M
City Clerk
https://gs.secure-recordiiig.com/Batch/Confirmation/7344227 08/28/2020
RECORDING REQUESTED BY AND
WHEN RECORDED RETURN TO:
City Clerk
City of Newport Beach
100 Civic Center Drive
Newport Beach, CA 92660
"Exempt from recording fees
pursuant to Government Code Section 27383"
NOTICE OF COMPLETION
NOTICE IS HEREBY GIVEN that the City of Newport Beach, 100 Civic Center Drive,
Newport Beach, California, 92660, as Owner, and San Marino Roof Co Inc, Orange,
California, as Contractor, entered into a Contract on February 25, 2020. Said Contract set
forth certain improvements, as follows:
City Yard Re -Roofing Project - C-7719-1
Work on said Contract was completed, and was found to be acceptable on
August 25, 2020, by the City Council. Title to said property is vested in the Owner and the
Surety for said Contract is The Ohio Casualty Insurance Company.
BY
Public Works irecto
City of Newport Beach
VERIFICATION
I certify, under penalty of perjury, that the foregoing is true and correct to the best of my
knowledge.
Executed on �I W/1� �7� !i�(% at Newport Beach, California.
L -
City Clerk
CITY OF NEWPORT BEACH
NOTICE INVITING BIDS
Sealed bids shall be submitted electronically via PlanetBids to office of the City Clerk,
100 Civic Center Drive, Newport Beach, CA 92660
By 10:00 AM on the 22nd day of January, 2020,
at which time such bids shall be opened and read for
CITY YARD RE -ROOFING PROJECT
Contract No. 7719-1
$570,000.00
Engineer's Estimate
Approved
'James 1111. Houlihan
puty PWD/City Engineer
Prospective bidders may obtain Bid Documents, Project Specifications and Plans
via PlanetBids:
http://www.planetbids.com/portal/portal.cfm?CompanvlD=22078
MANDATORY PRE-BID SITE WALK:
A mandatory job walk at the Corporation Yard will be conducted for this project on
Tuesday, January 7, 2020 at 10:00 a.m., located at 592 Superior Avenue, Newport
Beach, CA 92663
Hard copy plans are available via
Santa Ana Blue Print at (949)756-1001
Located at 2372 Morse Avenue, Irvine, CA 92614
Contractor License Classification(s) required for this project. "C-39"
For further information, call Kathryne Cho, Project Manager at (949) 644-3014
BID INFORMATION IS AVAILABLE ON THE CITY WEBSITE:
http://newportbeachca.gov/government/open-transparent/online-services/bids-rfps-
vendor-registration
City of Newport Beach
CITY YARD RE -ROOFING PROJECT
Contract No. 7719-1
TABLE OF CONTENTS
NOTICEINVITING 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...........................................................................21
CONTRACT..................................................................................................................
22
LABOR AND MATERIALS PAYMENT BOND .............................................
Exhibit A
FAITHFUL PERFORMANCE BOND...........................................................
Exhibit B
INSURANCE REQUIREMENTS.................................................................Exhibit
C
PROPOSAL.............................................................................................................. PR -1
SPECIAL PROVISIONS............................................................................................ SP -1
2
City of Newport Beach
CITY YARD RE -ROOFING PROJECT
Contract No. 7719-1
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 Sealeo
Envelope)
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 Date (Bid Due Date.)
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.
3. 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 by the Bid Opening Date (Bid Due Date.)
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.
4. The estimated quantities indicated in the PROPOSAL are approximate, and are given solely to
allow the comparison of total bid prices.
5. 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.
6. 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.
7. 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 furnish 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 reviewed.
CSLB #: 249559 / Classification: C39
Contractor's License No. & Classification
DIR #: 1000001914 / Exp. Date: 06/30/2021
DIR Registration Number & Expiration Date
San Marino Roof Co., Inc.
Bidder
LL .
Authorize Si nature/Title
Gregory A. Banks, President
January 6, 2020
Date
Bond No. CSBA-12392
City of Newport Beach
Contract No. 7719-1
N-JINP19�• 3
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 CITY YARD
RE -ROOFING PROJECT, Contract No. 7719-1 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 endorsements for the construction of the
project within thirty (30) calendar days after the date of the mailing of "Notification of Award",
otherwise this obligation shall become null and void.
If the undersigned Principal executing this Bond is executing this Bond as an individual, it
is agreed that the death of any such Principal shall not exonerate the Surety from its obligations
under this Bond.
Witness our hands this 27th
San Marino Roof Co., Inc.
Name of Contractor (Principal)
The Ohio Casualty Insurance Company
Name of Surety
790 The City Drive South, Suite 200
Orange, CA 92868
Address of Surety
(714) 937-1400
Telephone
day of December , 2019.
A tho ized Signature/Title
Authorized Agent Signature
Dwight Reilly, Attorney -in -Fact
Print Name and Title
(Notary acknowledgment of Principal & Surety must be attached)
f
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 Orange I ss.
On January 9, 20 20 before me, Annette I. Mejia, Notary Public
Notary Public, personally appeared Gregory A. Banks
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.
ct� __j
Signature
Date of Document
Type or Title of Document
Number of Pages in Document
Document in a Foreign Language
OPTIONAL INFORMATION
12.27.2019
Bidder's Bond
Type of Satisfactory Evidence:
Personally Known with Paper Identification
X Paper Identification
Credible Witness(es)
Capacity(ies) claimed by Signer(s):
Trustee
Power of Attorney
CEO/CFO/COO
_x President / Vice -President / Secretary / Treasurer
Other:
Other Information:
*my
ANNETTE I. MEJIA
Notary Public -California
Orange County
Commission # 2311649
Comm. Expires Dec 3, 2023
(seal)
Thumbprint of Signer
E] 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 } 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 (seal)
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 Orange } ss.
On December 27th 2019 before me, Melissa Ann Vaccaro
Notary Public, personally appeared Dwight Reilly
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.MELISSA ANN VACCARO
'E COMM. #2241394
Notary Public -California X
ORANGE COUNTYsMay12 LL
m
My Com. Expires May 12, 2022
Signature Melissa Ann Vaccaro (seal)
Bond No. CSBA-12392
This Power of Attorney limits the acts of those named herein, and they have no authority to
bind the Company except in the manner and to the extent herein stated.
Liberty Liberty Mutual Insurance Company
Md u palm The Ohio Casualty Insurance Company Certificate No: 8200308 - 969561
SURETYWest American Insurance Company
POWER OF ATTORNEY
KNOWN ALL PERSONS BY THESE PRESENTS: That The Ohio Casually Insurance Company is a corporation duly organized under the laws of the State of New Hampshire, that
Liberty Mutual Insurance Company is a corporation duly organized under the laws of the State of Massachusetts, and West American Insurance Company is a corporation duly organized
under the laws of the State of Indiana (herein collectively called the "Companies"), pursuant to and by authority herein set forth, does hereby name, constitute and appoint, Arturo
Avala, Daniel Huckabay, Frank Morones, Dwight Reilly, Shaunna Rozelle Ostrom
all of the city of Orange state of CA each individually if there be more than one named, its true and lawful attorney-in-fact to make,
execute, seal, acknowledge and deliver, for and on its behalf as surety and as its act and deed, any and all undertakings, bonds, recognizances and other surety obligations, in pursuance
of these presents and shall be as binding upon the Companies as if they have been duly signed by the president and attested by the secretary of the Companies in their own proper
persons.
IN WITNESS WHEREOF, this Power of Attorney has been subscribed by an authorized officer or official of the Companies and the corporate seals of the Companies have been affixed
thereto this 16th day of January , 2019 .
Liberty Mutual Insurance Company
1NSLk �tv tNSV tNsug4 The Ohio Casualty Insurance Company
.y`�A�oapOH<r���t g`�P�DRpOaar�, �p �o�pOHgr '►� West American Insurance Company >
o fi Q aF mco
1912 ° 19190 m g 1991°
p n /6
YAd �s<cNuswc dDa� �OHnMPad rs DIA P' bD7� c
David M. Carey, Assistant Secretary c
of PENNSYLVANIA M
>
y of MONTGOMERY ss
C
M
On this 16th day of January 2019 before me personally appeared David M. Carey, who acknowledged himself to be the Assistant Secretary of Liberty Mutual Insurance o
Company, The Ohio Casualty Company, and West American Insurance Company, and that he, as such, being authorized so to do, execute the foregoing instrument for the purposes —�
therein contained by signing on behalf of the corporations by himself as a duly authorized officer. o w
a
IN WITNESS WHEREOF, I have hereunto subscribed my name and affixed my notarial seal at King of Prussia, Pennsylvania, on the day and year first above written. Eo
..,P PA ;�,,
COMMONWEALTH OF PENNSYLVANIA
Notarial $Z,1i
OF
To— Pastalia Noraty Pao is
Jpper Merton Twp Montgomery County By:
St^Y0
My C.ommmswn Exolms March 28.1021
io
�'+. PrSp� �ti
Member, FnnneyFren.a Assor-ztbr. d, Nola—
This Power of Attorney is made and executed pursuant to and by authority of the following By-laws and Authorizations of The Ohio Casualty Insurance Company, Liberty Mutual
Insurance Company, and West American Insurance Company which resolutions are now in full force and effect reading as follows:
i ARTICLE IV - OFFICERS: Section 12. Power of Attorney.
o Any officer or other official of the Corporation authorized for that purpose in writing by the Chairman or the President, and subject to such limitation as the Chairman or the
a President may prescribe, shall appoint such allomeys-in-fact, as may be necessary to act in behalf of the Corporation to make, execute, seal, acknowledge and deliver as surety
> any and all undertakings, bonds, recognizances and other surety obligations. Such attorneys -in -fact, subject to the limitations set forth in their respective powers of attorney, shall
have full power to bind the Corporation by their signature and execution of any such instruments and to attach thereto the seal of the Corporation. When so executed, such
zinstruments shall be as binding as if signed by the President and attested to by the Secretary. Any power or authority granted to any representative or attomey-in-fact under the
provisions of this article may be revoked at any time by the Board, the Chairman, the President or by the officer or officers granting such power or authority.
ARTICLE XIII - Execution of Contracts: Section 5. Surety Bonds and Undertakings.
Any officer of the Company authorized for that purpose in writing by the chairman or the president, and subject to such limitations as the chairman or the president may prescribe,
shall appoint such attorneys -in -fact, as may be necessary to act in behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings,
bonds, recognizances and other surety obligations. Such attorneys -in -fact subject to the limitations set forth in their respective powers of attorney, shall have full power to bind the
Company by their signature and execution of any such instruments and to attach thereto the seal of the Company. When so executed such instruments shall be as binding as if
signed by the president and attested by the secretary.
Certificate of Designation - The President of the Company, acting pursuant to the Bylaws of the Company, authorizes David M. Carey, Assistant Secretary to appoint such attorneys -in -
fact as may be necessary to act on behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety
obligations.
Authorization - By unanimous consent of the Company's Board of Directors, the Company consents that facsimile or mechanically reproduced signature of any assistant secretary of the
Company, wherever appearing upon a certified copy of any power of attorney issued by the Company in connection with surety bonds, shall be valid and binding upon the Company with
the same force and effect as though manually affixed.
I, Renee C. Llewellyn, the undersigned, Assistant Secretary, The Ohio Casualty Insurance Company, Liberty Mutual Insurance Company, and West American Insurance Company do
hereby certify that the original power of attorney of which the foregoing is a full, true and correct copy of the Power of Attorney executed by said Companies, is in full force and effect and
has not been revoked.
IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed the seals of said Companies this 27th day of December , 2019 .
tmsuop "SY INS& a xw uj, ,4
�JPG°NP°gdrF%C"r GlJp4°µPOpq �'9% �P
a0
12
�jrCy
J3 ofi Qs' on �3 o fi
912 a 1919 �w Q1991 By.
4CNU9 -0a OHApP5N a3 Y �N°JANP a
Renee C. Llewellyn, Assistant Secretary
SMF -12873 LMIC OCIC WAIC Multi Co 062018
C:
at
m
0
v
N
N
M
W
City of Newport Beach
CITY YARD RE -ROOFING PROJECT
Contract No. 7719-1
DESIGNATION OF SUBCONTRACTOR(S) - AFFADAVIT
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.
San Marino Roof Co., Inc.
Bidder
9
Authorized Signature/Title
Gregory A. Banks, President
City of Newport Beach
CITY YARD RE -ROOFING PROJECT
Contract No. 7719-1
TECHNICAL ABILITY AND EXPERIENCE REFERENCES
Contractor must use this form!!! Please print or type.
Bidder's Name San Marino Roof Co., Inc.
FAILURE OF THE BIDDER TO PROVIDE ALL REQUIRED INFORMATION IN A
COMPLETE AND ACCURATE MANNER MAY BE CONSIDERED NON-RESPONSIVE.
For all roofing construction projects you have worked on (or are currently working on) in
the past 5 years in excess of $300,000, provide the following information:
No. 1
Project Name/Number Mountain View HS C & E
Project Description
Single ply reroof- Sika Sarnafil specification
Approximate Construction Dates: From 07/19/2018
Agency Name EI Monte Union High School District
To: 12/28/2018
Contact Person Sandy Navarro, Purchasing Telephone (626/ 444-9005 ext. 9844
Original Contract Amount $397,788.Ugnal Contract Amount $ 397,788.00
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.
10
No. 2
Project Name/Number Bid 219-05 Roofing @ Various Schools
Project Description Garland System; coating and single -ply roof replacements
Approximate Construction Dates: From 06/25/2018 To: 12/28/2018
Agency Name Placentia-Yorba Linda Unified School District
Contact Person Don Rosales, Purchasi
Telephone (714) 985-8474
Original Contract Amount $ 613,OOO-Nnal Contract Amount $ 613,000.00
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.
None.
No. 3
Project Name/Number Rea Elem School and Ed Center
Project Description
Roof Repair/ 4 Ply Built Up System
Approximate Construction Dates: From 07/01/2016
Agency Name Newport Mesa Unified School District
Contact Person Norm Chapman, Facilities
To: 08/19/2016
Telephone (711424-7539
Original Contract Amount $261,909-CAnal Contract Amount $
261,909.00
If final amount is different from original, please explain (change orders, extra work, etc.)
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.
11
No. 4
Project Name/Number Los Angeles Harbor College Classroom Buildings
Project Description
Sarnafil Single Ply Reroof
Approximate Construction Dates: From 09/15/2016
Agency Name Los Angeles Community College District
Contact Person John Oda, Contracts
To: 10/16/2017
Telephone (211891-2000
Original Contract Amount $108,562.00inal Contract Amount $ 108,562.00
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.
No. 5
Project Name/Number San Marcos Middle School Re -Roofing at Buildings C-1 C-2 and C-3
Project Description Built Up Roof Coating
Approximate Construction Dates: From 03/21/2018
Agency Name San Marcos Unified School District
To: 07/30/2018
Contact Person Jim Poltl, Purchasing Telephone Q60) 752-1218
Original Contract Amount $126,885.00inal Contract Amount $ 126,885.00
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.
12
No. 6
Project Name/Number Santa Ana Unified School District Office Roof Replacement
Project Description Garland Roof Replacement
Approximate Construction Dates: From 03/20/2019
Agency Name Santa Ana Unified School District
To: 10/25/2019
Contact Person Brian Allen, Purchasing Telephone (711480-5355
Original Contract Amount $ 579,000.Mnal Contract Amount $ 579,000.00
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.
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.
San Marino Roof Co., Inc.
IC
Authorized Signature/Title
Gregory A. Banks, President
AEM
SAN MARINO ROOF CO. INC.
RESUME
Leopoldo Horta Reyes — Superintendent
United Union of Roofers
Water proofers Joint Apprenticeship Program Certified Journey man
Instructor JATC
Certifications
CPR/First Aid
Aerial Device Operator
Osha 10
Osha 30
Osha 510
Below grade
Electrical
Rigging
Scaffold
Fall Protection
San Marino Roof Co., Inc. —Journeyman, Foreman, Superintendent — June 2011 — Present
Journeyman: roofer, single ply, maintenance.
Foreman: organization and run crew / quality control
Superintendent: organize crews, coordinate jobs with project managers and vendors
2187 N. BATAVIA ST. • ORANGE CA 92865 . 714-974-3070 • FAX 714 282-1137 • sanmarinoroof.com
City of Newport Beach
CITY YARD RE -ROOFING PROJECT
Contract No. 7719-1
NON -COLLUSION AFFIDAVIT
State of California )
Orange ) ss.
County of g )
Gregory A. Banks being first duly sworn, deposes and says that he or she is
President of San Marino Roof Co., Inc. "the 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 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 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 California that the foregoing is true and correct.
San Marino Roof Co., Inc.//Gregory A. Banks,
G--�` .� �' President
Bidder AuthorizedSignature/Title
Subscribed and sworn to (or affirmed) before me on this -qday of 2019
by ,-- 'Proved to me on the basis of
satisfactory evidence to be the person(s) who pp6a-red before me.
I certify under PENALTY OF PERJURY der the laws of the State of California that the foregoing
paragraph is true and correct. -
1 .
Notary Public
[SEAL]
My Commission Expires:
us
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 Orange )
On January 9, 2020 before me, Annette I. Mejia, Notary Public
(insert name and title of the officer)
personally appeared Gregory A. Banks
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 hand and official seal. *my
ANNETTE I. MEDIA
Notary Public • California
Orange County
R"`"'lf'Commission k 2311649GSeal Comm.Expires� '20 j
Signature ✓�� (Seal)
City of Newport Beach
CITY YARD RE -ROOFING PROJECT
Contract No. 7719-1
DESIGNATION OF SURETIES
Bidder's name San Marino Roof Co., Inc.
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):
CSBA - COMMERCIAL SURETY BOND AGENCY / (714) 516-1232
1411 N. Batavia Street, Suite 201, Orange, CA 92867
Insurance: ORION Risk Management / (909) 333-0274
1800 Quail Street, Suite 110, Newport Beach, CA 92660
15
City of Newport Beach
CITY YARD RE -ROOFING PROJECT
Contract No. 7719-1
CONTRACTOR'S INDUSTRIAL SAFETY RECORD
TO ACCOMPANY PROPOSAL
Bidder's Name San Marino Roof Co., Inc.
Record Last Five (5) Full Years
Current Year of Record
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
Current
Record
Record
Record
Record
Record
Year of
for
for
for
for
for
Record
2018
2017
2016
2015
2014
Total
2019
No. of contracts
208
218
315
290
274
157
1,462
Total dollar
Amount of
$10,647,625
$8,948,579
$9,358,932
$7,278,268
$5,965,963
$5,202,185
$47,401,182
Contracts (in
Thousands of $
No. of fatalities
0
0
0
0
0
0
0
No. of lost
Workday Cases
0
0
0
0
0
0
0
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 San Marino Roof Co., Inc.
Business Address: 2187 N. Batavia Street, Orange, CA 92865
Business Tel. No.: 714-974-3070
State Contractor's License No. and
Classification:
CSLB #: 249559 / Classification: C39
Title Gregory A. Banks, RMO
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
limitations of those records.
Signature of
bidder
Date January 6, 2020
Title Greg
Sint f C
A. Banks, Pres
P
g a u re o
bidder
Date Janua
2020
r . �
Title Ernest L. Banks, Vice President
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 ATTACHEDI
17
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 Orange )
On January 9, 2020
before me, Annette I. Mejia, Notary Public
(insert name and title of the officer)
personally appeared Ernest L. Banks
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 hand and official seal.*my
ANNETTE I. MEJIA
Notary Public - California
Orange County
Commission � 2311649
Comm. Expires Dec 3, 2023
Signature d4�0 - (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 Orange
On January 9, 2020
before me, Annette I. Mejia, Notary Public
(insert name and title of the officer)
personally appeared Gregory A. Banks
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 hand and official seal.
*my
ANNETTE I. MEJIA
Notary Public - C3!ifornia
orange County
Commission 2 2311649
Comm. Expires Dec 3, 2023
Signature (Seal)
City of Newport Beach
CITY YARD RE -ROOFING PROJECT
Contract No. 7719-1
ACKNOWLEDGEMENT OF ADDENDA
Bidder's name San Marino Roof Co., Inc.
The bidder shall signify receipt of all Addenda here, if any, and attach executed copy
of addenda to bid documents:
Addendum No. Date Received j nature
1 01/15/2020
W-0
Ernest L. Banks,
Vice President
City of Newport Beach
CITY YARD RE -ROOFING PROJECT
Contract No. 7719-1
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: San Marino Roof Co., Inc.
Business Address: 2187 N. Batavia Street, Orange, CA 92865
Telephone and Fax Number: T: 714-974-3070 / F: 714-282-1137
California State Contractor's License No. and Class: CSLB #: 249559 / Class: C39
(REQUIRED AT TIME OF AWARD)
Original Date Issued: 08/25/1967 Expiration Date: 07/31/2020
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:
Mike Sanabria, Project Manager
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
Gregory A. Banks, President 2187 N. Batavia Street, Orange, CA 92865 714-974-3070
Ernest L. Banks, Vice President 2187 N. Batavia Street, Orange, CA 92865 714-974-3070
Corporation organized under the laws of the State of California
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:
San Marino Roof Co., Inc.
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;
None.
Have you ever had a contract terminated by the owner/agency? If so, explain.
No.
Have you ever failed to complete a project? If so, explain.
No.
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 co liance (i.e. failure to pay
prevailing wage, falsifying certified payrolls, etc.)? Yes No
20
Are any claims or actions unresolved or outstanding? Yes KD
IIfj� es to any of the above, explain. (Attach additional sheets, if necessary)
Failure of the bidder to provide ALL requested information in a complete and accurate
manner may be considered non-responsive.
San Marino Roof Co., Inc.
Bidder
W,
before me,
satisfactory evidence to be th
acknowledged to me that h /9
by his/her/their signaturWon
acted, executed the ja!'trurryerl
I certify under,/PENF
paragraph is true and
WITNESS my hand'and official seal.
Notary Public in and for said State
My Commission Expires:
Gregory A. Banks
(Print name of Owner or President
of Corporation/Company)
Autho�rize Signature/Title
President
Title
January 6, 2020
Date
Notary Public, personally appeared
i who proved to me on the basis of
� name(s) is/are subscribed to the within instrument and
the same in his/her/their authorized capacity(ies), and that
e person(s), or the entity upon behalf of which the person(s)
Y under the laws of the State of California that the foregoing
21
(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 Orange
On January 9, 2020
before me, Annette I. Mejia, Notary Public
(insert name and title of the officer)
personally appeared Gregory A. Banks
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 hand and official seal., F AN— TE —I. MEDIA
_: = Notary Public - California
-•% = Orange County
' Commission 9 2311649
' u o•-'' My Comm. Expires Dec 3, 2023
Signature (Seal)
CITY YARD RE -ROOFING PROJECT
CONTRACT NO. 7719-1
THIS CONTRACT FOR PUBLIC WORKS ("Contract") is entered into this 25th day
of February, 2020 ("Effective Date"), by and between the CITY OF NEWPORT BEACH,
a California municipal corporation and charter city ("City"), and SAN MARINO ROOF CO.,
INC., a California corporation ("Contractor"), whose address is 2187 N. Batavia St.
Orange, CA 92865, 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 existing, roofing
systems; installing new built-up roof systems; installing curbs and roof closure at,
removed or abandoned penetrations; replacing vents, scuppers and skylights; and
all other work as specified in the Contract Documents, for Buildings C and D at the
Corporation Yard located at 592 Superior Avenue, Newport Beach, CA 92663 (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. 7719-1, 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 Five Hundred Fifty One Thousand Dollars ($551,000.00).
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 Mike Sanabria 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
City, in writing, all claims for compensation under or arising out of this Contract.
San Marino Roof Co., Inc. Page 2
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: Mike Sanabria
San Marino Roof Co., Inc.
2187 N. Batavia St.
Orange, CA 92865
San Marino Roof Co., 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.
San Marino Roof Co., 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
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.
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
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
San Marino Roof Co., Inc. Page 5
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
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
San Marino Roof Co., Inc. Page 6
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 seg., 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.
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.
San Marino Roof Co., Inc. Page 7
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.
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.
San Marino Roof Co., Inc. Page 8
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]
San Marino Roof Co., 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 ATTORN Y'S OFFICE
Date: Z Zo Z>a
CITY OF NEWPORT BEACH,
a California municipal corporation
Date: Z -/-z 6/zc zo
By: (�^�-- By:
FQ,.;Aaron C. Harp 140 Will O'Neill
City Attorney o�-�� s� Mayor
ATTEST: �� ��
Date: y
(' r
By.
Leilani I. Brown
City Clerk
CONTRACTOR: SAN MARINO ROOF
CO., INC., a California corporation
Date:
Signed in Counterpart
M
Gregory A. Banks
Chief Executive Officer/Secretary
[END OF SIGNATURES]
Attachments: Exhibit A -- Labor and Materials Payment Bond
Exhibit B -- Faithful Performance Bond
Exhibit C - Insurance Requirements
San Marino Roof Co., 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 ATTORNY'S OFFICE
Date: Z Zo
By-
For:Aaron C. Harp ao
City Attorney
C�
ATTEST:
Date:
Leilani I. Brown
City Clerk
CITY OF NEWPORT BEACH,
a California municipal corporation
Date:
By:
Will O'Neill
Mayor
CONTRACTOR: SAN MARINO ROOF
CO., INC., a California corporation
Date: 02/27/2020
By: •��
Gregory A. Banks
President Secretary
[END OF SIGNATURES]
Attachments: Exhibit A -- Labor and Materials Payment Bond
Exhibit B -- Faithful Performance Bond
Exhibit C — Insurance Requirements
San Marino Roof Co., Inc. Page 10
THE FINAL PREMIUM IS This bond was issued in two (2)
PREDICATED ON THE original counterparts
FINAL CONTRACT AMOUNT
EXHIBIT A
CITY OF NEWPORT BEACH
BOND NO. 024237727
LABOR AND MATERIALS PAYMENT BOND
WHEREAS, the City of Newport Beach, State of California, has awarded to SAN
MARINO ROOF CO., INC. hereinafter designated as the "Principal," a contract for: The
work necessary for the completion of this contract consists of removing existing
roofing systems; installing new built-up roof systems; installing curbs and roof closure at
removed or abandoned penetrations; replacing vents, scuppers and skylights; and all
other work as specified in the Contract Documents, for Buildings C and D at the
Corporation Yard located at 592 Superior Avenue, Newport Beach, CA 92663 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,
The Ohio Casualty Insurance Company duly authorized to
transact business under the laws of the State of California, as Surety, (referred to herein
as "Surety") are held and firmly bound unto the City of Newport Beach, in the sum of Five
Hundred Fifty One Thousand Dollars ($551,000.00) 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
San Marino Roof Co., 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 individual,
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 26th day of February 12020 .
_San Marino Roof Co., Inc.
Name of Contractor (Principal)
The Ohio Casualty Insurance Company
Name of Surety
790 The City Drive South, Suite 200, Orange, CA 92868
Address of Surety
(714) 937-1400
Telephone
APPROVED AS TO FORM:
CITY ATTO NE ('S OFFICE
Date,.2 ZLZ
By.
Aaron C. Harp
City Attorney`
Authorized 8ignhturei7itle
Gregory A. Banks, President
4
Authorized Agent Signature
Dwight Reilly, Attorney -in -Fact
Print Name and Title
NOTARY ACKNOWLEDGMENTS OF CONTRACTOR
AND SURETY MUST BEA TTA CHED
San Marino Roof Co., Inc. Page A-2
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 Orange I ss.
On February 27 2020 before me, Annette I. Mei is
Notary Public, personally appeared Gregory A. Banks
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. ANNETTE I. ME.1IA
_*Vmy
Notary Public - California
Orange County
/ . Commission 9 2111649 —
Comm. Expires Dec 3, 2023
Signature (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 Orange }ss.
On February 26th 2020 before me, Adrian Benkert-Langrell
Notary Public, personally appeared Dwight Reilly
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.
WITNE§S my hand and official seal.
Adrian Benkert-Langrell
ADRIAN BEN KERT-LANGRELL
COMM. #2214263 M
E , Notary Public -California
ORANGE COUNTY LL.
My Comm. Expires Sep 15,2021
(seal)
San Marino Roof Co., Inc. Page A-3
Liberty
Mutual.
SURETY
This Power of Attorney limits the acts of those named herein, and they have no authority to
bind the Company except in the manner and to the extent herein stated.
Liberty Mutual Insurance Company
The Ohio Casualty Insurance Company
West American Insurance Company
POWER OF ATTORNEY
Bond No.024237727
Certificate No: 8202806 - 969561
KNOWN ALL PERSONS BY THESE PRESENTS: That The Ohio Casualty Insurance Company is a corporation duly organized under the laws of the State of New Hampshire, that
Liberty Mutual Insurance Company is a corporation duly organized under the laws of the State of Massachusetts, and West American Insurance Company is a corporation duly organized
under the laws of the State of Indiana (herein collectively called the "Companies"), pursuant to and by authority herein set forth, does hereby name, constitute and appoint,
Arturo Ayala, Daniel Huckabay, Frank Morones, R. Nappi, Dwight Reilly, Shaunna Rozelle Ostrom, Ben Stong, Michael D. Stong
all of the city of Orange state of CA each individually if there be more than one named, its true and lawful attorney-in-fact to make,
execute, seal, acknowledge and deliver, for and on its behalf as surety and as its act and deed, any and all undertakings, bonds, recognizances and other surety obligations, in pursuance
of these presents and shall be as binding upon the Companies as if they have been duly signed by the president and attested by the secretary of the Companies in their own proper
persons.
IN WITNESS WHEREOF, this Power of Attorney has been subscribed by an authorized officer or official of the Companies and the corporate seals of the Companies have been affixed
thereto this 31 st day of December , 2019 .
vi
m
c
m
m State of PENNSYLVANIA
at County of MONTGOMERY
ico
i>
icu
_-0
I N
a)
(B
Liberty Mutual Insurance Company
P4 INSL,4q �y-jY INS&tNstlRq The Ohio Casualty Insurance Company
�� 4bpPORgr ti0 yJ ooR�bR^r�9Z `VP (Coll 2r, West American Insurance Company
Fo UQ _T 'I,3 Fo ca
1992 - p 1919 1999
r y q C! -A w
����SaACi1u9 da yMA MBB�`� a� Y �Nb1ANP .fi , .sfiuP
By:
David M. Carey, Assistant Secretary
R
rn
U)
aD
c
On this 31st day of December , 2019 before me personally appeared David M. Carey, who acknowledged himself to be the Assistant Secretary of Liberty Mutual Insurance_ I __Company, The Ohio Casualty Company, and West American Insurance Company, and that he, as such, being authorized so to do, execute the foregoing instrument for the purposes Fu W
therein contained by signing on behalf of the corporations by himself as a duly authorized officer. , _
IN WITNESS WHEREOF, I have hereunto subscribed my name and affixed my notarial seal at King of Prussia, Pennsylvania, on the day and year first above written.
v 4,.; �, eresa Pastella, Notary Public
l to Member, Pennsylvania Association of Notanes
d) I "t £ '
L
This Power of Attorney is made and executed pursuant to and by authority of the following By-laws and Authorizations of The Ohio Casualty Insurance Company, Liberty Mutual
•S Insurance Company, and West American Insurance Company which resolutions are now in full force and effect reading as follows:
ARTICLE IV — OFFICERS: Section 12. Power of Attorney.
Any officer or other official of the Corporation authorized for that purpose in writing by the Chairman or the President, and subject to such limitation as the Chairman or the
President may prescribe, shall appoint such attorneys -in -fact, as may be necessary to act in behalf of the Corporation to make, execute, seal, acknowledge and deliver as surety
any and all undertakings, bonds, recognizances and other surety obligations. Such attorneys -in -fact, subject to the limitations set forth in their respective powers of attorney, shall
have full power to bind the Corporation by their signature and execution of any such instruments and to attach thereto the seal of the Corporation. When so executed, such
instruments shall be as binding as if signed by the President and attested to by the Secretary. Any power or authority granted to any representative or attomey-in-fact under the
provisions of this article may be revoked at any time by the Board, the Chairman, the President or by the officer or officers granting such power or authority.
ARTICLE XIII — Execution of Contracts: Section 5. Surety Bonds and Undertakings.
Any officer of the Company authorized for that purpose in writing by the chairman or the president, and subject to such limitations as the chairman or the president may prescribe,
shall appoint such attorneys -in -fact, as may be necessary to act in behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings,
bonds, recognizances and other surety obligations. Such attorneys -in -fact subject to the limitations set forth in their respective powers of attorney, shall have full power to bind the
Company by their signature and execution of any such instruments and to attach thereto the seal of the Company. When so executed such instruments shall be as binding as if
signed by the president and attested by the secretary.
Certificate of Designation — The President of the Company, acting pursuant to the Bylaws of the Company, authorizes David M. Carey, Assistant Secretary to appoint such attorneys -in -
fact as may be necessary to act on behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety
obligations.
Authorization — By unanimous consent of the Company's Board of Directors, the Company consents that facsimile or mechanically reproduced signature of any assistant secretary of the
Company, wherever appearing upon a certified copy of any power of attorney issued by the Company in connection with surety bonds, shall be valid and binding upon the Company with
the same force and effect as though manually affixed.
I, Renee C. Llewellyn, the undersigned, Assistant Secretary, The Ohio Casualty Insurance Company, Liberty Mutual Insurance Company, and West American Insurance Company do
hereby certify that the original power of attorney of which the foregoing is a full, true and correct copy of the Power of Attorney executed by said Companies, is in full force and effect and
has not been revoked.
IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed the seals of said Companies this 26th day of February , 2020
y tNsuR
Jp 4oevoxyroy�fi
F
1992 n
(Ir • A1CNUS a
LMS -12873 LMIC OCIC WAIC Multi Co 12/19
Pt11 INS,. .ta 1Ntiu'v.
5J 4ppPOR,q� VY 0% OR,�f, �'
UQ' �. Pd Sf X11 4 a4 FO rth
o 1991 0
�SO
-NA MYsY� Nall, I- dile
`�` 1 * i•� X11 * t`a
�7_
By: ij
Renee C. Llewellyn, Assistant Secretary
0
M
d'
a
(O
1 Q
N �
L �
c
o�
a_o
>o
a) v
.�� CV
00
EN
i M
C00
00
0—
a 19 —
o19
COMMONWEALTH of PENNSYLVANIA
°-'-
Notanal Seat
Teresa Pastella, Notary Public
Upper MenonTwp.,MontgamoryCounty
By:
_.�
My Commission Expires March 28.2021
v 4,.; �, eresa Pastella, Notary Public
l to Member, Pennsylvania Association of Notanes
d) I "t £ '
L
This Power of Attorney is made and executed pursuant to and by authority of the following By-laws and Authorizations of The Ohio Casualty Insurance Company, Liberty Mutual
•S Insurance Company, and West American Insurance Company which resolutions are now in full force and effect reading as follows:
ARTICLE IV — OFFICERS: Section 12. Power of Attorney.
Any officer or other official of the Corporation authorized for that purpose in writing by the Chairman or the President, and subject to such limitation as the Chairman or the
President may prescribe, shall appoint such attorneys -in -fact, as may be necessary to act in behalf of the Corporation to make, execute, seal, acknowledge and deliver as surety
any and all undertakings, bonds, recognizances and other surety obligations. Such attorneys -in -fact, subject to the limitations set forth in their respective powers of attorney, shall
have full power to bind the Corporation by their signature and execution of any such instruments and to attach thereto the seal of the Corporation. When so executed, such
instruments shall be as binding as if signed by the President and attested to by the Secretary. Any power or authority granted to any representative or attomey-in-fact under the
provisions of this article may be revoked at any time by the Board, the Chairman, the President or by the officer or officers granting such power or authority.
ARTICLE XIII — Execution of Contracts: Section 5. Surety Bonds and Undertakings.
Any officer of the Company authorized for that purpose in writing by the chairman or the president, and subject to such limitations as the chairman or the president may prescribe,
shall appoint such attorneys -in -fact, as may be necessary to act in behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings,
bonds, recognizances and other surety obligations. Such attorneys -in -fact subject to the limitations set forth in their respective powers of attorney, shall have full power to bind the
Company by their signature and execution of any such instruments and to attach thereto the seal of the Company. When so executed such instruments shall be as binding as if
signed by the president and attested by the secretary.
Certificate of Designation — The President of the Company, acting pursuant to the Bylaws of the Company, authorizes David M. Carey, Assistant Secretary to appoint such attorneys -in -
fact as may be necessary to act on behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety
obligations.
Authorization — By unanimous consent of the Company's Board of Directors, the Company consents that facsimile or mechanically reproduced signature of any assistant secretary of the
Company, wherever appearing upon a certified copy of any power of attorney issued by the Company in connection with surety bonds, shall be valid and binding upon the Company with
the same force and effect as though manually affixed.
I, Renee C. Llewellyn, the undersigned, Assistant Secretary, The Ohio Casualty Insurance Company, Liberty Mutual Insurance Company, and West American Insurance Company do
hereby certify that the original power of attorney of which the foregoing is a full, true and correct copy of the Power of Attorney executed by said Companies, is in full force and effect and
has not been revoked.
IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed the seals of said Companies this 26th day of February , 2020
y tNsuR
Jp 4oevoxyroy�fi
F
1992 n
(Ir • A1CNUS a
LMS -12873 LMIC OCIC WAIC Multi Co 12/19
Pt11 INS,. .ta 1Ntiu'v.
5J 4ppPOR,q� VY 0% OR,�f, �'
UQ' �. Pd Sf X11 4 a4 FO rth
o 1991 0
�SO
-NA MYsY� Nall, I- dile
`�` 1 * i•� X11 * t`a
�7_
By: ij
Renee C. Llewellyn, Assistant Secretary
0
M
d'
a
(O
1 Q
N �
L �
c
o�
a_o
>o
a) v
.�� CV
00
EN
i M
C00
00
0—
a 19 —
o19
No. 5133-4
STATE OF CALIFORNIA
DEPARTMENT OF INSURANCE
SAN FRANCISCO
Amended
Certificate of Authority
THIS IS TO CERTIFY, That, pursuant to the Insurance Code of the State of California,
The Ohio Casualty Insurance Company
of New Hampshire, organized under the laws of New Hampshire, subject to its Articles of Incorporation or
other fundamental organizational documents, is hereby authorized to transact within this .State, subject to all
provisions of this Certificate, the following classes of insurance:
Fire, Marine, Surety, Plate Glass, Liability, Workers' Compensation,
Common Carrier Liability, Boiler and Machinery, Burglary, Credit,
Sprinkler, Automobile and Miscellaneous
as such classes are now or may hereafter be defined in the Insurance Laws of the State of California.
THIS CERTIFICATE is expressly conditioned upon the holder hereof now and hereafter being in
full compliance with all, and not in violation of any, of the applicable laws and lawful requirements made
under authority of the taws of the State of California as long as such laws or requirements are in effect and
applicable, and as such taws and requirements now are, or may hereafter be changed or amended.
IN WITNESS WHEREOF, effective as of the 19'h day of March,
2013, I have hereunto set my hand and caused my official seal to be
affixed this 19'h day of March, 2013.
Dave Jones
Insurance Commissioner
By Valerie J. Sarfaty
for Nettie Hoge
Chief Deputy
NOTICE:
Qualification with the Secretary of State must be accomplished as required by the California Corporations Code promptly after
issuance ofthis Certificate ofAuthority. Failure to do so evill be a violation ofInsm ance Code section 701 and will be grounds for
revoking this Certificate of Authority pursuant to the covenants made in the application therefor and the conditions contained
herein.
THE FINAL PREMIUM IS
PREDICATED ON THE
FINAL CONTRACT AMOUNT
EXHIBIT B
CITY OF NEWPORT BEACH
BOND NO. 024237727
FAITHFUL PERFORMANCE BOND
This bond was issued in two (2)
original counterparts
The premium charges on this Bond is $5,557.00 , being at the
rate of $8.40 / $5.40 thousand of the Contract price.
WHEREAS, the City of Newport Beach, State of California, has awarded to SAN
MARINO ROOF CO., Inc. hereinafter designated as the "Principal," a contract for: The
work necessary for the completion of this contract consists of removing existing
roofing systems; installing new built-up roof systems; installing curbs and roof closure at
removed or abandoned penetrations; replacing vents, scuppers and skylights; and all
other work as specified in the Contract Documents, for Buildings C and D at the
Corporation Yard located at 592 Superior Avenue, Newport Beach, CA 92663 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 for the faithful performance of the Contract.
NOW, THEREFORE, we, the Principal, and The Ohio Casualty Insurance Company
, duly authorized to
transact business under the laws of the State of California as Surety (hereinafter
"Surety"), are held and firmly bound unto the City of Newport Beach, in the sum of Five
Hundred Fifty One Thousand Dollars ($551,000.00) lawful money of the United States of
America, said sum being equal to 100% of the estimated amount of the Contract, to be
paid to the City of Newport Beach, its successors, and assigns; 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 heirs, executors, administrators, successors, or assigns, fail to abide by, and
well and truly keep and perform any or all the Work, 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 its true intent and meaning, or fails to indemnify,
defend, and save harmless the City of Newport Beach, its officers, employees and agents,
as therein stipulated, then, Surety will faithfully perform the same, in an amount not
exceeding the sum specified in this Bond; otherwise this obligation shall become null and
void.
As a part of the obligation secured hereby, and in addition to the face amount
specified in this Performance Bond, there shall be included costs and reasonable
expenses and fees, including reasonable attorneys' fees, incurred by City, only in the
event City is required to bring an action in law or equity against Surety to enforce the
obligations of this Bond.
San Marino Roof Co., Inc. Page B-1
Surety, for value received, 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 way affect its obligations on this Bond, and it does hereby waive
notice of any such change, extension of time, alterations or additions of the Contract or
to the Work or to the specifications.
This Faithful Performance Bond shall be extended and maintained by the Principal
in full force and effect for one (1) year following the date of formal acceptance of the
Project by City.
In the event that the Principal executed this bond as an individual, 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 Principal
and Surety above named, on the 26th day of February 2020
San Marino Roof Co., Inc.
Name of Contractor (Principal)
The Ohio Casualty Insurance Company
Name of Surety
790 The City Drive South, Suite 200, Orange, CA 92868
Address of Surety
(714) 937-1400
Telephone
Authorized ignature/Title
Gregory A. Banks, President
Authorized Agent Signature
Dwight Reilly, Attorney -in -Fact
Print Name and Title
APPROVED AS TO FORM:
CITY ATTORNEY'S OFFICE
Date: 3 I2 G
By:
Aaron C. Harp
City Attorney �3�
NOTARY ACKNOWLEDGMENTS OF
CONTRACTOR AND SURETY MUST BE ATTACHED
San Marino Roof Co., Inc. Page B-2
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 Orange }ss.
On C2/27/2020 20 before me, Annette I. Me_jia
Notary Public, personally appeared Gregory A. Banks
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.
AA -ME I. MEJIA
WITNESS my hand and official seal. _ Notary Public - C.fornia
Orange county —
Commission M 2311649
MY Comm. Expires Dec 1, 2023
Signature (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 Orange } ss.
On February 26th , 2020 before me, Adrian Benkert-Langrell
Notary Public, personally appeared Dwight Reilly
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.
.. ADRIAN BENKERT•LANGRELL
WITNES m hand and official seal. COMM. a2zia2sa N
w�
y Notary Public -California
ORANGE COUNTY LL
My Comm. Expires Sep 15,2021
Sig ture Adrian Benkert-Langrell (seal)
San Marino Roof Co., Inc. Page B-3
-, Liberty
Mutual.
SURETY
This Power of Attorney limits the acts of those named herein, and they have no authority to
bind the Company except in the manner and to the extent herein stated.
Liberty Mutual Insurance Company
The Ohio Casualty Insurance Company
West American Insurance Company
POWER OF ATTORNEY
Bond No. 024237727
Certificate No: 8202806 - 969561
KNOWN ALL PERSONS BY THESE PRESENTS: That The Ohio Casualty Insurance Company is a corporation duly organized under the laws of the State of New Hampshire, that
Liberty Mutual Insurance Company is a corporation duly organized under the laws of the State of Massachusetts, and West American Insurance Company is a corporation duly organized
under the laws of the State of Indiana (herein collectively called the "Companies"), pursuant to and by authority herein set forth, does hereby name, constitute and appoint,
Arturo Ayala, Daniel I Iuckabay, Frank Morones, R. Nappi, Dwight Reilly, Shaunna Rozelle Ostrom, Ben Stong, Michael D. Stong
all of the city of Orange state of CA each individually if there be more than one named, its true and lawful attorney-in-fact to make,
execute, seal, acknowledge and deliver, for and on its behalf as surety and as its act and deed, any and all undertakings, bonds, recognizances and other surety obligations, in pursuance
of these presents and shall be as binding upon the Companies as if they have been duly signed by the president and attested by the secretary of the Companies in their own proper
persons.
IN WITNESS WHEREOF, this Power of Attorney has been subscribed by an authorized officer or official of the Companies and the corporate seals of the Companies have been affixed
thereto this 31 st day of December , 2019 .
State of PENNSYLVANIA
County of MONTGOMERY
Liberty Mutual Insurance Company
PX1 INSUi P-tY 1NgV tNSUp The Ohio Casualty Insurance Company
�� 40RP°R9f %� ya 11oRP0Ra1y c,� GoR°° arq�p West American Insurance Company
uQ
1912 0 p 1919 „ 1991
�d'y13aACNUSkfi,�a �� gKAMVb��`Q• � ^! �MOIANP'
Baa S3M * > �� By:
David M. Carey, Assistant Secretary
On this 31st day of December , 2019 before me personally appeared David M. Carey, who acknowledged himself to be the Assistant Secretary of Liberty Mutual I
Company, The Ohio Casualty Company, and West American Insurance Company, and that he, as such, being authorized so to do, execute the foregoing instrument for the
therein contained by signing on behalf of the corporations by himself as a duly authorized officer.
IN WITNESS WHEREOF, I have hereunto subscribed my name and affixed my notarial seal at King of Prussia, Pennsylvania, on the day and year first above written.
r�ra
6!v F<
COMMONWEALTH OF PENNSYLVANIA
meq, v
Notarial Seal
Teresa Pastalla, Notary Public
Upper Marion hvp., Montgomery County
By
My Commission Expires March 28, 2021
t µvt.._. eresa Pastella, Notary
Z5 4p4 t' Member, Pennsylvania A".Catiei Net
n na_ries
4? This Power of Attorney is made and executed pursuant to and by authority of the following By-laws and Authorizations of The Ohio Casualty Insurance Company, Liberty Mutual
Insurance Company, and West American Insurance Company which resolutions are now in full force and effect reading as follows:
ARTICLE IV— OFFICERS: Section 12. Power of Attorney.
Any officer or other official of the Corporation authorized for that purpose in writing by the Chairman or the President, and subject to such limitation as the Chairman or the
President may prescribe, shall appoint such attorneys -in -fact, as may be necessary to act in behalf of the Corporation to make, execute, seal, acknowledge and deliver as surety
any and all undertakings, bonds, recognizances and other surety obligations. Such attorneys -in -fact, subject to the limitations set forth in their respective powers of attorney, shall
have full power to bind the Corporation by their signature and execution of any such instruments and to attach thereto the seal of the Corporation. When so executed, such
instruments shall be as binding as if signed by the President and attested to by the Secretary. Any power or authority granted to any representative or attorney-in-fact under the
provisions of this article may be revoked at any time by the Board, the Chairman, the President or by the officer or officers granting such power or authority.
ARTICLE XIII — Execution of Contracts: Section 5. Surety Bonds and Undertakings.
Any officer of the Company authorized for that purpose in writing by the chairman or the president, and subject to such limitations as the chairman or the president may prescribe,
shall appoint such attorneys -in -fact, as may be necessary to act in behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings,
bonds, recognizances and other surety obligations. Such attorneys -in -fact subject to the limitations set forth in their respective powers of attorney, shall have full power to bind the
Company by their signature and execution of any such instruments and to attach thereto the seal of the Company. When so executed such instruments shall be as binding as if
signed by the president and attested by the secretary.
Certificate of Designation — The President of the Company, acting pursuant to the Bylaws of the Company, authorizes David M. Carey, Assistant Secretary to appoint such attorneys -in -
fact as may be necessary to act on behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety
obligations.
Authorization — By unanimous consent of the Company's Board of Directors, the Company consents that facsimile or mechanically reproduced signature of any assistant secretary of the
Company, wherever appearing upon a certified copy of any power of attorney issued by the Company in connection with surety bonds, shall be valid and binding upon the Company with
the same force and effect as though manually affixed.
I, Renee C. Llewellyn, the undersigned, Assistant Secretary, The Ohio Casualty Insurance Company, Liberty Mutual Insurance Company, and West American Insurance Company do
hereby certify that the original power of attorney of which the foregoing is a full, true and correct copy of the Power of Attorney executed by said Companies, is in full force and effect and
has not been revoked.
IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed the seals of said Companies this 26th day of February 2020
4 INSUR '5ti" INSU 10SU,�
PPtll•t•�i'� �JPOORr'OR' %4 PO
s1912y 0 191�119 0 2 1991 n
Ydds"�"°m� dD y0 y�
$7 * ya oBy
4MPd_Renee C. Llewellyn, Assistant Secretary
LMS -12873 LMIC OCIC WAIC Multi Co 12/19
N
C
N
H
w
00
o :
CUE
O M
1 p
rn O
L O)
c
O N
ao
m�
>o
d
a)00
E cV
*— M
CC9
00
0—
o'9
*:/:11=3i1fe7
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,
Section 3700 of the Labor Code. 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 elected or appointed officers,
agents, officials, employees and volunteers.. Contractor shall submit to
City, along with the certificate of insurance, a Waiver of Subrogation
endorsement in favor of City, its elected or appointed officers, agents,
officials, employees and volunteers.
B. General Liability Insurance. Contractor shall maintain commercial general
liability insurance, and if necessary 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 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. The policy
shall cover liability arising from premises, operations, products -completed
operations, personal and advertising injury, and liability assumed under an
San Marino Roof Co., Inc. Page C-1
insured contract (including the tort liability of another assumed in a business
contract).
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.
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. Pollution Liability Insurance. Contractor shall maintain a policy providing
contractor's pollution liability ("CPL") coverage with a total limit of liability of
no less than $5,000,000 per loss and $5,000,000 in the aggregate per policy
period. Claims -made policies require a 10 -year extended reporting period.
The CPL policy shall include coverage for cleanup costs, third -party bodily
injury and property damage, including loss of use of damaged property or
of property that has not been physically injured or destroyed, resulting from
pollution conditions caused by contracting operations. Coverage as
required in this paragraph shall apply to sudden and non -sudden pollution
conditions resulting from the escape or release of smoke, vapors, fumes,
acids, alkalis, toxic chemicals, liquids, or gases, waste materials, or other
irritants, contaminants, or pollutants. The CPL shall also provide coverage
for transportation and off -Site disposal of materials. The policy shall not
contain any provision or exclusion (including any so-called "insured versus
insured" exclusion or "cross -liability" exclusion) the effect of which would be
to prevent, bar, or otherwise preclude any insured or additional insured
under the policy from making a claim which would otherwise be covered by
such policy on the grounds that the claim is brought by an insured or
additional insured against an insured or additional insured under the policy.
4. Other Insurance Requirements. The policies are to contain, or be endorsed to
A. Waiver of Subrogation. All insurance coverage maintained or procured
pursuant to this Contract shall be endorsed to waive subrogation against
City, its elected or appointed officers, agents, officials, employees and
volunteers or shall specifically allow Contractor or others providing
insurance evidence in compliance with these requirements to waive their
San Marino Roof Co., Inc. Page C-2
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,
products and completed operations, excess liability, pollution liability, and
automobile liability, if required, shall provide or be endorsed to provide that
City, its elected or appointed officers, agents, officials, employees and
volunteers 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 elected or appointed officers, agents, officials, employees and
volunteers. 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
required coverage except Builders Risk Insurance, which shall contain an
endorsement with said required notices.
5. Additional Agreements Between the Parties. The parties hereby agree to the
following:
A. Evidence of Insurance. Contractor shall provide certificates of insurance 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.
San Marino Roof Co., Inc. Page C-3
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.
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
San Marino Roof Co., Inc. Page C-4
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.
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.
San Marino Roof Co., Inc. Page C-5
CERTIFICATE OF INSURANCE
CHECKLIST
City of Newport Beach
This checklist is comprised of requirements as outlined by the City of Newport Beach. *
Date Received: 2/7/2020 Dept./Contact Received From: Shelby Morgan
Department: Public Works Sent to: Marissa By. Shelby
Company/Person required to have certificate: San Marino Roof Co.
Type of contract: Public Works Contract
1. GENERAL LIABILITY
EFFECTIVE/EXPIRATION DATE: 7/1/2019-7/1/2020
EFFECTIVE/EXPIRATION DATE. 7/1/2019-7/1/2020
A.
INSURANCE COMPANY: Liberty Surplus Insurance Corporation NAIC#10725
B.
AM BEST RATING (A-: VII or greater): A: XV
C.
ADMITTED Company (Must be California Admitted):
AM BEST RATING (A-: VII or greater) A:X
Is Company admitted in California?
❑ Yes ❑✓ No
D.
LIMITS (Must be $1 M or greater): What is limit provided?
$1 M per occur / $2M agg
E.
ADDITIONAL INSURED ENDORSEMENT — please attach✓❑
Yes ❑ No
F.
ADDITIONAL INSURED WORDING TO INCLUDE (The City
LIMITS - If Employees (Must be $1 M min. BI & PD and $500,000
its officers, officials, employees and volunteers): Is it
UM, $21M min for Waste Haulers): What is limits provided? $1 M
included?
❑✓ Yes ❑ No
G.
PRIMARY & NON-CONTRIBUTORY WORDING (Must be
included): Is it included?
❑✓ Yes ❑ No
H.
PRODUCTS AND COMPLETED OPERATIONS (Must
F.
HIRED AND NON -OWNED AUTO ONLY: 0 N/A
include): Is it included? (completed Operations status does
❑ No
G.
not apply to Waste Haulers or Recreation)
❑ N/A Q Yes ❑ No
II. AUTOMOBILE LIABILITY
EFFECTIVE/EXPIRATION DATE. 7/1/2019-7/1/2020
A.
INSURANCE COMPANY: Financial Pacific Insurance Company NAIC#31453
B.
AM BEST RATING (A-: VII or greater) A:X
C.
ADMITTED COMPANY (Must be California Admitted):
Is Company admitted in California?
0 Yes
❑ No
D.
LIMITS - If Employees (Must be $1 M min. BI & PD and $500,000
UM, $21M min for Waste Haulers): What is limits provided? $1 M
E.
PRIMARY & NON-CONTRIBUTORY WORDING
ENDORSEMENT - please attach
0 Yes
❑ No
F.
HIRED AND NON -OWNED AUTO ONLY: 0 N/A
❑Yes
❑ No
G.
ADDITIONAL INSURED ENDORSEMENT — please attach
0 Yes
❑ No
H.
ADDITIONAL INSURED WORDING TO INCLUDE (The City its
officers, officials, employees and volunteers): Is it included?
DYes
❑ No
I.
SIGNED AUTOMOBILE INSURANCE EXEMPTION FORM: QN/A
F] Yes
❑ No
III
WORKERS' COMPENSATION
EFFECTIVE/EXPIRATION DATE: 7/1/2019-7/1/2020
A. INSURANCE COMPANY: Redwood Fire and Casualty Insurance Company NAIC#11673
B. AM BEST RATING (A--. VII or greater): A++:XV
C. ADMITTED Company (Must be California Admitted):
D. WORKERS' COMPENSATION LIMIT: Statutory
E. EMPLOYERS' LIABILITY LIMIT (Must be $1 M or greater)
F. WAIVER OF SUBROGATION (To include): Is it included?
G. SIGNED WORKERS' COMPENSATION EXEMPTION FORM
ADDITIONAL COVERAGES THAT MAYBE REQUIRED
Z Yes ❑ No
❑✓ Yes ❑ No
$1M
Z Yes ❑ No
❑✓ N/A ❑ Yes ❑ No
❑ PROFESSIONAL LIABILITY
EFFECTIVE/EXPIRATION DATE:
A. INSURANCE COMPANY:
❑✓ POLLUTION LIABILITY
EFFECTIVE/EXPIRATION DATE: 2/26/2020-2/26/2021
A. INSURANCE COMPANY: Westchester Surplus Lines Insurance Company NAIC#10172, $2M/$4M
0 BUILDER'S RISK
EFFECTIVE/EXPIRATION DATE: 4/13/2020-6/20/2020
A. INSURANCE COMPANY: The Hartford Insurance Company
EFFECTIVE/EXPIRATION DATE:
A. INSURANCE COMPANY:
NOTES/COMMENTS:
(General Liability - Non -admitted carrier approved as surplus lines carrier
Pollution Liability - Non -admitted carrier approved as surplus lines carrier
Approved:
Risk Management
4/14/2020
Date
City of Newport Beach
CITY YARD RE -ROOFING PROJECT
Contract No. 7719-1
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
Gentlemen:
The undersigned declares that he 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. 7719-1 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:
January 6, 2020
Date
T: 714-974-3070 / F: 714-282-1137
Bidder's Telephone and Fax Numbers
CSLB #: 249559 / Classification: C39
Bidder's License No(s).
and Classification(s)
1000001914
DIR Registration Number
San Marino Roof Co., Inc.
Bidder
Gregory A. Banks,
President
Bidder's Authorized Signature and Title
2187 N. Batavia Street, Orange. CA 92865
Bidder's Address
Bidder's email address: mike@sanmarinoroof.com
is
City of Newport Beach
Page 1
City Yard Re -Roofing Project (7719-1), bidding on January 22, 2020 10:00 AM (Pacific)
Printed 01/22/2020
Bid Results
Bidder Details
Vendor Name San Marino Roof Co.. Inc.
Address 2187 N. Batavia Street
Orange, CA 92865
United States
Respondee Gregory A. Banks
Respondee Title President
Phone 714-974-3070 Ext.
Email mandy@sanmarinoroof.com
Vendor Type CADIR
License # 249559
CADIR 1000001914
Bid Detail
Bid Format Electronic
Submitted January 22, 2020 9:17:15 AM (Pacific)
Delivery Method
Bid Responsive
Bid Status Submitted
Confirmation # 200486
Ranking 0
Respondee Comment
Buyer Comment
Attachments
File Title File Name
File Type
SMR General Attachments SMR Bid Forms.pdf
General Attachment
SMR Bid Bond Bid Bond.pdf
Bid Bond
Line Items
Type Item Code UOM Qty
Unit Price
Line Total Comment
Section 1
1 Mobilization
LS 1
$1,000.00
$1:000.00
2 Remove and Dispose of Asbestos Material
LS 1
$18,000.00
$18,000.00
3 Remove Existing Roof System and Install New Built -Up Roof System (Building C)
LS 1
$132,000.00
$132,000.00
4 Remove Existing Roof System and Install New Built -Up Roof System (Building D)
LS 1
$383;000.00
$383,000.00
5 Provide As -Built Drawings (Fixed)
LS 1
$1,000.00
$1,000.00
City of Newport Beach
City Yard Re-Roofing Project (7719-1), bidding on January 22, 2020 10:00 AM (Pacific)
Bid Results
Type Item Code UOM Qty
6 Lightweight Concrete Repair (Allowance)
LS 1
Subcontractors
Name & Address
Klondike Construction
Service Inc.
592 E. State Street
Ontario, CA 91761
United States
PGC Construction Inc
27475 Ynez Rd
#111
Temecula, CA 92591
United States
Description License Num
Roof Removal and Asbestos 990645
Removal
Sheet Metal 829086
Page 2
Printed 01/22/2020
Unit Price
Line Total Comment
$16,000.00
$16,000.00
Subtotal
$551,000.00
Total
$551,000.00
CADIR
Amount Type
1000008336
$69,820.00
1000036314 $25,000.00
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
ADDENDUM NO. 1
CITY YARD RE -ROOFING PROJECT
CONrwcriva 7719-f
DATE: 15 J90,2W BY: V �i
/1911
TO: ALL PLANHOLDERS
The following changes, additions, dele ons, or clarifications shall be made to the
contract documents — all other conditions shall remain the same.
PRE-BID QUESTIONS:
Q1: The core sample from mandatory pre-bid job walk showed 3 '/2 inches of
polyisocyanurate insulation at Building D. The specifications call out 2 inches. What
should be installed?
Al: Replace Section 07 55 00, 1.2, A, 11 with the following:
"Building D to have new HPR Glasbase base sheet mechanically fastened with 'CR
Base Sheet Fastener' fasteners in the following pattern: 7" O.C. through 4" lap, two
equally spaced rows of 7" O.C. staggered in center of sheet. Then fully adhere 3.5"
polyisocyanurate insulation to match existing thickness of insulation in hot asphalt
over the base sheet. Then install 1/2 -inch StructoDek High Density fiberboard to be
fully adhered in hot asphalt directly to the polyisocyanurate."
Q2: What should be done with the existing one-way vents on Building D? Will project
need new ones to be installed?
i:\users\pbw\shared\contracts\fy19-20 current\100 - facilities\fmmp\city yard re -roofing c-7719_20fMbidding docs\c-
7719-1 addendum no. 1.docx
A2: Contractor shall remove all one-way vents on Building D. No new one-way vents
are to be reinstalled.
Replace Payment Item No. 4 with the following:
Item No. 4 Remove Existing Roof System and Install New Built -Up Roof
System (Building D): Work under this item shall include, but not be limited to, all
labor, tools, equipment and material costs for removing existing roof system
(including skylights), removing existing non -operational HVAC system and
appurtenances, removing all existing one-way vents, protecting all other existing
roof penetrations, installing a new roof system with new double dome skylights (with
opaque outer lens), filling in openings resulting from HVAC system and one-way
vent removals, 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.
Q3: Who will decommission the large heater unit on Building D?
A3: City of Newport Beach will unhook gas and electrical lines on the existing large
heater unit that is located on Buildling D. Contractor shall demo, remove and dispose
of said unit.
Q4: The existing drain lines that are to be removed at Building C are connected to
the existing downspouts. Please clarify the scope.
A4: Contractor shall remove and replace existing leaderheads and downspouts with
new to match existing size, shape, and gauge on Building C. Contractor to prime
and paint new leaderheads and downspouts to match. Contractor to fill hole in CMU
wall with concrete behind existing downspouts from existing drain pipes that are to
be removed per 07 55 00, 1.2, A, 18.
Replace Payment Item No. 3 with the following:
Item No. 3 Remove Existing Roof System and Install New Buillt-Up Roof
System (Building C): Work under this item shall include, but not be limited to, all
labor, tools, equipment and material costs for removing existing roof system,
removing and replacing existing leaderheads and downspouts to match
existing size, shape and gauge, protecting all other existing roof penetrations,
installing new roof system with enlarge crickets, patching CMU wall with concrete
patch to match existing, 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.
is\users\pbw\shared\contracts\fy19-20 current\100 - facilities\fmmp\city yard re -roofing c-7719_20f02\bidding
docs\addendum 1\c-7719-1 addendum no. 1.docx
Q5: How do we install on the walls at Building C?
A5: Building C vertical walls: Prime concrete walls with one (1) gallon per square of
Garla Prime primer. Adhere one ply of HPR Glasfelt directly to the concrete wall in
hot asphalt. Install Stressply EUV smooth in hot asphalt in base flashing angle.
Then, torch apply one layer of Stressply IV Plus UV Mineral on entire vertical wall
and secure the top with a termination bar fastened every 8 inches on center.
Q6: Can we submit hard copy bids?
AS: All bids must be submitted electronically via PlanetBids:
https://www.r)lanetbids.com/portal/i)ortal.cfm?Comr)anylD=22078. Contractor will
need to register and create a profile if they do not already have one.
Q7: How and where should bid bonds be submitted?
A7: Bid bonds (hard copy) shall be submitted to the City Clerk's office before the
project bid opening. City Clerk's office is located at: 100 Civic Center Drive, Newport
Beach, CA 92660 (Bay E, 2nd Floor)
Q8: Please clarify application rate noted in 07 55 00, 1.2, A, 25.
Q8: Replace Section 07 55 00, 1.2, A, 25 with the following:
"Install White Star at 2 gallons per square feet in a 2 -foot wide strip at all valley lines
and in all drain areas. Embed 30lbs of T24 minerals into White Star while coating is
still wet. Broom up and dispose of any loose minerals once coating has dried."
Bidders must sign this Addendum No. 1 and attach It to the bld 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.
San Marino Roof Co., Inc.
Bidder's Name (Please Print)
January 15, 2020
Date
Gregory A. Banks,
--.��—" President
Authorized Signature & Title
Attachments: None
is\users\pbw\shared\contracts\fy19-20 current\100 - facilities\fmmp\city yard re -roofing c-7719_2=2\bidding
docs\addendum 1\c-7719-1 addendum no. 1.docx
CITY OF NEWPORT BEACH QRoF SIO ON
PUBLIC WORKS DEPARTMENT ������`� cEeq��os�c
INDEX Y C 810 4 o A
FOR
SPECIAL PROVISIONS s
qTF CIVIL Fo�
CITY YARD RE -ROOFING PROJECT OF
PROJECT NO. 20F02
CONTRACT NO. 7719-1
PART 1- GENERAL PROVISIONS 1
SECTION 00 - PRE-BID MEETING 1
00-1 JOBWALK 1
SECTION 1— TERMS, DEFINITIONS, ABBREVIATIONS, UNITS OF MEASURE, AND SYMBOLS 2
1-2 TERMS AND DEFINITIONS 2
SECTION 2 - SCOPE AND CONTROL OF THE WORK 2
2-1 AWARD AND EXECUTION OF THE CONTRACT 2
2-5 PLANS AND SPECIFICATIONS 2
2-5.2 Precedence of Contract Documents 2
2-6 WORK TO BE DONE 2
SECTION 3 - CHANGES IN WORK 2
3-3 EXTRA WORK 2
3-3.2 Payment 2
3-3.2.2 Basis for Establishing Cost 3
3-3.2.3 Markup 3
SECTION 4 - CONTROL OF MATERIALS 3
4-1 MATERIALS AND WORKMANSHIP 3
4-1.3 Inspection Requirements 3
4-1.3.1 General 3
SECTION 5 — UTILITIES 4
5-1 LOCATION 4
5-1.1 General 4
5-2 PROTECTION 4
5-4 RELOCATION 4
SECTION 6 - PROSECUTION, PROGRESS AND ACCEPTANCE OF THE WORK 4
6-1 CONSTRUCTION SCHEDULE AND COMMENCEMENT OF WORK 4
6-1.1 Construction Schedule 5
6-7 TIME OF COMPLETION 5
6-7.1 General 5
6-8 COMPLETION, ACCEPTANCE, AND WARRANTY 6
6-9 LIQUIDATED DAMAGES 6
SECTION 7 - RESPONSIBILITIES OF THE CONTRACTOR 7
7-1 THE CONTRACTOR'S EQUIPMENT AND FACILITIES 7
7-1.2 Temporary Utility Services 7
7-2 LABOR 7
7-2.2 Prevailing Wages 7
7-8 WORK SITE MAINTENANCE 7
7-8.4 Storage of Equipment and Materials 7
7-8.4.3 Storage at City Facility 7
7-8.6 Water Pollution Control 8
7-8.6.2 Best Management Practices (BMPs) 8
7-10 SAFETY 8
7-10.3 Haul Routes 8
7-10.4 Safety 8
7-10.4.1 Work Site Safety 8
SECTION 9 - MEASUREMENT AND PAYMENT
8
9-2 LUMP SUM WORK
9
9-3 PAYMENT
9
9-3.1 General
9
9-3.2 Partial and Final Payment.
10
PART 2 — CONSTRUCTION MATERIALS
10
PART 3 — CONSTRUCTION METHODS
10
SECTION 300 — EARTHWORK
10
300-1 CLEARING AND GRUBBING
10
300-1.3 Removal and Disposal of Materials
10
PART 6 — TEMPORARY TRAFFIC CONTROL
11
SECTION 600 —ACCESS
11
600-1 GENERAL
11
600-3 PEDESTRIAN ACCESS
11
SECTION 601— WORK AREA TRAFFIC CONTROL
11
601-1 GENERAL
11
601-2 TRAFFIC CONTROL PLAN (TCP)
11
PART 7 — TECHNICAL SPECIFICATIONS 12
APPENDIX A — PHOTO REPORT 13
APPENDIX B — ASBESTOS SURVEY 14
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
SPECIAL PROVISIONS
CITY YARD RE -ROOFING PROJECT
PROJECT NO. 20F02
CONTRACT NO. 7719-1
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. B -5278-S); (3) the City's
Desiqn Criteria, Standard Special Provisions and Standard Drawings for Public Works
Construction, (2004 Edition), including Supplements; (4) Standard Specifications for
Public Works Construction (2015 Edition) including supplements. The City's Design
Criteria, Standard Special Provisions and Standard Drawings for Public Works
Construction are available at the following website:
hftp://www.newportbeachca.gov/government/departments/public-works/resources
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 00 — PRE-BID MEETING
00-1 JOBWALK
The City will conduct a pre-bid site meeting on the date and at the time specified in the
Invitation to Bid. Bidder attendance at this meeting is MANDATORY. The purpose of
the pre-bid site meeting is to acquaint prospective bidders with the current condition
and existing penetrations at the Buildings C and D roofs located at the Corporation Yard
in order to provide a comprehensive Bid.
The conditions and requirements of these Specifications will govern over any
information presented at the pre-bid site meeting. Addenda will be prepared and
issued, as necessary, to affect any changes to these specifications.
Page 1 of 14
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
At the time of the award and until completion of work, the Contractor shall possess a
"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 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 existing
roofing systems; installing new built-up roof systems; installing curbs and roof closure at
removed or abandoned penetrations; replacing vents, scuppers and skylights; and all
other work as specified in the Contract Documents, for Buildings C and D at the
Corporation Yard located at 592 Superior Avenue, Newport Beach, CA 92663.
3-3 EXTRA WORK
3-3.2 Payment
SECTION 3 - CHANGES IN WORK
Page 2 of 14
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 (prior to any markups) and shall constitute the markup
for all overhead and profit:
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 (prior to any markups) and shall
constitute the markup for all overhead and profit. An additional markup of five (5)
percent of the subcontracted actual cost (prior to any markups) 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
Page 3 of 14
minimum) notice of the Contractor's readiness for inspection. Submittals are required
for all construction material.
The Engineer shall select an independent testing laboratory and pay for all testing as
specified in the various sections of the Standard Special Provisions and these Special
Provisions. When, in the opinion of the Engineer, additional tests and retesting due to
failed tests or inspections are required because of unsatisfactory results in the manner
in which the Contractor executed the work, such tests and inspections shall be paid for
by the Contractor.
SECTION 5 — UTILITIES
5-1 LOCATION
5-1.1 General
The Contractor is responsible for, and shall at his or her expense, account for all
existing utilities which may be affected by the work to verify points of connection and
potential conflicts. No segment of work shall begin until the contractor has verified
points of connection and related connection material requirements, and coordinated the
final/existing layout of the laterals/pipeline with the Engineer, including adjustments due
to field conflicts with other utilities or structures above or below ground.
Within seven (7) calendar days after completion of the work or phase of work, the
Contractor shall remove all USA utility markings. Removal by sandblasting is not
allowed. Any surface damaged by the removal effort shall be repaired to its pre -
construction condition or better at the contractor's expense.
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
City.
5-4 RELOCATION
All City equipment, HVAC components or other equipment which are affected by the
Work shall be replaced in kind or rerouted so as to restore system functionality.
The Contractor will be required to inspect and inventory all existing roof penetrations
and equipment prior to start of work.
SECTION 6 - PROSECUTION, PROGRESS AND ACCEPTANCE OF THE WORK
6-1 CONSTRUCTION SCHEDULE AND COMMENCEMENT OF WORK
Page 4 of 14
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. The 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 additional, 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 60 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.
Demolition may be performed on Saturday during the hours of 7:00 a.m. to 4:00 p.m.
Specific dates must be submitted to the Engineer for prior approval.
Project will not begin prior to March of 2020.
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 4:00 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 $146 per hour when such time
periods are approved.
Page 5 of 14
The following days are designated City holidays and are non -working days:
1. January 1St (New Year's Day)
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 on 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.
Page 6 of 14
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, City staff,
and the public as a result of construction operations.
SECTION 7 - RESPONSIBILITIES OF THE CONTRACTOR
7-1 THE CONTRACTOR'S EQUIPMENT AND FACILITIES
7-1.2 Temporary Utility Services
If the Contractor elects to use City water, Contractor shall arrange for a meter and
tender a $973.00 meter deposit with the City. Upon return of the meter to the City, the
deposit will be returned to the Contractor, less a $90 monthly charge for meter use, a
charge for water usage and any repair charges for damage to the meter.
Water used during construction shall be paid for by the Contractor. This includes water
for flushing and pressure testing water lines, compaction, dust control, irrigation during
maintenance period for landscaping, etc.
City shall designate to the Contractor the location of the fire hydrant or other connection
acceptable for drawing of construction and temporary water. City reserves the right to
limit the location, times and rates of drawing such water.
7-2 LABOR
7-2.2 Prevailing Wages
In accordance with California Labor Code Section 1720.9, hauling and delivery of
ready -mixed concrete for public works contracts are subject to prevailing wages.
7-8 WORK SITE MAINTENANCE
7-8.4 Storage of Equipment and Materials
7-8.4.3 Storage at City Facility
It is the Contractor's responsibility to obtain an area for the storage of equipment
and materials. Contractor may coordinate with the City's Maintenance Group — Rick
Scott (949-279-9177) to obtain a laydown area within the project site. 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 7of14
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. Providing a controlled area for cleaning or rinse -down activities.
d. Monitoring construction activities.
e. Minimizing usage of water when saw -cutting and vacuum the residue.
f. Providing measures to capture or vacuum -up water contaminated with
construction debris.
g. Removing any construction related debris on a daily basis.
h. Protecting work areas from erosion.
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 back -charging 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.
7-10 SAFETY
7-10.3 Haul Routes
Haul routes shall be submitted to the Engineer for review and approval.
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
Page 8 of 14
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.
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: Work under this item shall include, but not be limited to,
all labor, tools, equipment and material costs for providing bonds, insurance and
financing, obtaining no -fee City building permits, 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, removing of
USA markings and providing any required documentation as noted in these Special
Provisions.
Item No. 2 Remove and Dispose of Asbestos Material: Work under this item
shall include removing and disposing roof mastic by a State Certified Asbestos
Abatement Contractor following SCAQMD Asbestos Removal Procedures. Contractor
shall submit preferred procedure for Engineer's approval prior to start of work. All
SCAQMD manifests documenting removal shall be provided to the City under this
payment item.
Item No. 3 Remove Existing Roof System and Install New Built -Up Roof
System (Building C): Work under this item shall include, but not be limited to, all
labor, tools, equipment and material costs for removing existing roof system, protecting
all existing roof penetrations, installing new roof system with enlarge crickets, patching
CMU wall with concrete patch to match existing, 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 Remove Existing Roof System and Install New Built -Up Roof
System (Building D): Work under this item shall include, but not be limited to, all
labor, tools, equipment and material costs for removing existing roof system (including
skylights), removing existing non -operational HVAC system and appurtenances,
Page 9 of 14
protecting all other existing roof penetrations, installing a new roof system with new
double dome skylights (with opaque outer lens), filling in openings resulting from HVAC
system removal, 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. 5 Provide As -Built Drawings: 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
determined for this bid item. The intent of this pre-set amount is to emphasize to the
Contractor the importance of as -built drawings.
Item No. 6 Lightweight Concrete Repair (Allowance): Work under this item shall
include, but not be limited to, all labor, tools, equipment and material costs for all
actions necessary to repair and prepare the existing lightweight concrete layer for
installation of a new roof system. An amount of $16,000.00 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
See Part 7 Technical Specifications.
PART 3 - CONSTRUCTION METHODS
SECTION 300 — EARTHWORK
300-1 CLEARING AND GRUBBING
300-1.3 Removal and Disposal of Materials
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.
See Part 7 Technical Specifications for additional Construction Methods.
Page 10 of 14
PART 6 - TEMPORARY TRAFFIC CONTROL
SECTION 600 — ACCESS
600-1 GENERAL
Ten (10) working days prior to starting work, the Contractor shall distribute construction
notices to residents within 500 feet of the project, describing the project and indicating
the limits of construction. The City will provide the notices.
Forty-eight (48) hours prior to the start of construction, the Contractor shall distribute to
the residents a second written notice prepared by the City clearly indicating specific
dates in the space provided on the notices when construction operations will start. The
Contractor shall insert the applicable dates and times at the time the notices are
distributed.
The written notices will be prepared by the City, but shall be completed and distributed
by the Contractor. Errors in distribution, false starts, acts of God, strikes or other
alterations of the schedule will require Contractor re -notification using an explanatory
letter furnished by the City.
600-3 PEDESTRIAN ACCESS
Pedestrian access to all offices, garages, storage areas etc., within the limits of work
must be maintained at all times. The Contractor shall cooperate with the Engineer to
provide advance notice to any and all employees whose access will be impacted by
construction operations.
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 and employees around areas of construction, and into and out of the affected
buildings.
601-2 TRAFFIC CONTROL PLAN (TCP)
The Contractor shall submit to the Engineer, at least five working days prior to the pre -
construction meeting, a traffic control plan showing typical closures and detour plan(s).
The Contractor shall be responsible for processing and obtaining approval of a traffic
control plans from the Engineer. The Contractor shall adhere to the conditions of the
traffic control plan. Typical closures shall conform to the provisions of the WORK
AREA TRAFFIC CONTROL HANDBOOK (W.A.T.C.H.), Latest Edition.
Page 11 of 14
PART 7 - TECHNICAL SPECIFICATIONS
Page 12 of 14
SECTION 07 55 00
MODIFIED BITUMINOUS MEMBRANE ROOFING
PART 1 GENERAL
1.1 RELATED DOCUMENTS
A. Drawings and general provisions of the Contract, including the Conditions of the Contract
and Division 01 Specification Sections apply to this Section.
1.2 SUMMARY
A. Provide all labor and materials to remove and replace the existing roofing system with a
new built-up roofing on all sections of Building `C' and Building `D' within City of
Newport Beach's Corporation Yard located at 592 Superior Avenue, Newport Beach, CA.
92663.
1. All drains and overflows must be water tested by roofing contractor before
reroofing begins. If any drains are clogged, please notify the owner immediately.
Do not proceed until the drains are in working order. Roofing contractor will be
responsible for all drains to be in working condition once roof is complete.
2. Contractor responsible to turn over all sites where work is to take place in the same
condition as they were before the contractor started. All grounds adjacent to where
work was done must be swept and all areas run over 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 and any objects, debris, or trash must
be removed.
3. Remove existing roof system and insulation down to the wood deck and/or
lightweight concrete deck.
4. Replace any rotted or damaged wood. All replaced wood must be verified in person
by the City or City representative. Lack of proof lies on the responsibility of the
contractor. Without prior approval, change orders will not be paid. Any damaged
plywood must be replaced with full 4 -foot by 8 -foot sheets of plywood.
5. All curbs over two (2) feet wide to have crickets installed on the upslope side and
need to be properly sized to prevent ponding water behind the curbs. Enlarge
existing as required, and install new where missing.
6. Raise all vent curbs, duct curbs, pipe penetrations, and flashings as needed to reach
a minimum height of eight (8) inches above finished roof surface.
7. Flash around penetrations using 4 -lb lead flashings. Install clamps to seal top. Top
'/4 -inch of lead jacks will be farrowed out and filled with moisture cure polyurethane
sealant (e.g. Tuff Stuff).
SECTION 07 55 00 MODIFIED BITUMINOUS MEMBRANE ROOFING
CITY OF NEWPORT BEACH
CORPORATION YARD - BLDG C AND BLDG D
9-26-2019
8. Furnish and install all new redwood pipe/conduit supports set on '/z -inch walkpads
at a minimum 8 -feet on center. Install new clamps. Wood to be adhered to walkpad
with mastic. Walkpad to float freely on roof. Walkpads to be approximately two
(2) inches wider than blocking on each side.
9. Replace all skylights with new double dome curb mounted units. Outer lenses to
be opaque. Existing curbs are metal C channels. Raise curb height to eight inches
(8") above finished roof height with wood that matches width of existing C
Channel. Install plywood on outer edge of C Channel to allow a proper roofing
surface to attach to.
10. Large heater unit on Bldg D is to be demo'ed and removed. Remove all ductwork
above the roof level and remove the curb. Contractor to dispose of all material.
Contractor to fill-in openings resulting from unit removal, per Contract Documents.
11. Building D to have new HPR Glasbase base sheet mechanically fastened with `CR
Base Sheet Fastener' fasteners in the following pattern: 7" O.C. through 4" lap,
two equally spaced rows of 7" O.C. staggered in center of sheet. Then fully adhere
2" polyisocyanurate insulation to match existing thickness of insulation in hot
asphalt over the base sheet. Then install 1/2 -inch StructoDek High Density
fiberboard to be fully adhered in hot asphalt directly to the polyisocyanurate.
12. Building C to receive a loose laid red rosin paper and then nail a layer of HPR
Glasbase Type II base sheet over the entire deck according to ASCE 7-10 wind
uplift requirements.
13. Install two plies of Type IV HPR Glasfelts and Stressply Plus FR Mineral
membrane in hot asphalt over entire roof surface.
14. An extra layer of Stressply EUV smooth will also be used in all flashing, base plies,
edge metal reinforcement, pipe penetration reinforcement, and penetration plies.
15. All vertical surfaces to have one layer of HPR Glasfelt installed directly to the
surface in hot asphalt. Install Stressply EUV smooth in hot asphalt in base flashing
angle. Then, torch apply one (1) layer of Stressply IV Plus UV Mineral on entire
vertical surface extending nine (9) inches onto the field of the roof.
16. Replace all scuppers with new fully welded galvanized scuppers. Outside edge of
scupper to be sealed to wall per SMACNA and NRCA
17. On Building D, contractor to core new overflow scuppers through the wall and
install new fully welded galvanized overflow scuppers at each drain location.
Outside edge of scupper to be sealed to the wall per SMACNA and NRCA
18. Building C to receive new enlarged crickets that extend 14 feet from parapet wall
and are double the slope of the deck. Non industry standard deck drains in field of
roof are to be deleted and covered. Contractor to remove plumbing from underside
of deck and dispose of. Contractor to patch CMU wall with concrete patch to match
existing as much as possible.
19. Contractor responsible for raising any pipes that need to be raised to achieve an fl-
inch rise from finished roof height including but limited to electrical, conduits, gas,
etc. City will turn off any gas when asked by contractor
SECTION 07 55 00 - MODIFIED BITUMINOUS MEMBRANE ROOFING
CITY OF NEWPORT BEACH
CORPORATION YARD - BLDG C AND BLDG D
9-26-2019
20. All broken and disconnected conduits must be reattached and repaired within 48
hours of capsheet being installed. Contractor responsible to document any broken
conduits before project starts.
21. Replace low passive vents with new 22 gaT-Top fully soldered units that allow for
8 -inch height before water can enter. Sides must come down so blowing rain does
not enter easily.
22. Replace all vent caps with new to match existing.
23. Replace all pelican hoods and heat vents with new.
24. Replace all coping with new factory painted Kynar .040 aluminum metal. Outside
face to be attached with a continuous cleat made from alum or stainless steel. Inside
edge to be fastened every 18 -inches on center with a #14 fastener with rubber
grommet. Caulk all coping joints with a 2 -inch wide strip of caulk using color
matched caulking that is neatly applied, taped off on the edges, and troweled into
place in a smooth manner. Color to be selected by Engineer.
25. Install White Star at 2 gallons per square foot in a 2 -foot wide strip at all valley
lines and in all drain areas. Embed 301bs of T24 minerals into White Star while
coating is still wet. Broom up and dispose of any loose minerals once coating has
dried.
26. Contractor to coat all roofs with Pyramic Title 24 coating at three (3) gallons per
square, two (2) coats at one and a half (1.5) gallons per square, back rolled, and
cross hatched.
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 D312 Standard Specification for Asphalt Used in Roofing.
3. ASTM D451 Standard Test Method for Sieve Analysis of Granular Mineral
Surfacing for Asphalt Roofing Products.
4. ASTM D2822 Standard Specification for Asphalt Roof Cement.
5. ASTM D5147 Standard Test Method for Sampling and Testing Modified
Bituminous Sheet Materials.
6. ASTM D6162 Standard Specification for Styrene Butadiene Styrene (SBS)
Modified Bituminous Sheet Materials Using a Combination of Polyester and Glass
Fiber Reinforcements.
SECTION 07 55 00 - MODIFIED BITUMINOUS MEMBRANE ROOFING 3
CITY OF NEWPORT BEACH
CORPORATION YARD - BLDG C AND BLDG D
9-26-2019
7. ASTM D6163 Standard Specification for Styrene Butadiene Styrene (SBS)
Modified Bituminous Sheet Materials Using Glass Fiber Reinforcements.
ASTM E108 Standard Test Methods for Fire Test of Roof Coverings.
C. National Roofing Contractors Association (NRCA):
Roofing and Waterproofing Manual.
1.4 SUBMITTALS PRIOR TO ISSUANCE OF NOTICE -TO -PROCEED
A. Manufacturer's Installation Instructions: Submit installation instructions and
recommendations indicating special precautions required for installing the membrane.
B. Manufacturer's Certificate: Certify that roof system furnished has a class A fire rating.
C. Manufacturer's Certificate: Certify that the roof system is adhered properly to meet or
exceed the requirements of ASCE 7-10 wind uplift requirements
D. Manufacturer's Certificate: Certify that materials are manufactured in the United States
and conform to requirements specified herein, are chemically and physically compatible
with each other, and are suitable for inclusion within the total roof system specified herein.
E. Manufacturer's Certificate: Submit a certified copy of the roofing manufacturer's ISO 9001
compliance certificate.
F. Test Reports: Submit test reports, prepared by an independent testing agency, for all
modified bituminous sheet roofing, this testing must show that sheets meet all minimum
tensile, tear, and elongation requirements set forth as the standard in this specification.
G. Written certification from the roofing system manufacturer certifying the applicator is
currently authorized for the installation of the specified roof system.
H. Qualification data for firms and individuals identified in Quality Assurance Article below.
I. Provide color chart for all coping metal.
Specimen Warranty: Provide an unexecuted copy of the 30 -year no dollar limit (NDL)
warranty specified for this Project, identifying the terms and conditions required of the
Manufacturer and the Owner. Warranty must be non pro -rated and must cover both labor
and all materials.
K. Notarized statement from the Roofing System Manufacturer, signed by an Officer of the
Corporation with the Corporate Seal affixed thereto stating in writing that the Roofing
System Manufacturer will provide field inspections three days per week during the entire
period of installation until all construction work is completed and to be performed by a
full time employee of the manufacturer at no additional cost to the owner.
SECTION 07 55 00 - MODIFIED BITUMINOUS MEMBRANE ROOFING
CITY OF NEWPORT BEACH
CORPORATION YARD - BLDG C AND BLDG D
9-26-2019
L. Notarized statement from the Roofing System Manufacturer, signed by an Officer of the
Corporation with the Corporate Seal affixed thereto stating in writing that the Roofing
System Manufacturer will warranty all built up roofing including all metal coping.
M. Submit documentation showing NFRC listing with a UL, ICC or other nationally
recognized listing agency's listing for all skylights to be installed. Obtain Engineer's
approval prior to ordering products.
1.5 CONTRACT CLOSEOUT SUBMITTALS
A. General: Comply with Requirements of Division 01 Section - Closeout Submittals.
B. Special Project Warranty: Provide specified warranties for the Project, executed by the
authorized agent of the Manufacturer and authorized agent of the contractor.
C. Roofing Maintenance Instructions. Provide a manual of manufacturer's recommendations
for maintenance of installed roofing systems.
1.6 QUALITY ASSURANCE
A. Manufacturer Qualifications: Company specializing in manufacturing the products
specified in this Section with not less than 30 years documented experience and have ISO
9001 certification.
B. Installer Qualifications: Company specializing in modified bituminous roofing installation
with not less than 5 years experience and authorized by roofing system manufacturer as
qualified to install manufacturer's roofing materials.
C. 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.
D. Maintain a copy of the Contract Documents in the possession of the Supervisor/Foreman
and on the roof at all times.
E. Source Quality Control: Manufacturer shall have in place a documented, standardized
quality control program such as ISO -9001.
F. Manufacturer must have been in business for as long as the warranty is to last (30 years).
1.7 PRE -INSTALLATION CONFERENCE
A. Pre -Installation Roofing Conference: Convene a pre -roofing conference approximately
two (2) weeks before scheduled commencement of modified bituminous roofing system
installation and associated work.
B. Require attendance of installer of each component of associated work, installers of deck
or substrate construction to receive roofing work, installers of rooftop units and other work
in and around roofing that must precede or follow roofing work (including mechanical
SECTION 07 55 00 - MODIFIED BITUMINOUS MEMBRANE ROOFING
CITY OF NEWPORT BEACH
CORPORATION YARD - BLDG C AND BLDG D
9-26-2019
work if any), Architect, Owner, roofing system manufacturer's representative, and other
representatives directly concerned with performance of the Work, including (where
applicable) Owner's insurers, testing agencies and governing authorities. Objectives of
conference include:
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 roofing substrates (decks), inspect and discuss
condition of substrate, roof drains, curbs, penetrations and other preparatory work
performed by others.
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).
Review required submittals both completed and yet to be completed.
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 required inspection, testing, certifying and material usage accounting
procedures.
Review weather and forecasted weather conditions and procedures for coping with
unfavorable conditions, including possibility of temporary roofing (if not
mandatory requirement).
9. Record discussion of conference including decisions and agreements (or
disagreements) reached and furnish copy of record to each party attending. If
substantial disagreements exist at conclusion of conference, determine how
disagreements will be resolved and set date for reconvening conference.
10. Review notification procedures for weather or non -working days.
C. The Owner's Representative will designate one of the conference participants to record the
proceedings and promptly distribute them to the participants for record.
D. The intent of the conference is to resolve issues affecting the installation and performance
of roofing work. Do not proceed with roofing work until such issues are resolved to the
satisfaction of the Owner. This shall not be construed as interference with the progress of
Work on the part of the Owner.
SECTION 07 55 00 - MODIFIED BITUMINOUS MEMBRANE ROOFING
CITY OF NEWPORT BEACH
CORPORATION YARD - BLDG C AND BLDG D
9-26-2019
1.8 DELIVERY, STORAGE AND HANDLING
A. Products to arrive to site with seals and labels intact, in manufacturer's original containers,
dry and undamaged.
B. Store and handle roofing sheets in a dry, well -ventilated, weather -tight place to prevent
moisture exposure. Store rolls of felt and other sheet materials on pallets or other raised
surface. Stand all roll materials on end. Cover roll goods with a canvas tarpaulin or other
breathable material (not polyethylene).
C. Do not leave unused materials on the roof overnight or when roofing work is not in
progress unless protected from weather and other moisture sources.
D. Secure all material and equipment on the job site. If any material or equipment is stored
on the roof, assure that the integrity of the deck is not compromised at any time. Damage
to the deck caused by the Contractor's actions will be the sole responsibility of the
Contractor, and the deck will be repaired or replaced at his expense.
1.9 MANUFACTURER'S INSPECTIONS
A. When the Project is in progress, the roofing system manufacturer will provide the
following:
Report progress and quality of the work as observed.
2. Provide job site inspections with photographic reports three days per week for a
minimum of one hour per day when contractor is on site.
3. Report to the Owner in writing any failure or refusal of the Contractor to correct
unacceptable practices called to the Contractor's attention.
4. Confirm after completion that manufacturer has observed no application
procedures in conflict with the specifications other than those that may have been
previously reported and corrected.
1.10 PROJECT CONDITIONS
A. Proceed with roofing work only when existing and forecasted weather conditions will
permit a unit of work to be installed in accordance with manufacturer's recommendations
and warranty requirements.
B. Do not apply roofing insulation or membrane to damp deck surface.
C. Do not expose materials subject to water or solar damage in quantities greater than can be
weatherproofed during same day.
SECTION 07 55 00 MODIFIED BITUMINOUS MEMBRANE ROOFING 7
CITY OF NEWPORT BEACH
CORPORATION YARD - BLDG C AND BLDG D
9-26-2019
1.11 SEQUENCING AND SCHEDULING
A. Sequence installation of roofing with related units of work specified in other Sections to
ensure that roof assemblies, including roof accessories, flashing, trim and joint sealers, are
protected against damage from effects of weather, corrosion and adjacent constriction
activity.
"•► Wd
A. Upon completion of installation, and acceptance by the Owner, the Manufacturer- will
supply to the Owner a 30 -year NDL warranty that covers all roofing, walls, flashings, and
metal coping. Warranty must be non pro -rated and must cover all labor and all materials
installed from the deck up.
B. Installer will submit a two (2) year bonded warranty and a three (3)
year contractor warranty for a total of a five (5) year continuous warranty to the membrane
manufacturer with a copy directly to Owner.
PART 2 PRODUCTS
2.1 PRODUCTS, GENERAL
A. Refer to Division 01 Section Common Product Requirements.
B. 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.
C. Substitutions: Products proposed as equal to the products specified in this Section shall be
submitted in accordance with Bidding Requirements, Submittal Requirements in 1.4 A-
N, and Division 01 provisions.
Proposals shall be accompanied by a copy of the manufacturer's standard
specification Section. That specification Section shall be signed and sealed by a
professional engineer licensed in the state in which the installation is to take place.
Substitution requests containing specifications without licensed engineer
certification shall be rejected for non-conformance.
2. Include a list of three (3) projects of similar type and extent, located within a 100 -
mile radius from the location of the project. In addition, the three (3) projects must
be at least five (5) years old and be available for inspection by the Architect, Owner
or Owner's Representative.
A spreadsheet with comparisons of tensile strength, tear strength, thickness, and
elongation to specified products versus substituted product must be included.
4. Equivalency of performance criteria, warranty terms, submittal procedures, and
contractual terms will constitute the basis of acceptance.
SECTION 07 55 00 - MODIFIED BITUMINOUS MEMBRANE ROOFING
CITY OF NEWPORT BEACH
CORPORATION YARD - BLDG C AND BLDG D
9-26-2019
5. The Owner's decision regarding substitutions will be considered final.
Unauthorized substitutions will be rejected.
2.2 ACCEPTABLE MANUFACTURERS
A. The design is based upon roofing systems engineered and manufactured by The Garland
Company or Engineer pre -approved equals:
The Garland Company
3800 East 91 st Street
Cleveland, Ohio 44105
Steve Lampman (949) 322-1770
Website: www.garlandco.com
2.3 DESCRIPTION
A. Modified bituminous Class `A' roofing work on all roof sections including but not limited
to:
Base sheet: HPR Glasbase; Type II base sheet, ASTM D 4601, Type I1.
2. Ply sheets: HPR Glasfelts; Minimum two (2) plies of ASTM D2178, Type IV glass
fiber roofing felt bonded to prepared surface with hot bitumen;
3. Hot Bitumen: Trumbull, Lo -Odor Type III steep asphalt having the following
characteristics:
a. Softening Point 185°F - 2057
b. Flash Point 500°F
C. Penetration @ 777 15-35 units
d. Ductility @ 77°F 2.0 cm
4. Base Flashing Ply: One (1) ply of Stressply EUV; 115 mil SBS and SIS rubberized
sheet utilizing polyester and fiberglass combination reinforcement scrim covered
by an additional layer of modified bitumen membrane (Stressply Plus FR UV
Mineral membrane) and set in bitumen.
5. Modified Mineral Surfaced Capsheet Membrane for Field: STRESSPLY PLUS
FR MINERAL; 145 mil SBS (Styrene-Butylene-Styrene) mineral surfaced, rubber
modified roofing membrane incorporating recycled rubber, fire retardant
characteristics and reinforced with a fiberglass and polyester composite
membrane.
6. Modified Smooth Membrane for base flashing reinforcements and target
reinforcement sheets around drains and penetrations: Stressply EUV; 145 mil SBS
and SIS rubberized sheet utilizing polyester and fiberglass combination
reinforcement scrim covered by an additional layer of modified bitumen
membrane (Stressply IV PLUS Mineral) and set in bitumen.
SECTION 07 55 00 - MODIFIED BITUMINOUS MEMBRANE ROOFING 9
CITY OF NEWPORT BEACH
CORPORATION YARD - BLDG C AND BLDG D
9-26-2019
7. Torch Grade Modified Title 24 Mineral Surfaced Capsheet Membrane for Vertical
Surfaces: STRESSPLY IV PLUS UV MINERAL; 195 mil SBS (Styrene-
Butylene-Styrene) mineral surfaced, rubber modified, torch grade, roofing
membrane incorporating recycled rubber, fire retardant characteristics, with a burn
off backer, and reinforced with a fiberglass and polyester composite membrane.
The sheet must have a mineral surface that meets Title 24;
8. Surfacing for Field: Pyramic; Apply Title 24 coating to entire roof surface once
roof is completed and a pre -coating punch list is completed. Coating to be applied
at a total of 3 gallons per square, two coats at 1.5 gallons per coat.
9. Valleys and drain areas: Apply White Star, a multi purpose, single component,
polyurea liquid coating in all valleys and drains. Embed 30 lbs per square of Title
24 minerals into polyurea immediately while wet.
a. Tensile Strength (ASTM D 412) 2300 psi
b. Tear Strength (ASTM D 624) 230 lbs/in
c. Elongation (ASTM D 412) 250%
d. Density (ASTM D 2939) 10.14 lbs/gal
e. Reflectance: 0.89
f. Emittance:0.89
g. SRI: 112 minimum
2.4 BITUMINOUS MATERIALS
A. Asphalt Primer: Garla Prime VOC; V.O.C. compliant, ASTM D41.
B. Roofing Mastic: Kee -Lock white mastic; V.O.C. compliant, ASTM D2822, Type II.
C. Interply Adhesive: Trumbul, ASTM D312, Type 111, low odor
2.5 SHEET MATERIALS
A. Felt Plies: HPR Glasfelts; Fiberglass Felts, ASTM D2178, Type IV.
B. Base Sheet: HPR Glasbase; Type II Base Sheet, ASTM D 4601.
C. Modified Smooth Membrane: For Base Flashing Reinforcement and Target Sheet
Reinforcement; Properties (Finished Membranes): STRESSPLY EUV; ASTM D6162,
Type III Grade S
1. Tensile Strength (ASTM D5147)
a. 2 in/min. @ 73.4 ± 3.6°F MD 700 lbf/in CMD 750 lbf/in
2. Tear Strength (ASTM D5147)
a. 2 in/min. @ 73.4 f 3.6°F MD 1300 lbf CMD 1400 lbf
3. Elongation at Maximum Tensile (ASTM D5147)
a. 2 in/min. @ 73.4 ± 3.6°F MD 6% CMD 6%
4. Low Temperature Flexibility (ASTM D5147): Passes -30°F
5. Pre consumer recycled content 21%
SECTION 07 55 00 MODIFIED BITUMINOUS MEMBRANE ROOFING 10
CITY OF NEWPORT BEACH
CORPORATION YARD - BLDG C AND BLDG D
9-26-2019
Post consumer recycled content 6%
D. Modified Mineral Surface Capsheet Membrane: Top membrane for all low slope
surfaces; Properties (Finished Membranes): Stressply Plus FR Mineral ; ASTM D6162,
Type III, Grade G
1. Tensile Strength (ASTM D5147)
a. 2 in/min. @ 73.4 ± 3.6°F MD 310 lbf/in CMD 310 lbf/in
2. Tear Strength (ASTM D5147)
a. 2 in/min. @ 73.4 + 3.6°F MD 500 lbf CMD 500 lbf
3. Elongation at Maximum Tensile (ASTM D5147)
a. 2 in/min. @ 73.4 f 3.6°F MD 3.5% CMD 3.5%
4. Low Temperature Flexibility (ASTM D5147): Passes -307
E. Modified Title 24 Torch Applied Mineral Surface Capsheet Membrane: Top membrane
for all vertical surfaces; Properties (Finished Membranes): Stressply IV Plus UV Mineral
; ASTM D6162, Type III, Grade G
1. Tensile Strength (ASTM D5147)
b. 2 in/min. @ 73.4 + 3.6°F MD 310 lbf/in CMD 310 lbf/in
2. Tear Strength (ASTM D5147)
a. 2 in/min. @ 73.4:4::3.6'F MD 510 lbf CMD 510 lbf
3. Elongation at Maximum Tensile (ASTM D5147)
b. 2 in/min. @ 73.4 + 3.67 MD 9.0% CMD 8.0%
4. Low Temperature Flexibility (ASTM D5147): Passes -30°F
2.6 RELATED MATERIALS
A. Nails and Fasteners: Non-ferrous metal or galvanized steel, except that hard copper nails
shall be used with copper; aluminum or stainless steel nails shall be used with aluminum;
and stainless steel nails shall be used with stainless steel. Fasteners shall be self -clinching
type of penetrating type as recommended by the manufacturer of the deck material. Nails
and fasteners shall be flush -driven through flat metal discs of not less than one (1) inch
diameter. Omit metal discs when one-piece composite nails or fasteners with heads not
less than one (1) inch diameter are used.
B. Metal Discs: Flat discs or caps of zinc -coated sheet metal not lighter than 28 -gauge and
not less than one (1) inch in diameter. Form discs to prevent dishing. Bell or cup shaped
caps are not acceptable.
C. Lightweight Concrete Fasteners: CR Base Sheet Fastener; one-piece, precision formed
from G-90 galvanized steel, coated with CR -10, and pre -assembled with a 2.75 -in.
diameter galvalume plate.
D. Walkway Pads: Walkpads by WR Meadows or Engineer approved equal; Factory formed,
nonporous, with a slip -resisting surface texture, manufactured specifically for adhering to
modified bituminous membrane roofing as a protection course for foot traffic:
1/2 -inch thick, 3 -feet x 4 -feet
SECTION 07 55 00 - MODIFIED BITUMINOUS MEMBRANE ROOFING 11
CITY OF NEWPORT BEACH
CORPORATION YARD - BLDG C AND BLDG D
9-26-2019
2. One (1) walkpad to be installed top of ladder access. Four (4) walkpads to be
installed at access points of HVAC equipment.
E. Walkway Pad Adhesive: Flashing Bond mastic
F. Glass Fiber Cant: Continuous triangular cross-section made of inorganic fibrous glass used
as a cant strip as recommended by the membrane manufacturer.
G. Drain Flashings and pipe jacks: new 4 -Ib. lead
H. Coping metal: Contractor to break form from .040 kynar coated aluminum that is sourced
from the membrane manufacturer to be included in the edge to edge warranty for the entire
30 -year period.
I. Caulking, Tuff -Stuff MS: One part, non -sag urethane sealant.
1. Tensile Strength, ASTM D 412: 250 psi
2. Elongation, ASTM D 412: 450%
3. Hardness, Shore A ASTM C 920: 35
4. Adhesion -in -Peel, ASTM C 92: 30 pli
2.7 SURFACINGS
A. Entire Roof. Title 24 elastomeric coating; Installed at 3 gallons per square over entire roof
after all work is done to ensure entire roof is bright white at completion.
1. Weight/Gallon 12 lbs./gal. (1.44 g/cm3)
2. Non -Volatile % (ASTM D 1644) 66 min
3. Reflectance 81 %
B. Title 24 coating (valleys): Valleys and drain areas: Apply White Star, a multi purpose,
single component, polyurea liquid coating in all valleys and drains. Embed 30 lbs per
square of Title 24 minerals into polyurea immediately while wet.
1.
Tensile Strength (ASTM D 412) 2300 psi
2.
Tear Strength (ASTM D 624) 230 lbs/in
3.
Elongation (ASTM D 412) 250%
4.
Density (ASTM D 2939) 10.14 lbs/gal
5.
Reflectance: 0.89
6.
Emittance:0.89
7.
SRI: 112 minimum
2.8 INSULATION MATERIALS
A. Provide thicknesses of insulation as indicated on drawings and to ensure water flows to
the drains. Provide combination of types and thicknesses to provide crickets.
SECTION 07 55 00 MODIFIED BITUMINOUS MEMBRANE ROOFING 12
CITY OF NEWPORT BEACH
CORPORATION YARD - BLDG C AND BLDG D
9-26-2019
I . Polyisocyanurate Board Roof Insulation: Rigid cellular foam, complying with
ASTM C1289, Type II, Class 1, cellulose felt or glass fiber mat both faces, Grade
2 and with the following characteristics:
a. Qualities: Rigid, closed cell polyisocyanurate insulation.
b. Board size: 48 -inch by 96 -inch, when mechanically fastened and
48 -inch by 48 -inch when adhered.
C. Physical Properties
Dimensional Stability ASTM D-2126 2% max.
Compressive Strength ASTM D-1621 20 psi min.
Vapor Permeability ASTM E-96 1 perm max.
Foam Core Density ASTM D-1622 2.0 pcf min.
2. Fiberboard Coverboard:
a. Qualities: high density fiberboard installed over the base layer of
polyisocyanurate insulation.
b. StructoDek High Density Fiberboard or equal
C. Board Size: 4 -feet x 8 -feet
d. Thickness: '/2 -inch minimum.
e. Attachment Method: Hot asphalt
PART 3 EXECUTION
3.1 EXECUTION, GENERAL
A. Comply with requirements of Division 01 Section "Common Execution Requirements."
3.2 EXAMINATION
A. Verify that deck surfaces and project conditions are ready to receive work of this Section.
B. Verify that deck is supported and secured to structural members.
C. Verify that deck is clean and smooth, free of depressions, projections or ripples, and is
properly sloped to drains.
D. Verify that adjacent roof substrate components do not vary more than 1/4 inches in height.
E. Verify that deck surfaces are dry
F. Verify that openings, curbs, pipes, conduit, 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.
SECTION 07 55 00 - MODIFIED BITUMINOUS MEMBRANE ROOFING
CITY OF NEWPORT BEACH
CORPORATION YARD - BLDG C AND BLDG D
9-26-2019
13
3.3 GENERAL INSTALLATION REQUIREMENTS
A. Cooperate with manufacturer, inspection and test agencies engaged or required to perform
services in connection with installing the roof system.
B. Insurance/Code Compliance: Where required by code, install and test the roofing system
to comply with governing regulation and specified insurance requirements.
C. 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 modified bituminous roofing system.
D. Coordinate installation of roofing system components so that insulation and roofing plies
are not exposed to precipitation or left exposed overnight. Provide cut-offs at end of each
day's work to cover exposed ply sheets and insulation with two (2) plies of #15 organic
roofing felt set in full moppings of bitumen and with joints and edges sealed with roofing
cement. Remove cut-offs immediately before resuming work.
E. Asphalt Bitumen Heating: Heat and apply bitumen in accordance with the Equiviscous
Temperature (EVT) Method as recommended by National Roofing Contractors
Association (NRCA). Do not raise temperature above minimum normal fluid -holding
temperature necessary to attain EVT (plus 5°F at point of application) more than one (1)
hour prior to time of application. Determine flash point, finished blowing temperature,
EVT, and fire -safe handling temperature of bitumen either from information by
manufacturer or by suitable test. Do not exceed recommended temperature limits during
bitumen heating. Do not heat to a temperature higher than 25 degrees Fahrenheit (25°F)
below flash point. Discard bitumen that has been held at temperature exceeding Finishing
Blowing Temperature (FBT) for more than three (3) hours. Keep kettle lid closed except
when adding bitumen.
F. Asphalt Bitumen Mopping Rate:
Interply Mopping: Apply bitumen at the rate of approximately 25 pounds (I 1.3kg)
of bitumen per roof square.
2. Modified Membrane Mopping: Apply bitumen at the rate of approximately 30
pounds (13.6kg) of bitumen per roof square.
G. Substrate Joint Penetrations: Prevent bitumen from penetrating substrate joints, entering
building, or damaging roofing system components or adjacent building construction.
H. Apply roofing materials as specified by manufacturer's instructions.
Keep roofing materials dry before and during application.
2. Do not permit phased construction.
3. Complete application of roofing plies, modified sheet and flashing in a continuous
operation.
SECTION 07 55 00 - MODIFIED BITUMINOUS MEMBRANE ROOFING 14
CITY OF NEWPORT BEACH
CORPORATION YARD - BLDG C AND BLDG D
9-26-2019
4. Begin and apply only as much roofing in one day as can be completed that same
day.
I. Cut -Offs (Waterstops): At end of each day's roofing installation, protect exposed edge of
incomplete work, including ply sheets and insulation. Provide temporary covering of two
(2) plies of #15 organic roofing felt set in full moppings of bitumen with joints and edges
sealed.
Broadcast minerals from mineral surface membrane manufacturer into the bleed out of
bitumen while bitumen at its recommended EVT temperature to achieve uniform color
throughout.
3.4 FELT PLY INSTALLATION
A. Fiberglass Plies: Install two (2) fiberglass ply sheets in 25 pounds (11.3kg) per square of
bitumen shingled uniformly to achieve two (2) plies over the entire prepared substrate.
Shingle in direction of slope of roof to shed water on each area of roof. Do not step on felt
rolls until asphalt has cooled, fish mouths should be cut and patched.
B. Lap ply sheet ends eight (8) inches (203mm). Stagger end laps 12 inches (304mm)
minimum.
C. Lightly broom in fiberglass plies to assure complete adhesion.
D. Extend plies two (2) inches (50mm) beyond top edges of cants at wall and roof projections
and equipment bases.
3.5 MODIFIED FIELD CAPSHEET MEMBRANE APPLICATION
A. Solidly bond the modified membrane to the base layers with specified asphalt at the rate
of 30 pounds (11-13kg) per 100 square feet.
B. The modified membrane roll must have asphalt slightly visible at all side laps. Exercise
care during application to eliminate air entrapment under the membrane.
C. Apply pressure to all seams to ensure that the laps are solidly bonded to substrate.
D. Install subsequent rolls of modified membrane across the roof as above with a minimum
of four (4) inch (101mm) side laps and eight (8) inch (203mm) end laps. Stagger the end
laps. Apply the modified membrane in the same direction as the previous layers but stagger
the laps so they do not coincide with the laps of the base layers.
E. Extend membrane two (2) inches (50mm) beyond top edge of all cants in full moppings of
the specified asphalt.
SECTION 07 55 00 - MODIFIED BITUMINOUS MEMBRANE ROOFING 15
CITY OF NEWPORT BEACH
CORPORATION YARD - BLDG C AND BLDG D
9-26-2019
3.6 FLASHING MEMBRANE INSTALLATION
A. Seal all curb, wall and parapet flashings with an application of mastic and mesh on a daily
basis. Do not permit conditions to exist that will allow moisture to enter behind, around or
under the roof or flashing membrane.
B. Prepare all walls, penetrations and expansion joints to be flashed and where shown on the
drawings, with asphalt primer at the rate of one (1) gallon per 100 square feet. Allow
primer to dry tack free.
C. Scatter nail and sprinkle mop a Type II base sheet to entire wall in a vertical direction over
all wood vertical surfaces.
D. Fiberglass plies: Install one (1) fiberglass ply sheet in 25 pounds per square of bitumen
shingled uniformly to cover the entire wall in a vertical direction. Extend over top of
parapet wall.
E. Install a 13 -inch wide sheet of the modified smooth membrane in the angle.
F. The modified Title 24 torch applied mineral surface capsheet membrane to cover the entire
vertical surface and will be fully adhered with a roofer's torch to the underlying ply,
extending nine (9) inches into the field of the roof. Top of sheet to be secured with a
termination bar that is fastened to the wall at eight (8) inches on center.
G. All layers must be solidly adhered.
H. Coordinate counter flashing, cap flashings, expansion joints, and similar work with
modified bitumen roofing work.
I. Coordinate roof accessories, miscellaneous sheet metal accessory items, including piping
vents and other devices with the roofing system work.
Coping Cap
1. Prime vertical wall at a rate of 100 square feet per gallon and allow to dry.
2. Set cant in bitumen. Run all field plies over cant a minimum of two (2) inches.
3. Scatter nail and sprinkle mop a Type II base sheet to entire wall in a vertical
direction over all wood vertical surfaces.
4. Fiberglass plies: Install one (1) fiberglass ply sheet in 25 pounds per square of
bitumen shingled uniformly to the base sheet covering the entire wall in a vertical
direction including top of parapet wall.
Install a 13 -inch wide sheet of the modified smooth membrane in the angle
The modified Title 24 torch applied mineral surface capsheet membrane to cover
the entire vertical surface and will be fully adhered with a roofer's torch to the
underlying ply, extending nine (9) inches into the field of the roof. Top of sheet
to be secured with a termination bar that is fastened to the wall at eight (8) inches
on center.
SECTION 07 55 00 - MODIFIED BITUMINOUS MEMBRANE ROOFING 16
CITY OF NEWPORT BEACH
CORPORATION YARD - BLDG C AND BLDG D
9-26-2019
7. Install coping cap with continuous outside clip and fasten on the inside edge every
18 inches on center.
K. Equipment Support
1. Prime vertical at a rate of 100 square feet per gallon and allow to dry.
2. Set cant in bitumen. Run all field plies over cant a minimum of two (2) inches.
3. Scatter nail and sprinkle mop a Type II base sheet to entire wall in a vertical
direction over all wood vertical surfaces.
4. Fiberglass plies: Install one (1) fiberglass ply sheet in 25 pounds per square of
bitumen shingled uniformly to the base sheet covering the entire wall in a vertical
direction.
5. Install a 13 -inch wide sheet of the modified smooth membrane in the angle
6. The modified Title 24 torch applied mineral surface capsheet membrane to cover
the entire vertical surface and will be fully adhered with a roofer's torch to the
underlying ply, extending nine (9) inches into the field of the roof. Top of sheet to
be secured with a termination bar that is fastened to the wall at eight (8) inches on
center.
7. Roof over entire curb if unit is to be lifted.
8. Install new slip metal under curbs that are not roofed over. Fasten at 12 inches on
center with fasteners and neoprene washers. All joints in metal shall be sealed to
be watertight.
9. Replace all pans completely with new using 22 gauge galvanized metal.
L Exhaust Fan
1. Minimum curb height is eight (8) inches. Prime vertical at a rate of 100 square feet
per gallon and allow to dry.
2. Set cant in bitumen. Run all plies over cant a minimum of two (2) inches.
3. Scatter nail and sprinkle mop a Type II base sheet to entire wall in a vertical
direction.
4. Fiberglass ply: Install one (1) fiberglass ply sheet in 25 pounds per square of
bitumen shingled uniformly to the base sheet covering the entire wall in a vertical
direction.
5. Install a 13 -inch wide sheet of the modified smooth membrane in the angle
6. The modified Title 24 torch applied mineral surface capsheet membrane to cover
the entire vertical surface and will be fully adhered with a roofer's torch to the
underlying ply, extending nine (9) inches into the field of the roof. Top of sheet
to be secured with a termination bar that is fastened to the wall at eight (8) inches
on center.
7. Install metal exhaust fan over the fasteners and flashing to act as counterflashing.
Fasten per manufacturer's recommendation. If existing pan flashing does not come
down three (3) inches over roofing materials, install new slip flashing and fasten at
12 inches on center with fasteners and neoprene washers.
SECTION 07 55 00 - MODIFIED BITUMINOUS MEMBRANE ROOFING 17
CITY OF NEWPORT BEACH
CORPORATION YARD - BLDG C AND BLDG D
9-26-2019
M. Passive Vent/Air Intake
1. Minimum curb height is eight (8) inches. Prime vertical at a rate of 100 square feet
per gallon and allow to dry.
2. Set cant in bitumen. Run all plies over cant a minimum of two (2) inches.
3. Scatter nail and sprinkle mop a Type II base sheet to entire wall in a vertical
direction.
4. Fiberglass ply: Install one (1) fiberglass ply sheet in 25 pounds per square of
bitumen shingled uniformly to the base sheet covering the entire wall in a vertical
direction.
5. Install a 13 -inch wide sheet of the modified smooth membrane in the angle
6. The modified Title 24 torch applied mineral surface capsheet membrane to cover
the entire vertical surface and will be fully adhered with a roofer's torch to the
underlying ply, extending nine (9) inches into the field of the roof. Top of sheet
to be secured with a termination bar that is fastened to the wall at eight (8) inches
on center.
7. Install passive vent/air intake over the fasteners and flashing to act as
counterflashing. Fasten per manufacturers recommendations. If existing pan
flashing does not come down three (3) inches over roofing materials, install new
slip flashing and fasten at 12 inches on center with fasteners and neoprene washers.
N. Roof Drain
1. Plug drain to prevent debris from entering plumbing.
2. Run roof system plies over drain. Cut out plies inside drain bowl.
3. Set lead flashing (30 -inch square minimum) in a '/4 -inch bed of mastic. Run lead
into drain a minimum of two (2) inches. Prime lead at a rate of 100 square feet per
gallon and allow to dry.
4. Install target sheet ply (40 -inch square minimum) in bitumen.
5. Install modified smooth membrane for field (48 -inch square minimum) in bitumen.
6. Install clamping ring and assure that all plies are under the clamping ring.
7. Remove drain plug and install strainer. Replace all strainers with new metal
strainers.
O. Plumbing Stack
1. Minimum stack height is 12 inches.
2. Prime flange of new lead flashing. Install properly sized lead set in a '/4 -inch bed
of roof cement over roof plies.
3. Install target sheet ply in bitumen.
4. Install modified smooth membrane for field in bitumen.
5. Caulk the intersection of the membrane with elastomeric sealant.
SECTION 07 55 00 MODIFIED BITUMINOUS MEMBRANE ROOFING 18
CITY OF NEWPORT BEACH
CORPORATION YARD - BLDG C AND BLDG D
9-26-2019
6. Turn sleeve a minimum of one (1) inch down inside of stack or clamp at top, fallow
out top edge, and seal with Tuff Stuff caulking.
P. Heat Stack
1. Minimum stack height is 12 inches.
2. Prime flange of new sleeve. Install properly sized sleeves set in a '/4 -inch bed of
roof cement over roof plies.
3. Install target sheet ply in bitumen.
4. Install modified smooth membrane for field in bitumen.
5. Caulk the intersection of the membrane with elastomeric sealant.
6. Install new collar over cape. Weld collar or install stainless steel draw brand.
3.7 APPLICATION OF SURFACING
A. Reflective Coating:
1. Allow all cold applied mastics and coating to properly dry and cure before
installing the Title 24 coating.
2. Install three (3) gallons per square of Title 24 coating after powerwashing roof
and allowing to dry. Coating must be installed at one and a half (1.5) gallons per
coat, two (2) coats, for a total of three (3) gallons. Back roll each coat and install
each coat at 90 degree angle to the prior coat for an even appearance.
3.8 FIELD QUALITY CONTROL
A. Perform field inspection and testing as required.
B. Correct defects or irregularities discovered during field inspection.
C. A copy of the specification shall be onsite at all times.
3.9 CLEANING
A. Remove bitumen adhesive drippings from all walls, windows, floors, ladders and finished
surfaces.
B. 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.
C. Repair or replace defaced or disfigured finishes caused by work of this Section.
3.10 CONSTRUCTION WASTE MANAGEMENT
A. Remove and properly dispose of waste products generated during roofing procedures.
Comply with requirements of authorities having jurisdiction.
SECTION 07 55 00 - MODIFIED BITUMINOUS MEMBRANE ROOFING 19
CITY OF NEWPORT BEACH
CORPORATION YARD - BLDG C AND BLDG D
9-26-2019
3.11 FINAL INSPECTION
A. At completion of roofing installation and associated work, meet with Contractor,
Architect, installer, installer of associated work, Owner, roofing system manufacturer's
representative, and other representatives directly concerned with performance of roofing
system.
B. Walk roof surface areas of the building, inspect perimeter building edges as well as
flashing of roof penetrations, walls, curbs and other equipment. List all items requiring
correction or completion and furmsh copy of list to each party in attendance.
C. 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, at no additional cost
to the City.
D. 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.
E. Repair or replace deteriorated or defective work found at time of inspection. Contractor
is required to provide an installation free of damage and deterioration at time of Substantial
Completion and according to warranty requirements.
F. Notify the Owner upon completion of corrections.
G. Following the final inspection, provide written notice of acceptance of the installation from
the roofing system manufacturer.
H. Immediately correct roof leakage during construction. If the Contractor does not respond
within 24 hours, the Owner will exercise rights to correct the Work under the terms of the
Conditions of the Contract.
END OF SECTION
07 55 00 - MODIFIED BITUMINOUS MEMBRANE ROOFING
SECTION 07 55 00 - MODIFIED BITUMINOUS MEMBRANE ROOFING 20
CITY OF NEWPORT BEACH
CORPORATION YARD - BLDG C AND BLDG D
9-26-2019
APPENDIX A - PHOTO REPORT
Prepared by: The Garland Company, Inc.
Report date: July 19, 2019
Page 13 of 14
i y i
City of Newport Beach - Corp & Utility Yards
Prepared By
Steve Lampman
Prepared For
Kathryne Cho
Table of Contents
Corporate Yard/ A /Photo Report: Jul 19, 2019 - Inspection
Corporate Yard/ B /Photo Report: Jul 19, 2019 - Inspection
Corporate Yard / C / Photo Report: Jul 19, 2019 - Inspection
Corporate Yard / D / Photo Report: Jul 19, 2019 - Inspection
Corporate Yard / H / Photo Report: Jul 19, 2019 - Inspection
Utilities Yard / Gravel BUR (All) / Photo Report: Jul 19, 2019 - Inspection
(NOT IN SCOPE)
3
(NOT IN SCOPE)
6
10
13
(NOT IN SCOPE)
16
(NOT IN SCOPE)
19
Since 18 9 5
Client: City of Newport Beach
Facility: Corporate Yard
Roof Section: C
Photo Report
Report Date: 07/19/2019
Title: Inspection
Photo 1
Overview. Roof has reached beyond its useful life and needs to be
replaced.
Photo 2
Cap sheet is in very poor condition. Mineral have eroded off and
capsheet has burned through to the fiberglass scrim in many areas.
r Photo 3
Wall flashings are sagging and in poor condition.
Photo Report: Jul 19, 2019 - Inspection Page 10 of 23
Photo 4
Wall flashings are cracked with open entry for water.
Photo 5
Roofing has a large buckle through the center of the roof.
Photo 6
Water drains to scuppers.
Photo 7
Two small bath drains (not roof drains) were added near the scuppers.
These should be removed during the next reroof. Larger crickets and
larger scuppers need to be added to properly get the water off the roof.
Photo Report: Jul 19, 2019 - Inspection Page 11 of 23
Photo 8
Plumbing for the small bath drains is too small and gets overwhelmed
during heavy rain.
Photo 9
Coping joints were recently serviced.
Photo Report: Jul 19, 2019 - Inspection Page 12 of 23
sine@ 1 895
Client: City of Newport Beach
Facility: Corporate Yard
Roof Section: D
Photo Report
Report Date: 07/19/2019
Title: Inspection
Photo 1
Overview. This roof has reached well beyond its useful life.
Photo 2
Skylights are custom sized and much larger than typical. They should
be put on a proper 8" curb during the next reroof in order to meet
industry standards. They should also be replaced at the same time.
Photo 3
Cap sheet is in very poor condition. Mineral loss is extreme.
Fiberglass scrim is exposed in many areas. Roof is very brittle. No core
sample was allowed to be taken.
Photo Report: Jul 19, 2019 - Inspection Page 13 of 23
Photo 4
Typical mechanical unit and curb. We were told that this unit was non-
operating and could be removed during the reroof.
Photo 5
Overview of exhaust fan and skylight curbs. Skylight lenses are very dry
and cracked. Curbs need to be raised.
Photo 6
Rusty vents need to be replaced with new fully soldered copper T -Top
units with enclosed sides and set on proper 8" tall curbs.
Photo 7
This antenna penetrates the curb pan. This detail should be properly
addressed during the next reroof.
Photo Report: Jul 19, 2019 - Inspection Page 14 of 23
Photo 8
Conduit and lights penetrate the coping cap.
Photo 9
Water drains to scuppers. Primary scuppers are buried in the roof.
Original overflows are now used as the primary. Roof should be
sumped to allow usage of original scupper locations and provide better
water flow. Scuppers to be replaced with new.
Photo Report: Jul 19, 2019 - Inspection Page 15 of 23
APPENDIX B - ASBESTOS SURVEY
Performed by: Green Horizons Services
Report date: October 1, 2019
Page 14 of 14
Green Horizons Services
Environmental & Construction Services
CAC #07-4181 MITI Lead UA /117872
Date: October 1", 2019
Owner/Client: City of Newport Beach
100 Civic Center Drive, Bay 2D
Newport Beach, CA 92660
Site Information: 592 Superior Ave
Newport Beach, CA 92663
Green Horizons Services conducted a hazardous materials survey at the above address on 09/19/2019.
These structures are located in Newport Beach, California. This site is a city maintenance and operations
facility. The two buildings associated with this report are Buildings C & D.
This survey is limited to the roof of each structure, and all documents pertaining to this report are
representative of our investigation and sampling in preparation for roof removal operations.
All suspect materials were located and tested in compliance with SCAQMD Rule 1403.
This report details the findings of that inspection and gives recommendations for handling asbestos
containing materials.
Yours truly,
. 7
John Daly`
Certified Asbestos Consultant #07-4181
:ni•i \ _ui., n,, i, 0081HwIlc i titi'7 I mail: ni.I j.I r, m;iiLr ni
1001 1,)-( i1II tiur r�
Hazardous Materials SurveX
-Discussion
John Daly, CAC #07-4181. from Green 1-101'iZO11S Services, conducted a hazardous materials survey at
the property referenced above on September 19th, 2019. The material that was sampled was Investigatory
for upcoming demolition wort: to begin.
1.0 Methods
The property was visually Inspected and Suspect asbestos -containing materials were identified. these are
classified in three ways: surfacing materials, thermal system insulation and miscellaneous materials. The
materials are further classified as friable or non -friable. Friable is a term that refers to a materials
propensity to be crushed into powder by hand pressure when dry.
Materials were then separated into homogeneous sampling areas. A homogeneous sampling area is one
in which the materials exhibit the same characteristics of color, texture and type of material.
Materials were then sampled, placed in a leak proof container and submitted to Ameri-Sci Laboratories.
24416 Main Street, Suite 308, Carson, CA 90745, 310 834-4868, a laboratory that has been accredited
by the National Voluntary Laboratory Accreditation Program (NVLAP #200346-0).
The samples were analyzed by Polarized Light Microscopy in accordance with EPA Method 600/M4-82-
020. The limit of detection (dl) for this method is 1%. If asbestos is detected at levels below 1% then the
sample is reported as <1% and not quantified. 1f a lower detection limit is desired, then available
methods to do so include Point Counting, (400 points =.25% dl or 1000 points= .1% dl) and
Transmission Electron Microscopy (TEM).
2.0 Regulations
Cal OSHA regulations require jobsite notification when any amount of asbestos will be removed,
(excluding normal Operations and Maintenance procedures), and that asbestos trained, certified
personnel handle materials when those materials exceed 0.1% asbestos content by weight. In addition, if
the amount of asbestos -containing material to be removed exceeds 100 square feet, then a DOSH
Registered asbestos contractor must be used for the removal.
Asbestos waste must be disposed of in a NESHAPS compliant asbestos landfill. Non- friable asbestos -
containing waste - 1% by volume, may be transported and disposed of as non -hazardous asbestos -
containing waste. whereas friable asbestos -containing waste. if it exceeds 1% by volume content, must
be transported and disposed of as non-RCRA, hazardous waste.
NESHAPS regulations require notification and certain work procedures when Regulated Asbestos
Containing Material (RACM), in quantities greater than 160 sf or 260 If, are disturbed or removed.
RACM is defined as triable asbestos -containing material, >1% content by volume, and non -friable
asbestos -containing nnaterial,> 1 % by volume, rendered friable by mechanical forces or other
processes that separate the asbestos fibers from its matrix.
L. "I I au>I \ n, i, i,, \ 91111 I'Ir ni u: tit '1 I ni,ul in.I, jJrt u1:61 w 11
100119 Gill Sur\c\
SCAQMD requires notification and certain work practices When the amount of asbestos - containing
material removal exceeds 100 square feet regardless of its friabilit\.
<1% Asbestos: Federal regulations and SCAQMD (South Coast Air Quality Management District) do not
regulate asbestos at this percentage. Notifications to these agencies do not apply. Ilowever, OSI -IA
regulations do apply. "These are specific to "worker protection" issues. A contractor who is "DOSH
certified" is required if removing more than a 100 square feet. Federal and State regulations do not
regulate the disposal of this type of construction debris with this level of asbestos. However, your local
landfill may have a "zero tolerance" for any asbestos containing debris.
DOSH — requires certification and contractor licensing (C-22) prior to disturbing ACCM <1% asbestos
containing construction material than 100 square feet.
3.0 Site Specific Details
Type of ACM
Location
Quantity
Penetration Mastic
Located at Roof Penetrations
200 sl'
(Building D)
Penetration Mastic
Located at Roo I'll enetrations
150 sl'
(Building Q
Summary
Penetration mastic was analyzed by the laboratory and found to contain asbestos. This material must be
removed by a DOSH certified contractor prior to roof tear off operations.
All other suspect material tested indicated no asbestos content. No further precautions are necessary from
an asbestos stand point.
111111 Int-(illi-tiur�r�
]POI-iotograpl-ilc Represcritatioll
r— � F-��-+'��.�.+�+->.�s+�r- n .'�� apn3 �K,oa�C'►�� "'f,0�n'°°w ..
3 ;f
y i
Yt
6iiiiia
kv,
1'3�Y
BLIdding Diagirarn(s)
t IMM I , I'lloll, :, ;_(,8xQ I nciil nig ��� �J�utivaiL.,,ni
1001 1 )-t II II-tiur\ (,\
A
GRIT'N I IORIZONS SERVICTS
0
0
0 18
210 17
23
220 16
0
1
25
Building C
Legend
Off -Penetration Mastic
Sample Location
NORTH
NOT' TO SCALE
Building D
12 11 6
10
9
1 3 �l
o E 11 [] E % 7
-0 D 13 Id0%0 E 5110 0
Asbestos San-ipling 'Fable
1001 1()-( fill
I�I111: ti�u111>I�� I),II:I
I 11) k,
10/1/2019 1 David Johnson
City of Newport Beach
592 Superior Avenue Polarized Light Microscopy
Code of bederal Regulations 40 CFR part
763, Section 1, fl ppetdix A
Building
Building 1)
Composition Roofing
NP -01
ND
NF
Good
ROOf Of SLrUCtUre
Building D
Composition Roofing
NF -02
ND
NF
Good
Roof of structure
Building 1)
Composition Roofing
N13-03
ND
NF
Good
ROOfofstrUCtUrc
Building D
Composition Roofing
NP -04
ND
NF
Good
Roof of structure
Building
Composition Roofing
NP -05
ND
NF
Good
Roof of structure
Building D
Penetration Mastic
NP -06
0 °
Ch sotile
NF
Good
At rool'penetarLions
Building D
Penetration Mastic
NP -07
5%
Chrysotile
NF
Good
At roof pcnetarlions
Building D
Penetration Mastic
NP -08
° °
CI71' SOLIIC
NF
Good
At roof pcnetarlions
Building D
Duct Mastic
NP -09
ND
NF
Good
Roof Mounted HVAC Unit
Building D
Duct Mastic
NP -10
ND
NF
Good
Roof Mounted FIVAC Unit
Building D
Duct Mastic
NP -I I
ND
NP
Good
Roof Mounted FIVAC Unit
Building D
Scam Mastic
NP -12
ND
NF
Good
At Roof Scams
Building 1)
Scam Mastic
NP -13
ND
NF
Good
At Roof Seants
ND- none detect for asbestos
NF- non -friable F- friable
10/1/2019 David Johnson
lig is City of Newport Balch
I ,,, .o 1 592 Superior Avenue a ', Polarized Light Microscopy
Code of Federal Regulations 10 CFF? part
763, Section 1, Appendix A
Building #
Building D
material
Scam Mastic
S
NP -14
ND
NF
eStimple
Good
Location
Al Roof Scams
Building
Composition Roofing
NP -15
ND
NF
Good
RoofofstrnClUrc
BuildingC
Composition Roofing
NP -16
ND
NF
Good
Roofofstructurc
[3uildingC
Composition Roofing
NP -17
ND
NF
Good
Roof ofstructurc
Building
Composition Roofing
NP -18
ND
NF
Good
Roof of structure
[3uildingC
Composition Roofing
NP -19
ND
NF
Good
Roof of structure
(3uildingC
Penetration Mastic
NP -20
0
5�°
Chr sotilc
NF
Good
Atroorpenctartioils
Building C
Penetration Mastic
NP -21
%
Chrysotile
NF
Good
At roof pcnctartions
Building C
Penetration Mastic
NP -22
5%
Chr sollle
NF
Good
At roof pcnctartions
Building C
Scam Mastic
NP -23
ND
NF
Good
At Roof Scams
Building C
Scam Mastic
NP -24
ND
NP
Good
At Roof Scams
Building C
Seam Mastic
NP -25
ND
NF
Good
At Roof Scants
ND- none detect for asbestos
NF- non -triable F- friable
L,aboratory Report
\ I) I )N' I � I 'I 1"I w II, ; , I) I
100 1 1()-(;[ H